Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Food Products
South Africa
Details: Rfq Type Goods Goods Beverages & Refreshments Reference Number Gf12500412 Title Beverages And Refreshment Description 4 Each X Eggs - Lrg -tray (30eggs) 4 Each X Cornflakes - 750gr 3 Each X Weetbix -48 Pieces 1 Each X Onions- 7kg 1 Each X Tomatoes- Box 15 Each X Aromat - Cannister - 75gr 3 Each X Chutney - 750ml 3 Each X Tomato Sauce - 750ml 10 Each X Brown Bread 10 Each X White Bread 40 Each X Sausage Pieces 80 Each X Lamb Chops 80 Each X Chicken Wings 4 Each X Charcoal- Bag 5 Each X Blitz-box 1 Each X Lighter 2 Each X Wood Bag - Dry 40 Each X Soft Drinks- 250ml Specification* Items Required For Youth Camp - Ward Allocation At Voortrekker Resort From 28.02.2025 Until 02.03.2025 Delivery Address At The Resort,beach Rd <(>&<)> Hofmeyer Road, Strand, Cape Town, 7140 Contact Person Phumza Nojekwa 0621771264 Breakfast Items To Be Delivered On Friday 28.02.2025-18 00 Dinner ( Braai ) Items To Be Delivered Saturday 01.03.2025 -12 30 Eggs - Tray Of 30 Lrge Eggs Qty - 4 Trays * Corflakes - Kellogs Or Equivelant -750gr Box Qty 4 * Weetbix Bokomo 48 Pieces Box Qty 3 * Onions 7kg Bag Qty 1 * Tomato Box Qty -1 * Knorr Aromat Canister 75gr Qty 15 * Chutney 750ml Bottle Qty 3 * Tomato Sauce 750ml Bottle Qty 3 * Brown Bread Sasko Or Blue Ribbon Qty 10 * White Bread - Sasko Or Blue Ribbon Qty 10 * Halaal Braai Sausage Pieces +- 20cm Piece Qty 40 * Halaal Lamb Chops Pieces - Loin Qty 80 * Halaal Chicken Wings Qty 80 * Charcoal Bag Qty 4 * Blitz Fire Lighters Box Qty 5 * Lighter * Braai Dry Wood Bag Qty 2 * Soft Drinks 250ml Assorted Flavours Qty 40 Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/02/28 Delivery Tosport And Recreation - Maintenance Maintenance Planning Plant Delivery Address01 Cape Town, Cape Town Contact Personmishka Kriel Telephone Number0214449353 Cell Number Closing Date2025/02/10 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgf1.quotations@capetown.gov.za Buyer Detailsf.shaik Buyer Phone0214006761 Attachments No Attachments Note The Procurement Of The Goods In This Category Is Only Available For Online Quoting. The City Of Cape Town Has Embarked On An Online Quoting System, Via E-procurement, On The E-services Platform. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfq Information And To Submit A Quote. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Rehabilitation/reblocking Of San Isidro-sto. Tomas Road , Sulat, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf Cy 2020 (501-067) Php971,508.48, Pgo-mooe Cy 2022 (501-218) Php6,852,242.55, Pgo-mooe Cy 2023 (501-396) Php2,176,248.97 Intends To Apply The Sum Of Ten Million Pesos Only (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-064 Rehabilitation/reblocking Of San Isidro-sto. Tomas Road, Sulat, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/signboard (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (3.00 Month), Item No. B.8(1) – Traffic Management (3.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 Lumpsum), Item No. 101(3)a1 – Removal Of Actual Structures/obstruction, 0.15m. Thk., Pccp (unreinforced) (2,711.80 M2), Item No. 105(1)a – Sub-grade Preparation (3,389.75 M2), Item No. 201(1) – Aggregate Base Course (677.95 M3), Item No. 311(1)b1 – Pcc Pavement (unreinforced), 200mm Thk., Completion Of The Works Is Required Within 90 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Four Thousand Pesos Only (php4,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 28, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date10 Feb 2025
Tender AmountPHP 10 Million (USD 172.3 K)
Bureau Of Customs Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Provision Of Photocopier Rental And Related Services For Fy 2025 (early Procurement Activity) (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Provision Of Photocopier Rental And Related Services For Fy 2025 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00) Being The Abc To Payments Under The Contract For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Project Identification Number _____________. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period January 1, 2025 To December 31, 2025. Bidders Should Have Completed, Within Two (2 Years) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On December 30, 2024. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On December 30, 2024, 3:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Further, Please Be Informed That This Is An Early Procurement Of The Fy 2025 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2025 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2025 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2025 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Provision Of Photocopier Rental And Related Services For Fy 2025 With Identification Number ___________________. The Procurement Project (referred To Herein As “project”) Is Composed 1 Lot Photocopier Rental And Related Services, 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 Fy 2025 In The Amount Of Two Hundred Thirty-eight Thousand Pesos (₱238,000.00). 2.2 The Source Of Funding Is Fy 2025 National Expenditure Program. 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 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 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. 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 Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 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: 10.1 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 Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices 11.1. 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 The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 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. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 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. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 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. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids 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. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 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. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. 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 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. 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. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. 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. 19. Post-qualification 19.1 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. 20. Signing Of The Contract 20.1 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 Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. 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. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Photocopier Rental And Related Services For Fy 2025, With Abc Of ₱ 238,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The 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 He 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 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 Test 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 Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. 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 5.1 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. 5.2 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. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service The Service Provider Shall Provide The Following Monthly Services As Shown Based On The Estimated Copy Volume Of Standard/monochrome And A3/colored Capable Machines: Type Of Machine Estimated Copy Volume Per Year Price Total Per Year Standard/monochrome 150,000 ₱1.00 / Copy ₱150,000.00 A3/colored (collector’s Office) 80,000 ₱1.10 / Copy 88,000.00 *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Project Requirement Minimum Technical Requirements Unless Otherwise Specified A. Standard Type Photocopying Machines General Specifications : Three (3) Refurbished Units Main Function : Copy, Print, Scan Color Support : Monochromatic Copying And Printing Monthly Duty Dycle : Paper Input Capacity : 500 Sheets X 2 + 1 Bypass System Memory : 1 Gb Toner System : Eco-friendly Toner Or Equivalent Copier Specification Copier Resolution : 600 X 600 Dpi Multiple Copy : 1-999 Sheets Original Size : A5-legal Size Magnification : 25-400% Warm-up Time : 30 Secs Or Less First Copy Time : 6.4 Secs Or Less Printer Specification Printer Speed : 36 Pages Per Minute Print Resolution : 600 X 600 Dpi Scanner Scan Speed : 30 Originals Per Minute Scan Resolution : 600 X 600 Dpi System Specification Interface Standard : Fast Ethernet/usb 2.0 Reverse Automatic Document Feeder : 50 Sheets Or Higher Automatic Duplexing : Stackless 60-120 Gsm Finishing Modes : Electronic Sorting/collating Function Model Year : 2022 Or Newer Version B. A3/colored Capable Photocopying Machine General Specifications : One (1) Brand New Unit For The Collector’s Office Main Function : Digital Copy, Print, Scan Imaging System : Eco-friendly Toner Or Print/copy Speed : Up To 20 Prints Per Minute Print/copy Resolution : 600 X 600 Dpi Original Size : A5-a3 Model Year : 2022 Or Newer Version Note: The Deployment Scheme Of Photocopier Machines Shall Be Provided To The Winning Bidder Confidentiality Agreement Photocopier Rental And Related Services Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Photocopier Rental And Related Services The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Financial Offer Photocopier Rental And Related Services Approved Budget For The Contract (abc) (2025) Product Offered Quotation/per Print (photocopy) Two Hundred Thirty-eight Thousand Pesos Only (₱238,000.00) Standard/monochrome A3/colored Responsibilities Of The Service Provider Provide The Following During The Duration Of The Contract: 1. Photocopying Machines To Be Installed At The Designated Offices As Indicated Above Must Be Of The Same Brand And Model Number; 2. Ensure That The One (1) Unit Of A3/colored Machine Is Brand New And The Remaining Three (3) Unites Are Certified Refurbished. The Service Provider Is Required To Submit A Manufacturer’s Letter Or Equivalent For Brand New A3/colored Capable Unit And Certification Or Equivalent Proof That The Units Are Renewed/refurbished For The Rest Of The Machines, Which Shall Be Validated By The Supplier Officer; 3. All Cost Relative To Installation Shall Be For The Account Of The Service Provider; 4. Free Monthly Maintenance, Service, Spare Parts And Consumables (supply Of Paper Is For The Account Of The Bureau Of Customs, Sub-port Of Mactan (boc Mactan); 5. Free Comprehensive Key Operator Training Rental Scheme. No Cash Outlay; 6. Provide Available Technical Support 8 Hours A Day, 5 Days A Week Within The Contract Period. Any Issues Must Be Resolved Within One (1) Business Day Upon The Receipt Of The Report; 7. Continuous Improvement Of Rental System: With Model Upgrading, Availment Of A Back-up Unit And/or Services At No Extra Cost To Boc Mactan; 8. All Toner And Other Consumables Provided Must Be Brand New And Original; 9. Minimum One Percent (1%) Allowance On Gross Copies For Spoilage; 10. Provide At Least Three (3) Sets Of Consumables To Be Replenished Within Forty-eight (48) Hours Upon Consumption, Such As But Not Limited To Toners And Cartridges, Which Shall Be Stored For Safekeeping And Monitoring At The Supply Section. The Delivery Time Of These Items Shall Be Within Thirty Days (30) After The Delivery Of The Photocopy Machine Units; 11. Provide One (1) Back-up Service Unit To Be Stored At The Supply Section For Safekeeping. This Unit Must Be Regularly Maintained And Replaced If Necessary; 12. Conduct Regular Monthly Meter Readings, Which Shall Be Accompanied By An Authorized Administrative/or Supply Officer. In Addition, The Service Provider Shall Submit A Monthly Report To The Supply/or Administrative Officer Providing The Exact Number Of Copies And Cost Per Machine; 13. Conduct Training To A Least One (1) Boc Mactan Personnel (per Designated Office) Subject To The Schedule Agreed Upon During Contract Implementation; Other Conditions 1. In The Event That Excess Copies Are Produced Beyond The Estimated Copy Volume Per Year, They Shall Be Charged With The Same Price As Stated In The Bid Price; 2. In Case Of Violation Of Any Terms And Condition Of The Contract, The Aggrieved Party May Outright Terminate The Contract Within One (1) Month Upon Receipt Of A Written Notice. Documentary Requirements For Processing Of Payment Provide The Following During The Duration Of The Contract: 1. Statement Of Account Showing Actual Copies Within Estimated Copy Volume For Contract And Additional Copies In Excess Of Ecv; 2. Meter Reading Ticket (or Equivalent Document) Received By Each Office/end-user And An Authorized Administrative/supply Officer. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; 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.
Closing Date21 Jan 2025
Tender AmountPHP 238 K (USD 4 K)
Municipality Of Caibiran, Biliran Tender
Publishing and Printing
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Office Supplies, 1st Quarter 2025 Location : So, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P522,011.00 Source Of Funds : Mooe 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Ream A3 Bondpaper 3 2 Bottle Acohol 500ml 15 3 Pcs Airfreshener (glade) Gel (for Table) Lemon / Lavender Scents 5 4 Bottle Airfreshener (glade) Lemon / Lavender Scents 25 5 Pcs Airfresherner California Scents Lemon) 8 6 Pcs Albatross 10 7 Gal Alcohol 4 8 Box Ballpen Blue 1 9 Box Ballpen Faber Castel 9 10 Box Ballpen Pilot (black) (retractable) 1 11 Box Ballpen Red 1 12 Pcs Battery Aa 7 13 Box Battery Aa Energizer 1 14 Box Binder Clip 1/2" 10 15 Box Binder Clip 2" 15 16 Box Binder Clip 3/4 15 17 Box Binder Clips 1" 9 18 Unit Biometric 1 19 Box Bondpaper A4 37 20 Box Bondpaper Legal 34 21 Box Bondpaper Long 6 22 Box Bondpaper Short (substance 24) Letter Size 1 23 Ream Bookpaper A4 Ivory/cream Color 5 24 Bottle Brother Ink Bt5000 Cyan 2 25 Bottle Brother Ink Bt5000 Magenta 2 26 Bottle Brother Ink Bt5000 Yellow 2 27 Bottle Brother Ink D60 Black 12 28 Pcs Brown Envelope Long 125 29 Ream Brown Folder A4 1 30 Ream Brown Folder Legal 5 31 Pcs Bulb Led 5 32 Pcs Calculator 12digits 2 33 Bottle Canon Ink Black 1 34 Bottle Canon Ink Cyan 1 35 Bottle Canon Ink Magenta 1 36 Bottle Canon Ink Yellow 1 37 Pail Chlorine 1 38 Kilo Chlorine 1 39 Pcs Clear Folder Long 100 40 Roll Clear Tape Big 14 41 Pcs Computer Monitor 27" 144hz (nvision) 2 42 Pcs Correction Pen 5 43 Pcs Correction Tape Ct-cf5c 8m X 5mm 39 44 Pcs Cutter Good Quality 1 45 Box Cutter Blade 4 46 Pcs Data File Box Red 8 47 Pcs Diswashing Soap (paste) 10 48 Bottle Domex Cleaner 1 49 Roll Double Sided Tape 1" 2 50 Pcs Double Sided Tape 2" 4 51 Pc Dust Pan 1 52 Bottle Epson 001 Black 5 53 Bottle Epson 001 Cyan 1 54 Bottle Epson 001 Magenta 1 55 Bottle Epson 001 Yellow 1 56 Bottle Epson 003 Black 51 57 Bottle Epson 003 Cyan 9 58 Bottle Epson 003 Magenta 9 59 Bottle Epson 003 Yellow 9 60 Bottle Epson 008 Black 8 61 Bottle Epson 008 Cyan 4 62 Bottle Epson 008 Magenta 4 63 Bottle Epson 008 Yellow 4 64 Bottle Epson 664 Black 5 65 Bottle Epson 664 Cyan 3 66 Bottle Epson 664 Magenta 3 67 Bottle Epson 664 Yellow 3 68 Meter Ethernet Cable (indoor) Cat 6 50 69 Pcs Expandaple Foler Long 100 70 Pack File Divider (long) 15 71 Pcs Fire Extinguisher Standard Size 2 72 Pcs Flash Drive Otg 64gb Type C 3 73 Meter Flat Wire #16 50 74 Ream Folder Long (white) 5 75 Pcs Folder Long Red Color 50 76 Pcs Folding Table 3 77 Roll Garbage Bag Large 3 78 Bottle Glass Cleaner 4 79 Bottle Glue (elmers) 143ml 8 80 Pc Hdmi Cable 3m 1 81 Set Highlighter 1 82 Pcs Hp Ink Cartridge 310 Black 2 83 Pcs Hp Ink Cartridge 310 Colored 1 84 Pcs Industrial Mop (dust Mop Set) 2 85 Pcs Ledger Filer , Color Blue (long) 15 86 Box Mailing Envelope (long) 2 87 Pcs Maintenance Box (epson) L6170 2 88 Roll Masking Tape 1" 17 89 Pcs Masking Tape 1/2" 10 90 Roll Masking Tape Large 2" 14 91 Pcs Mechanical Keyboard With Numpad "wired" (msi "vigor Gk50 Z") 1 92 Pcs Micro Fiber Cloth 10 93 Pcs Monoblock Chairs 12 94 Box Morroco Cover Blue 1 95 Pcs Mouse For Computer 1 96 Pc Mouse Pad Long 70cm X 30cm 1 97 Roll Packing Tape 1 98 Box Paper Clip Big 21 99 Box Paper Clip Small 13 100 Pc Paper Cutter A3 1 101 Box Paper Fastener Plastic 6 102 Box Paper Fastener Round Head 2" 2 103 Box Paper Fasterner Long 5 104 Box Pencil Mongol #2 8 105 Pcs Permanent Marker Black Broad (refillable) 2 106 Pack Photo Paper A4 6 107 Pack Photo Paper Legal 31 108 Pcs Picture Frame A4 Size 12 109 Pcs Plastic Bag Clear 20"x30" P.e Plastic Bag Clear 80 110 Pack Plastic Cellophane (ice Candy Wrapper) 2 111 Pcs Plastic Pallet Crate 2 112 Unit Printer 3 In 1 Adf Monochrome M2170 1 113 Unit Printer L121 1 114 Box Push Pin 1 115 Pcs Record Book 500 3 116 Pcs Ribbon Cartridge Lq310 4 117 Pcs Ribbon Cartridge Lx-310 4 118 Unit Rice Cooker 6liter 1 119 Pcs Rj45 Connector 30 120 Pcs Rj45 Ethernet Cable Splitter Lan Cable Adapter 1male To 3 Female Port Splitter 2 121 Pcs Scissor (big) 21cm X 8 Cm 5 122 Roll Scotch Tape 1" X 200mm Big Hole 14 123 Roll Scotch Tape 1/2" 10 124 Pcs Sdi Stapler . Sdi- 1242m - Hbw 1 125 Pcs Sign Pen Gtech C-4 Pilot 3 126 Pcs Signpen 0.5mm Black 46 127 Pcs Signpen 0.5mm Blue 12 128 Pcs Signpen 0.5mm Red 12 129 Kls Soap Powder 10 130 Pc Soft Broom 12 131 Pack Special Paper (a4) 50 132 Pcs Stamping Pad 3 133 Box Staple Wire #35 42 134 Pcs Stapler With Staple Remover 1 135 Pcs Steel Brush With Handle 3 136 Pc Steel Rack 4layers Heavyduty 2 137 Pcs Steel Rack 5 Layers Heavy Duty 2 138 Set Steel Sink With Faucet 1 139 Pack Sticker Paper A4 Gloss Good For Inkjet 33 140 Pad Sticky Notes 3x4" 8 141 Box Storage Box 120l 2 142 Pcs Styro Box 2 143 Pack Toilet Paper 34 144 Pcs Toner Brother Tn2380 2 146 Pc Tp Link /ls1005g/ 5 Ports/ 10 To 100mbps] Network Switch 1 147 Pc Tp Link /tp-sf 1008p/ 8 Ports/ 10 To 100mbps] Network Switch 1 148 Pcs Trash Bin With Cover Medium 2 149 Pack Vellum Board A4 20 150 Pack Vellum Board Legal 10 151 Bottle Vs1 150ml 10 152 Unit Water Dispenser With Chiller 1 153 Pcs White Board Marker 13 154 Unit Wifi Starlink With Adapter 1 155 Pad Yellow Paper 2 156 Bottle Zonrox 1 Schedule Of Activities: (1st Posting) Advertisement : January 30, 2025 To February 6, 2025 Bid Evaluation : February 10, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 Until February 7, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos. [p1,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before February 10, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On February 10, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production Delivery Schedule 4. Manpower Requirement 5. After Sales Service/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps022
Closing Date10 Feb 2025
Tender AmountPHP 522 K (USD 8.9 K)
Department Of Education Division Of Camarines Sur Tender
Others
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-04 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Pasteurized Cows Milk For 2nd, 3rd And 5th Congressional District 500 Ml For 14 Feeding Days 1 Gainza Bottle 6258 52.5 328,545.00 2 Milaor Bottle 15092 52.5 792,330.00 3 Minalabac 1 Bottle 15176 52.5 796,740.00 4 Minalabac 2 Bottle 14140 52.5 742,350.00 5 Pamplona Bottle 18676 52.5 980,490.00 6 San Fernando Bottle 23100 52.5 1,212,750.00 7 Bombon Bottle 11228 52.5 589,470.00 8 Calabanga East Bottle 21588 52.5 1,133,370.00 9 Calabanga West Bottle 21056 52.5 1,105,440.00 10 Camaligan Bottle 13160 52.5 690,900.00 11 Canaman Bottle 17584 52.5 923,160.00 12 Magarao Bottle 16912 52.5 887,880.00 13 Ocampo Bottle 32704 52.5 1,716,960.00 14 Pili East Bottle 33110 52.5 1,738,275.0 15 Pili West Bottle 25662 52.5 1,347,255.00 16 Baao Bottle 40698 52.5 2,136,645.00 17 Bula 1 Bottle 22372 52.5 1,174,530.00 18 Bula 2 Bottle 17052 52.5 895,230.00 19 Bula 3 Bottle 11760 52.5 617,400.00 Plain And Flavored Serving Size "1000ml - Individually Packed Into Two (2) 500ml Food Grade Plastic Bottle For The Number Of Feeding Days. " Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered Quantified Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Total Fat 3-7 G Total Carbohydrates 15- 27 G Saturated Fat 3-4 G Dietary Fiber 0 G Sugar 15 – 27 G Calcium 220-480mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By National Dairy Authority If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule Twice Weekly Per Drop-off Point Per Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending On The Schedule Given By The End User For Every District, Ex. 500ml On Monday, 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Staggered Payment Once Distribution Has Started And Completion Of Documents Required For Payment. 1st Progress Payment – After Completion & Acceptance Of The 1st & 2nd Week Of Deliveries. 2nd Progress Payment – After Completion & Acceptance Of The 3rd & 4th Week Of Deliveries. 3rd Progress Payment – After Completion & Acceptance Of The 5th, 6th & 7th Week Of Deliveries. Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 35 Days Or 14 Weeks For The 3rd Congressional District And 35 Feeding Days Or 14 Weeks For The 5th Congressional District Excluding Saturday And Sunday, For The 2nd And 5th Congressional Districts 35 Days Or 14 Weeks After The Ntp As First Bath, For The 3rd Congressional District 35 Feeding Days Or 14 Weeks After The 3rd Congressional District As 2nd Batch, Based On The Scheduled Delivery Matrix Total 19,809,720.00 Approved Budget For The Contract: 19,809,720.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community Based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. 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 Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Schedule: Shall Be Delivered Based On The Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppliers Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 19.8 Million (USD 338.2 K)
Offizielle Bezeichnung Landeshauptstadt Wiesbaden Der Magistrat Tender
Others
Germany
Description: Negotiated award with public participation competition (service) Mobile water playground 7 weeks Wiesbaden Luisenplatz Mobile water playground for the historic pentagon in Wiesbaden Mobile water playground for the historic pentagon in Wiesbaden (ziz-pentagon) In order to make the summer heat in downtown Wiesbaden bearable for young and old and to improve the city climate, a mobile water playground is to be built. At the same time, it is to increase the attractiveness and liveliness of the city center and be a point of attraction in public space for children, families and adults. The creation of leisure attractions and holiday games for all generations of visitors to downtown Wiesbaden should help to increase the length of stay. Period and duration of the campaign: The campaign is planned for the Hessian summer holidays 2025 (Friday, July 4th - Sunday, August 17th, 2025) - Total duration: 6 weeks + 3 days (45 days) Optional: 1 week extension (7 days) To evaluate the price, the costs for the entire term (including optional extension) are taken into account Opening times/operating times Mobile water playground: Monday - Friday: 10:00 a.m. - 8:00 p.m., Saturday + Sunday: 12:00 p.m. - 6:00 p.m. Commissioning and securing of usage rights The presentation of the project goes beyond the contract term. For example, the website will continue to exist. The customer transfers to the customer all rights, which may be of a temporal, spatial and material nature. This also includes the unrestricted rights to all services created within the framework of the contractual relationship and protected by copyright. Once the contract has been paid in full, the rights to all deliveries and services pass exclusively to the client. The client also has the rights to edit, reproduce, publish or distribute the results. Upon conclusion of the contract, the rights to as yet unknown services also pass to the client. The client can also transfer the acquired rights to third parties or grant usage rights to third parties. Basic requirements for the provision and operation of a larger mobile water feature, particularly with regard to the following aspects: - Assembly and dismantling (including transport). Here we expect short assembly and dismantling times (a maximum of one day per assembly and dismantling) and a compact structure that allows a change of location at short notice - On-site support, particularly with regard to safety, also at night by our own employees. On-site contact in the event of technical problems (technical failure, cleaning mode of the system, etc.) - Consideration of resource conservation and sustainability: use of little water, a maximum of 1m³ per hour. We expect the water to be recycled and filtered (compliance with drinking water standards). - Water and electricity are available (connections in the floor) - Permits and the corresponding connections for operation are required (demand billing with meter). - The area, consisting of individual panels, should have a minimum size of 10x10m (non-slip/compliance with safety standards). - Water jets covering the entire inner surface, arranged close together (approx. 30 cm) and individually controlled. - Inner area, approx. 66% of the total area, consisting of active panels (water jets) - Border of the playing area made of passive panels that do not have water jets, but have illuminated LED strips. - Own sound system (for moderation, announcements, music, etc.) taking into account the noise protection regulations. - Light animation (color-changing light shows during operation). - It must be possible for children and adults to use it, so a minimum load-bearing capacity of 400kg/m² is required. - We assume that a heavy-duty floor measuring approximately 15.00 x 15.00 m will need to be built to compensate for differences in height. - 4 parasols with secure ground mounts (diameter: 4 MX 4 m) without advertising print (e.g. color cream) - 1 mobile unisex toilet (lockable) - Regular cleaning of the toilet (twice a day) Optional services (list separately on the price sheet, do not include in the total price) - Provision of drinks for sale on site Example: 0.5 L bottles of water (sales price max. 1 €, approx. 100 pieces/day), cooling via freezer on site The project should be self-financing - Implementation of a small evening event at low cost Music (DJ/band), and 1 catering stand + 1 drinks stand Number: 1 evening, duration: 7:30 p.m. - 10:00 p.m., operation + lighting of the water playground - Implementation of a children's activity at low cost Number: 1 afternoon, duration: 2 hours E.g. clown, musicians on the water playground General requirements Standard liability insurance is required.
Closing Date4 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis:
introduction:
this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Underground Parking Area Build-out Minor Design Project At The Dallas Va Medical Center Located At 4500 S Lancaster Rd, Dallas, Tx 75216.
project Description:
the Dallas Va Medical Center Is Currently Working To Increase The Number Of Private Inpatient Bedrooms At The Facility. This Undertaking Will Greatly Benefit Our Community Of Veterans, But The Conversion Of Administrative And Facilities Space Into Inpatient Units In The Hospital S Bed Tower Requires Significant Displacement Of Services. This Project Will Create Additional Space To House The Services Displaced By The Creation Of New Inpatient Units.
dallas Vamc Is Seeking A/e Design Services To Renovate And Build-out Approximately 12,433 Sf Of Unfinished Space In The Basement Of Building 2. This Space Was Previously Underground Parking But Is Now Used For Storage. This Space Shall Be Designed To Accommodate The Following Services:
biomedical Engineering Service: Renovate Approximately 6,000 Gsf To Include But Not Limited To Administrative And Operations Area, Workstations, Engineering Control Center, Biomedical Engineering Repair Shop, Shop Support Area, Restrooms, And Storage.
clinical Support Services: Renovate Approximately 6,433 Gsf For Multiple Administration Office Suites And Workstations, Storage Space, Employee Support Space, And Office Operations Space.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Late January 2025 To Early February 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Is Approximately $13,564,100.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 541310. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
include A Narrative For Each Project That Relates The Submitted Project To The Subject Requirement In Terms Of Size, Scope, And Complexity. Describe Specific Technical Skills Your Company Possesses To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To Both The Primary Point Of Contact And The Secondary Point Of Contact Listed Below Byâ january 17th, 2024 At 10am Est.â no Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
primary Point Of Contact:
kathryn Allison
contract Specialist
kathryn.allison@va.gov
secondary Point Of Contact:
dean Flanders
contracting Officer
dean.flanders@va.gov
Closing Date17 Jan 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Bato, Arteche, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Two Hundred Fifty Thousand Pesos Only (php3,250,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-002 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Bato, Arteche, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7-occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (77.85 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (54.15 M3), Item No. 804(4) – Gravel Fill (8.29 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1)a – Reinforcing Steel (deformed) (10,856.29 Kg), Item No. 900(1)c2 – Structural Concrete (footing And Slab On Fill), Class A, 28 Days (58.89 Cu.m.), Item No. 900(1)c3 – Structural Concrete (footing Tie Beams), Class A, 28 Days (8.55 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A 28 Days (16.80 Cu.m.), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days, (11.97 Cu.m.), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (565.20 Kg), Item No. 1047(3)a – Metal Structures Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 06, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 20, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date20 Jan 2025
Tender AmountPHP 3.2 Million (USD 55.4 K)
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Tugop, Gen. Macarthur, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Eight Hundred Fifty Thousand Pesos Only (php3,850,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-019 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Tugop, Gen. Macarthur, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No.801(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (76.65 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (54.15 Cu.m.), Item No. 804(4) – Gravel Fill (42.30 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1)a – Reinforcing Steel (deformed) (8,906.17 Kg), Item No. 900(1)c2 – Structural Concrete (footing And Slab On Fill), Class A, 28 Days (50.00 Cu.m.), Item No. 900(1)c3 – Structural Concrete (footing Tie Beams), Class A, 28 Days (7.35 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A, 28 Days (16.08 Cu.m.), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days (10.29 Cu.m.), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (565.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date24 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.7 K)
City Of Cape Town Tender
Chemical Products
South Africa
Details: Rfq Type Goods Goods Cleaning Materials Reference Number Gc12500307 Title Cleaning Materials Description 252 Each X Insecticide Household Aerosol 300-400ml 312 Each X Insecticide Household Aerosol 300-400ml 1,044 Each X Insecticide Household Aerosol 300-400ml Specification* Insecticide - Type Household Aerosol Unit Of Packaging 300-400ml Specific Use Flying And Crawling Insects Active Ingredient P Yrethroid Specifications Super Insect Kill (l1106)or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equiva Lent". Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" * Insecticide - Type Household Aerosol Unit Of Packaging 300-400ml Specific Use Flying And Crawling Insects Active Ingredient P Yrethroid Specifications Super Insect Kill (l1106)or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equiva Lent". Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" * ********various Delivery Addresses****** Insecticide - Type Household Aerosol Unit Of Packaging 300-400ml Specific Use Flying And Crawling Insects Active Ingredient P Yrethroid Specifications Super Insect Kill (l1106)or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equiva Lent". Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/03/18 Delivery Tofish Hoek Engineering Store Materials Store / Ph 785 1020 Delivery Address03 Poplar Road, Fish Hoek Contact Personmark Beresford Moatse Telephone Number0214442455 Cell Number Closing Date2025/01/27 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgc1.quotations@capetown.gov.za Buyer Detailsa.february Buyer Phone0214006745 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date27 Jan 2025
Tender AmountRefer Documents
4261-4270 of 4462 archived Tenders