Battery Tenders
Battery Tenders
Municipality Of Polillo, Quezon Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Rental Of Venue For Basic Incident Command System Training With Accompanying Foods & Room Accommodation -lgu Polillo, Quezon 1. The Municipality Of Polillo, Through The Annual Budget 2025 (5% Calamity Fund: Capability Building) Approved By The Sangguniang Bayan Of Polillo Intends To Apply The Sum Of Two Hundred Eighty Eight Thousand Pesos Only (php 288,000.00) Being The Abc To Payments Under The Contract For Rental Of Venue For Basic Incident Command System Training With Accompanying Foods & Room Accommodation Lgu Polillo, Quezon Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To January 27, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before January 27, 2025, 2:30pm. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Polillo 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. 10. For Further Information, Please Refer To: Deborah B. Marasigan Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson 1 Lot Rental Of Venue With Accompanying Foods & Room Accommodation Function Hall (can Accommodate 50 Persons) Inclusions: - Use Of Function Hall For At Least 14 Hrs/day For 3 Days - Water Dispenser With Purified Drinking Water In The Function Hall - Provisions Of Candies And Flowing Coffee During Session - Use Of Technical Equipment (sound System With Microphones And Batteries If Wireless, White Board Erasers And Screen, Lcd Projector & Free Wi-fi Access - Basic Set-up Of Chairs & Tables Meals For Day 0 (for 45 Persons) Dinner: Clear Soup, Inihaw Na Pork Liempo, Chicken Tinola, Binagoongang Talong, Steamed Rice, Pandan Jelly Meals For Day 1 (for 45 Persons) Breakfast: Longganisang Sariaya, Sunny Side-up Egg, Garlic Fried Rice, & Coffee Am Snacks: Chami, Puto & Juice Lunch: Cream Of Mushroom, Pork Bistek, Fried Chicken, Pinakbet, Steamed Rice, Minatamis Na Saging Pm Snacks: Tuna Sandwich With French Fries & Juice Dinner: Crab & Corn Soup, Breaded Pork Chop, Chicken Adobo, Sauteed Vegetable Pear, Steamed Rice, Macaroon Meals For Day 2 (for 45 Persons) Breakfast: Luncheon Meat, Garlic Fried Rice, Scrambled Eggs & Coffee Am Snacks: Pancit Lucban, Cassava Cake & Juice Lunch: Nido Soup, Lumpiang Shanghai, Chicken Menudo, Adobong Kangkong, Steamed Rice, Minatamis Na Kamote Pm Snacks: Fresh Lumpiang Ubod With French Fries & Juice Dinner: Cream Of Mushroom Soup, Sweet & Sour Pork, Breaded Chicken, Fillet Tortang Talong, Steamed Rice, Coffee Jelly Fellowship: Provision Of Drinks & Finger Foods Meals For Day 3 (for 45 Persons) Breakfast: Skinless Longganisa, Sunny Side-up Egg, Garlic Fried Rice & Coffee Am Snacks: Chicken Sopas, Bread & Juice Lunch: Clear Soup, Meat Balls With Sweet & Sour Sauce, Adobong Manok Sa Gata, Bean Sprout, Steamed Rice, Gulaman Pm Snacks: Egg Sandwich With French Fries & Juice Room Accommodation For 3 Nights (for 45 Persons) Room For Sharing Room Amenities & Inclusions: Hot & Cold Water Toiletries
Closing Date27 Jan 2025
Tender AmountPHP 288 K (USD 4.9 K)
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 24-326 Bids And Awards Committee Date:december 27,2024 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 14,877.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 Plywood, Marine ,3/4 1 Piece 11 Plywood , Marine ,1/4 2 Piece 12 Plywood, Marine ,3/8 2 Piece Lot. Iv Bolt And Screw 220.00 13 S/s Lag Screw, S/s ,5x16x3 2 Piece 14 Lag Screw , S/s ,5x16x2 1/2 2 Piece Lot. V Electrical Supplies And Materials 158,218.00 15 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 16 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 17 Ice Crusher, Electric, Aluminum, 220v 1 Unit 18 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 19 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Vi Farm/garden Tools And Accessories 1,160.00 20 Pail, 12l Capacity, Black 2 Piece 21 Basin Plastic , Plastic ,28 Inches (large) 6 Piece Lot. Vii Lighting And Fixtures And Accessories 624.00 22 Bulb, Led,(5 Watts) 6 Piece Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. X Paper Materials And Products 980.00 29 Paper Cups , 10oz 4 Pack 30 Paper Cups , 12oz 4 Pack 31 Paper Cup , 16oz 4 Pack Lot. Xi Power Tools, Equipment And Accessories 135,500.00 32 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 33 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 34 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 35 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 186,618.00 36 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 37 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 38 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 39 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 506,399.60 42 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 43 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 44 Steel Basin, Stainless ,45cmx15cm 2 Piece 45 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 46 Chair, Plastic Stool, White 3 Piece 47 Table, Plastic, Monobloc, Square 1 Piece 48 Hanger, Plastic 6 Dozen 49 Clip Hanger, Plastic 12 Pieces 50 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 51 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 52 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 53 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 54 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 55 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 56 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 57 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 58 Brass Pipe, 3/4 Inches,male 25 Unit 59 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 60 Stainless Shaft, 3/4x5ft 2 Piece 61 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 62 Stainless Propeller 3/4 X 5ft 2 Unit 63 Stainless Propeller 5/8in X 7 1 Piece 64 G.i Pipe, # 1-5-40 20ft./length 1 Length 65 Stand Belt, S/s,3/8x2.5 2 Piece 66 Stand Belt, S/s ,3/8x3 2 Piece 67 P.e Hose , 1 1/2 4 Meter 68 Rope, #20 1..5 Roll 69 Rubber Float , Round (patao) 360 Pieces 70 Cooler Box, Styro, 12kls Capacity 6 Piece 71 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 72 Battery, 12 Volts 22 Plates 1 Unit 73 Battery , 12 Volts 17 Plates 3 Unit 74 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 75 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 76 Stove, Single Burner With Gas Tank 7kgs. 1 Set 77 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 78 Fishing Hook, #58 2 Pack 79 Fishing Hook, #59 4 Pack 80 Fishing Hook, #60 4 Pack 81 Lead Sinker, No. 2 25 Kilo 82 Nylone , Monoline,#45 1 Kilo 83 Nylone , Monoline,#40 1 Kilo 84 Nylone , Monoline ,#30 1 Kilo 85 Nylon , Monoline,#25 1 Kilo 86 Nylone , Monoline,#20 1 Kilo 87 Nylon , Monoline,#15 5 Kilo 88 Nylone , Monoline.#12 1 Kilo 89 Nylone , Monoline,#10 10 Kilo 90 Fishing Net , (pamu) #8 4 Meter 91 Fishing Net , #10 1,500 Meter 92 Fishing Net , #9 1,400 Meter 93 Pamo Net , 210x2x9x100m 3 Roll 94 Pamo Net , 210x2x8x100m 3 Roll 95 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 96 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 97 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 98 Brass Pipe, 5/8" X 4 Feet 1 Piece 99 Sand Paper,#120 4 Pack 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 24-326 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 14,877.00 297.54 Iv Bolt And Screw 220.00 4.40 V Electrical Supplies And Materials 158,218.00 3,164.36 Vi Farm/garden Tools And Accessories 1,160.00 23.20 Vii Lighting And Fixtures And Accessories 624.00 12.48 Viii Measuring/observing/testing Devices 15,696.00 313.92 Ix Paints, Tools And Supplies 14,574.00 291.48 X Paper Materials And Products 980.00 19.6 Xi Power Tools, Equipment And Accessories 135,500.00 2,710.00 Xii Appliances 186,618.00 3,732.36 Xiii Metal Works & Fabrication 1,199,520.00 23,990.40 Xiv Other Machinery And Equipment 29,944.00 598.88 Xv Other Supplies & Materials 506,399.60 10,127.992 Xvi Cleaning Equipment And Supplies 223,426.00 4.468.52 Xvii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents December 27, 2024 To January 15, 2025 @ 5:00 P.m. Pre-bid Conference January 7, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 16, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : December 27, 2024 Newspaper : None
Closing Date16 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.5 K)
JUVENILE JUSTICE AND WELFARE COUNCIL Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Expression Of Interest (small Value Procurement) Hiring Of Service Provider (firm) For Enhancement Of Human Resource Information System (hris) Jjwc Rei No. 25-001 The Juvenile Justice And Welfare Council (jjwc), Through The Finance And Administrative Division – Personnel Unit (fad – Personnel Unit), Intends To Apply The Sum Of Four Hundred Ten Thousand Pesos (php410,000.00) As Approved Budget For The Contract (abc) Chargeable Against The 2025 Jjwc Gaa Funds For The Hiring Of Service Provider (firm) For Enhancement Of Human Resource Information System (hris). I. Background Civil Service Commission Memorandum Circular No. 30, Series Of 2014 Adopts The Use Of Human Resource (hr) Maturity Level Indicators In Assessing Hr Systems Including, Among Others, The Utilization Of Human Resource Information System (hris) In Managing Personnel Data Which Are Linked To Recruitment And Selection, Performance Management, Learning And Development, And Rewards And Recognition. Corollary To This, The Juvenile Justice And Welfare Council (jjwc) Information Systems Strategic Plan (issp) For 2021 To 2023 Includes The Enhancement Of Agency Office Support Information System Including Human Resource Management Information System Which Consists Of Attendance Monitoring, Leave Mode, Payroll System, And Employee Performance Management Module. The Implementation Of The Utilization Of The Human Resource Information System (hris) Was Started Last September 28, 2022 Up To This Date. However, Throughout The Deployment Of The System, Some Bugs And Issues Were Continuously Found And Needed To Be Addressed. Please Refer To Annex A For The List Of Hris Issues And Concerns. Moreover, Additional Modules May Be Considered (i.e. Holiday And Recruitment Modules) To Support Hr Processes, And Increase Efficiency And Productivity. Hence, There Is A Need For The Enhancement Of The Hris In Order To Address The Issues And Concerns Encountered During The Deployment Of The System. Ii. Objectives • Execute An Electronic And Web Based Human Resource Information System Including To Enhance And To Manage The Attendance, Information And Payroll System Of Juvenile Justice And Welfare Council (jjwc); • Implement A System That Is User-friendly And Provides Various Resolution For Different Tasks Of The Hr Unit. • To Improve The Existing Hris Of The Jjwc And Enhance It To A User-friendly Interface. Iii. Duration Of The Contract The Jjwc Hris Must Be Production Ready Within Four (4) Months From Date Of Issuance Of Notice To Proceed (ntp). A Twelve (12) Month Technical Support And Assistance Shall Also Be Provided Which Shall Commence Upon Issuance Of Certificate Of User Acceptance. Iv. Project Scope 1. Software Acquisition Human Resource Information System (hris) Also Helps Secure Employee Data And Private Information. Human Resource Information System (hris) Shall Include The Following Module And Features: Time And Attendance – The System That Will Manage And Track Time Attendance Of Employees Start And Stop Work. Enables An Employer To Monitor Their Employees’ Working Hours And Late Arrivals, Early Departures, Time Taken On Breaks And Absenteeism. General Features • Paperless, Cloud Based Multi-user • Multi-location, Unlimited Users, Multi-device • Multi-division / Department / Branch / Cost Centers Ready • Designed For Philippine Government Settings • Data Import Or Export Via Excel Or Text 2. Deployment And Implementation Services: Human Resource Information System (hris) Will Be Deployed In Juvenile Justice And Welfare Council (jjwc) Premises And/or With On-cloud Deployment And Hosting Option. Service Provider Will Configure And Customize Hris Features And Functions According To Jjwc Hr And Csc Requirements, Processes, Rules And Policies. 3. Scope Of Professional Services • Backup And Disaster Recovery Plan (optional) For The Hris • The Winning Bidder Shall Ensure That All Modules Delivered With A Scheduled Technical Support. • Technical Documentation – The Winning Bidder Shall Provide Jjwc With Detailed Documentation Containing Procedural Details On The Design, Setup, Configuration, Testing Methods And Results Of Every Component Of The Implemented Environment. • Implementation And Deployment – All Software Developed Must Be Implemented Within The Specified Time Of Delivery And A Go-live Approach Should Be Given. System Go-live Support Will Be Delivered By The Winning Bidder To Jjwc And Not To The Public Users. • Technical Operations Support And Help Desk – The Winning Bidder Shall Provide Jjwc With Scheduled Offsite/onsite/on-call Technical Administration And Support Resources For A Period Not Less Than Twelve (12) Months From The Date Of Deployment From The Date Following The Issuance Of The Certificate Of User Acceptance. • The Winning Bidder Shall Provide Hybrid Biometrics (face And Fingerprints) With The Following Specifications: A. 3,000 Face And 4,000 Fingerprint Templates B. Multi-language C. High Verification Speed D. Advance And User-friendly Ui E. Optional Built-in Battery Backup, Providing Approximately 4 Hours Of Continuous Operation F. New Framework Firmware, Easy To Extend Functions And Customize Client’s Requirements G. One Face Template Is Registered For One User Only H. Able To Detect Whether The Face Is An Actual Face Or A Photo, Enhancing The Security Level Of Verification Technical Specifications Display 4.3-inch Touch Screen Face Capacity 3,000 Fingerprint Capacity 4,000 Card Capacity 10,000 (optional) Logs Capacity 100,000 Communication Tcp/ip, Usb Host, Wifi (optional) Standard Functions Automatic Status Switch, Self-service Query, Work Code, Sms, Dst, T9 Input, 9 Digit User Id, Scheduled Bell, Photo Id, Wiegand Out Optional Functions Id.ic/hid Card, External Printer And Bell 3g/4g, Adms, 2000 Mah Backup Battery Power Supply 12v 3a Operating Temperature 0 °c-45 °c Operating Humidity 20%-80% Dimensions 193.6 X 165 X 111mm (length*width*thickness) • Training And Knowledge Transfer A. The Winning Bidder Shall Include In Their Proposal A Detailed Training And Capacity Development Plan Supporting The Production / Operational Readiness Requirements Of Jjwc B. The Winning Bidder Shall Submit All Courseware And Related Training Materials For The Internal Use Of Jjwc Project In Both Printed And Electronic Format At No Additional Cost To The Project C. The Winning Bidder Shall Submit A Knowledge Transfer Plan Containing Technical Details On The Systems Administration, Configuration, Testing, Troubleshooting, And Functional Use Of Systems Deployed Into The Hris D. The Winning Bidder Shall Conduct A Series Of Technical Orientation And Knowledge Transfer Workshops To Train Jjwc Hr Personnel. V. Functional, Operational And Security Requirements And Specifications The Deployment, Reconfiguration And Implementation Of The Following Modules/components Of The Hris Must, At The Very Least, Conform To The Following Requirements: A. Hris Modules And Features: O Time And Attendance – The System That Will Manage And Track Time And Attendance Of Employees Start And Stop Work. Enables An Employer To Monitor Their Employees’ Working Hours And Late Arrivals, Early Departures, Time Taken On Breaks And Absenteeism. B. Hris General Specifications: O The Hris Must Be Made Accessible Via Internet/cloud And It Should Be Compatible With Most Web Browser. O Hris Should Be Written In Java Or Any Open Source Programming Language Or Framework And Tools Such As Php, Ruby On Rails, Phyton, Etc. O System Administration Shall Be Able To Manage User Accounts, Perform System Maintenance (front-end And Back-end), Among Others. O The System Shall Be Capable Of Audit Rail In All Levels Of System To Monitor Who, Where, What Was Accessed In The System And/or Information, Modified Information And All Possible Transactions To Be Recorded. O Must Have A High-end Security Level With Secured, Scalable, Reliable, Effective And Efficient Data Control And Management. O Reports May Be In Tabular Form And Informative Graphs And Can Be Downloaded And/or Exported. O The System Shall Be Capable Of Generating Reports Based On User Requirements And Parameters. (please See The Attached Annex V. B. 1. Hris Forms) C. Application / Web Server And Database Specifications: O Application And/or Web Server Should Run On Free, Open-source And Cross -platform O Web-based Hr Information System Should Use Free, Open-source And Cross -platform Database Technologies, Preferably Mysql O The Application And/or Web Server Platform Must Have A Built-in Http Session Management Module Dedicated To Managing Secured Session State Of The Web Application. D. Licensing, And Support And Maintenance O Service Provide Shall Provide The Necessary Environment, Software Licenses And Tools For The Development And Configuration Of The Production Systems Including Licenses Necessary For Testing, Deployment, Reconfiguration And Implementation. O Support And Maintenance, Including Updates Or Patches, Phone, And Email Support Shall Be For Twelve (12) Months From The Issuance Of Certificate Of User Acceptance O Should Include Parallel Testing Of Payroll Processing, Time And Attendance For Twelve (12) Months From The Issuance Of Certificate Of User Acceptance E. Documentation O All Documents Shall Be Owned By The Jjwc And Shall Serve The Right To Reproduce At No Additional Cost O The Service Providers Shall Provide Complete Documentation Report O The Documentation Shall Include All Technical Documentation, System Administration Manual And User Manual F. Source Code Management O The Service Provider Should Allow Jjwc To Manage The Source Codes And Other Components Of The Software To Assist In The Development Of The Hris O The Service Provider Should Agree To Submit/handover The Source Codes And Other Components Of The Software To The Jjwc Upon Completion And To Allow To Manage Modifications/updates To Codes Whenever Need Arises O The Service Provider Should Turn Over All The Finished And Unfinished Works To Jjwc And Delete Any And All Copies Of The Software As Well As Included Documentation O The Service Provider Should Comply With Data Privacy And Confidentiality Vi. Technical Support And Contract Agreement • In This Agreement, “software” Shall Be Defined As All Source Codes, Object Codes, Link Libraries, Utility Programs, Project Files, Scripts Related To The Software As Narrated. • The Software Shall Be Turned-over To Jjwc And Modifications/updates If Needed, Shall Be Allowed • The Service Provider Shall Provide Scheduled Technical Support Through Personal Onsite Presence Or Via Telephone/fax, To Resolve Technical And Other Related Problems Based On A Contract Agreement/service Level Agreement (sla) • Resolution Can Be Delivered In The Form Of Telephone, Electronic And/or On-site Resolution. It Shall Refer To A Condition Wherein The Reported Problem Is Resolved By The Bidder To The Satisfaction Of The End User. Vii. User Acceptance The Procedure For User Acceptance Testing (uat) Shall Be As Follows: • Submit All Documentation Before The Conduct Of Uat • Verification Of All Documentation, Including Installed Software Components And Submission Of Final Drafts • Conduct Of Uat Upon Approval Of The Uat Test Plan And Issuance Of Certificate Of Acceptance Of Documentation • Revise Documents Based On The Initial Results Of Uat If Not Successfully Completed And Issuance Of Certificate Of Acceptance Of Documentation • Issuance Of A Certificate Of User Acceptance Upon Successful Completion Of Uat Viii. Warranties Of The Service Provider • The Service Provider Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Term Of Reference • The Warranty Period Of Twelve (12) Months And Shall Commence Upon Issuance Of The Certificate Of User Acceptance • The Service Provider Shall Coordinate With The Authorized And/or Designated Jjwc Personnel In The Personnel In The Performance Of Their Jobs • The Service Provider Shall Be Liable For Loss, Damage Or Injury Due Directly Or Indirectly Through The Fault Or Negligence Of Its Personnel. It Shall Assume Full Responsibility Thereof And The Jwjc Shall Be Specifically Released From Any And All Liabilities Arising Therefrom Ix. Confidentiality Of Data • The Service Provider Shall Document Detailed Procedures/techniques In Identifying Systems Security Risks And Breach/es And How Such Shall Be Handled • The Hris, Its Modules, Specifications, Data, Ideas, Concepts, Technology, And Technical And Non-technical Materials, All Or Any Of Which May Be Derived From Any Of The Foregoing (all Of Which, Individually And Collectively, Referred To As “proprietary Information”) Are Confidential And Proprietary To The System • The Service Provider Agrees To Hold The Proprietary Information In Strict Confidence. Service Provider Further More Agrees Not To Reproduce, Transcribe, Or Disclose The Proprietary Information To Third Parties Without Prior Written Approval Of The Juvenile Justice And Welfare Council. • The Service Provider Shall Be Subjected To A Non-disclosure Agreement Which Shall Form Part Of The Contract Before Commencing Any Work Related To The Contract. X. Pre-term Of The Contract • The Contract For The Service May Be Pre-terminated By The Jjwc For Any Violation Of The Terms Of The Contract. The Service Provider Shall Be Informed By The Jjwc Thirty (30) Days Prior To Such Pre-termination • In The Event Of Pre-termination, The Service Provider Must Turn Over All The Finished And Unfinished Works To Jjwc And Must Delete Any And All Copies Of The Software As Well As Included Documentation • The Jjwc Shall Have The Right To Blacklist The Service Provider In Case Of Pre-termination Xi. Qualification Of The Firm / Individual Or Service Provider The Consultant For This Project Shall Be A Firm Or Individual With Proven Track Record In Information Technology Related Projects/endeavors And Shall Have Possess The Following: A. At Least Three (3) Years’ Experience In It Related Projects Both In Government Or Private Sectors B. At Least Two (2) Sample Documentation Of Previous It System Developed And Implemented C. Willing To Work Under The Direction Of The Jjwc And Implement Government Hr/csc Business Rules And Policies D. Bidders Must Show Considerable Experience In The Design, Development, Deployment, Implementation And Technical Support Of A Web-based Application And Information System E. The Firm Should Provide Team Of It Experts With Skills And Experienced In Design, Development Implementation, User Training And Technical Support In Information System F. The Individual Should Provide Team Of It Experts With Skills And Experienced In Design, Development Implementation, User Training And Technical Support In Information System G. Preferably Experienced In Dealing And Engaging With The Government Agencies Xii. Evaluation Criteria Description Percentage Educational Background 10% A. Bachelor’s Degree And/or Master’s Degree In Computer Science, Information Technology, Information Systems Or Related Field Experience 40% A. At Least Three (3) Years’ Experience In It Related Projects Both In Government Or Private Sectors B. At Least Two (2) Sample Documentation Of Previous It System Developed And Implemented C. Willing To Work Under The Direction Of The Jjwc And Implement Government Hr/csc Business Rules And Policies D. Bidders Must Show Considerable Experience In The Design, Development, Deployment, Implementation And Technical Support Of A Web-based Application And Information System E. Preferably Experienced In Dealing And Engaging With The Government Agencies 5% Knowledge And Skills The Firm Should Provide Team Of It Experts With Skills And Experienced In Design, Development Implementation, User Training And Technical Support In Information System Or The Individual Should Provide Team Of It Experts With Skills And Experienced In Design, Development Implementation, User Training And Technical Support In Information System 30% Financial Proposal 15% Passing Rate: 85% Xiii. Project Milestones And Deliverables Description Deliverables Timeline Project Milestone Data Gathering The Feedback/suggestions Were Gathered From The Employees During The Meetings, Trainings And Discussed Through Hr Monthly Unit Meeting September 2024 Meeting With Dswd Ictms Hris Project Coordinator Will Prepare A Letter To Request A Meeting With Dswd Ictms; Will Facilitate The Meeting October 2024 – January 2025 Meeting With Service Providers The Service Provider Initially Requests To Have A Presentation With Hr To Demonstrate Their Sample Hris. The Hr Will Benefit From This Demo To Catch More Ideas And Incorporate To Jjwc Hris Preparation And Approval Of Project Proposal Hris Project Coordinator Will Prepare The Project Proposal And Will Facilitate The Management’s Approval Preparation And Approval Of Terms Of Reference Hris Project Coordinator Will Prepare The Terms Of Reference And Will Facilitate The Management’s Approval Preparation And Approval Of Purchase Request Hris Project Coordinator Will Prepare The Purchase Request And Will Facilitate The Management’s Approval Initial Meeting With Jjwc And Service Provider February – March 2025 Inception Report 50% Functional Data Gathering The Service Provider Should Gather All The Documents/data In One Week Deployment Of Hris Module: • Time And Attendance Working Time And Attendance Module Alpha Testing/user Or Client Acceptance Test First Testing Of The Software To Ensure It Meets The Requirements And Functions Correctly And To Identify The Bugs Before Releasing To The Real Users Revisions / Modifications (if Any) Revisions / Modifications (if Any) April 2025 Fully Functional Beta Testing/user Or Client Acceptance Test Second Testing Of The Software Is Where To Performed By Real Users Of The Software In A Real Environment Client Learning And Development Conducted Of User Training, User And System Administration Manual May 2025 Final Report And Turn Over Final / Completion Report (12 Months Warranty And Support With Parallel Testing) / Go Live Xiv. Payment Terms, Contract Price And Budget In Consideration For The Service, Jjwc Shall Pay The Service Provider A Total Fee For All The Work Under This Project Of Php500,000.00 (five Hundred Thousand Pesos Only) With The Following Breakdown Chargeable Against Fad 2024 Gaa Regular Fund. Description Payment Percentage Sub Total Inception Report 20% 82,000.00 50% Functional 40% 164,000.00 Fully Functional 40% 164,000.00 Grand Total 100% 410,000.00 In View Of These, The Jjwc Now Invites Interested Consultants To Bid In This Procurement And Submit The Following: 1. Letter Of Expression Of Interest Addressed To The Bids And Awards Committee Chairperson 2. Eligibility And Technical Documents: A) Updated Mayor’s Permit For Sole Proprietorship Or Corporation; B) Philgeps Registration No. C) Curriculum Vitae/resume Of Person/s To Handle The Project 3. Other Documentary Requirements Required In Evaluation: - Company Profile (if Sole Proprietorship Or Corporation) - Statement Of On-going And Completed Contracts - Technical Proposal For The Project Or Sample/previous Work Similar To The Project In Lieu Of Technical Proposal 4. Financial Proposal Please Submit The Aforementioned Documents In A Sealed Envelope Stating The Title And Number Of The Procurement Activity At Jjwc Bac Secretariat, #140 Maginhawa St., Sikatuna Village, Diliman, Quezon City Or Send Through Email At Lncallos@jjwc.gov.ph Copy Furnish Procurement@jjwc.gov.ph On/or Before 17 February 2025 Or The Latest Update Of Deadline Specified In The Notice At Philgeps. The Consulting Services Shall Be Procured Through Small Value Procurement Pursuant To Section 53.9 Of The Implementing Rules And Regulations (irr) Of The Republic Act No. 9184 (government Procurement Reform Act) And Proposals Shall Be Evaluated Through Quality-based Evaluation (qbe) Method. Peter E. Escober Chairperson Bids And Awards Committee Juvenile Justice And Welfare Council C/o Bac Secretariat #140 Maginhawa Street, Sikatuna Village, Quezon City Tel: (02) 8921-0565
Closing Date21 Feb 2025
Tender AmountPHP 410 K (USD 7 K)
Government Of New Brunswick Tender
Machinery and Tools
Canada
Description: Estimated Quantity Contract To Be Delivered As And When Required For The Period Indicated At The Request Of The Department. Quantities Or Dollar Values Stated Are An Estimate Made In Good Faith And May Vary Considerably. The Province Of N.b. Reserves The Right To Purchase More Or Lesser Amounts Depending On Requirements. Bidders Are Requested To Include Specifications On Product Quoted With The Bid. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Compressors And Vacuum Pumps Scope The Department Of Natural Resources And Energy Development Is Looking To Establish An Estimated Quantity Contract For Slid In Fire Skid An As And When Required Basis. This Contract Will Be In Place From Contract Award To December 31, 2025, With The Option To Renew For Two (2) Additional One (1) Year Terms. Option Year Pricing Pricing Will Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index (cpi). If A Mutually Agreed Upon Price Cannot Be Reached Gnb Reserves The Right To Re-tender, Re-award Or Delete The Item(s) In Question. Specification Items Must Meet Or Exceed The Specifications In The Attached Documents. The Province Will Purchase And Supply A Waterax Bb-4-23h Pump And Control Panel For Each Unit To The Successful Bidder. Connector Must Be Supplied To Connect The Pump To The Truck Battery So That It Can Easily Be Disconnected From The Truck For Maintenance. 150ft Of Rubber Hose (non-collapsible) On The Reel Must Be Included. Bidders Are Requested To Provide Detailed Specifications On The Product Being Bid With The Tender Submission. Contract Award Criteria This Tender Will Be Awarded Based On The Overall Lowest Compliant Bid Which Meets The Required Specifications And Consideration Of Other Cost Savings Incentives, Which Ever Provides The Best Overall Value To The Province Of New Brunswick. (best Overall Value Will Be Determined At The Sole Discretion Of Gnb And All Decisions Are Final.) How To Submit Pricing Vendors Are Invited To Submit Their Unit Price--the Price For A Single Product Within The Tender Item--under The 'unit Price Including Discount' Column. Vendors Should Then Multiply Their Unit Price By The 'quantity/unit' To Calculate The 'extended Price'. The 'unit Price Including Discount' And 'extended Price' Should Not Include Taxes. When Stating "unit Price," Vendors Must Include Delivery To The Shipping Address Detailed Above. The Bid Price Must Include Any Additional Costs And/or Charges That May Apply. All Prices Must Be Fob Destination, Freight Prepaid. Do Not Include Any Sales/hst Taxes In The Prices Quoted In The Tender Document. Delivery And Price Vendor(s) Are To Deliver The Goods To The Addresses Detailed Above Upon Receipt Of An Official Release Against This Contract. Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 (seven) Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. Requirements Vendors Are Required To Sign And Date Their Bid In The Space Provided Below. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
Closing Date3 Jan 2025
Tender AmountRefer Documents
Municipality Of Don Victoriano Chiongbian, Mis Occidental Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Notice For Negotiated Procurement (two-failed Biddings) The Local Government Unit Of Don Victoriano, Misamis Occidental Through Its Bids And Award Committee (bac), Invites Suppliers / Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Installation Of Additional Cctv To Municipal Site Source Of Funds : Realignment Of 2021-2023 Mdrrm Fund Approved Budget For The Contract : Php 350,000.00 Id Number Project Name Brief Description Abc Delivery Schedule Dv-2024- G50 Installation Of Additional Cctv To Municipal Site 1 Pc • 4mp Hd Intelligent Lighthunter Ir Fixed Bullet Networkcamera • High Quality Image With 4mp, 1/3"cmos Sensor • 4mp (2688*1520)@ 30/25fps; 4mp (2560*1440)@ • 30/25fps; 3mp (2304*1296) @30/25fps; 2mp (1920*1080) @30/25fps; • Ultra 265, H.265, H.264, Mjpeg • Smart Intrusion Prevention, Include Cross Line, Intrusion, Enter Area, Leave Area Detection • Based On Target Classification, Smart Intrusion Prevention Significantly Reduce False Alarm Caused By Leaves, Birds And Lights Etc., Accurately Focus On Human And, Motor Vehicle And Non-motor Vehicle • Intelligent People Flow Counting And Crowd Density Monitoring • Lighthunter Technology Ensures Ultra-high Image Quality In Low Illumination Environment • 120db True Wdr Technology Enables Clear Image In Strong Light Scene • Support 9:16 Corridor Mode • Built-in Mic • Smart Ir, Up To 40m (131ft) Ir Distance Supports 256 G Micro Sd Card • Ip67 Protection • Support Poe Power Suppl Environment • 120db True Wdr Technology Enables Clear Image In Strong Light Scene Ph 350,000.00 7 Cd From The Receipt Of Ntp • Support 9:16 Corridor Mode • Built-in Mic • Smart Ir, Up To 40m (131ft) Ir Distance Supports 256 G Micro Sd Card 3 Pcs • 4mp 25x Lighthunter Network Ptz Dome Camera • High Quality Image With 4mp,1/2.8" Cmos Sensor • 2688*1520@30fps In The Main Stream • Ltra 265, H.265, H.264, Mjpeg • 25x Optical Zoom • Lighthunter Technology Ensures Ultra-high Image Quality In Low Illumination Environment • Smart Ir, Up To 100m (328ft) Ir Distance • C 12v±25% Or Poe+ (ieee 802.3at) • Alarm 2 In And 1 Out, Audio 1 In And 1 Out • Ip67 Ingress Protection Ik10 Vandal Resistant 1 Box • Cat6 Outdoor Utp Lan Cable • 23awg With 4 Pairs Copper • Hdpe Insulation • Pvc + Pe Jacket • High Performance Network Cable • Can Be Used Indoor And Outdoor • Waterproof Cable • 305m Thicker Outer Layer 50 Pcs • Full-color Gold-plated Chip, Effectively Enhance Signal Transmission • Good Oxidation Resistance • Perforated Crystal Head, Fast Threading, Effectively Avoiding The Core Not Being Inserted In The End • High Strength Shrapnel, Good Flexibility Wire Hole: 1.0mm 4 Pcs • Vertical Mount Right Angle Reinforcing Plate Metal Steel Universal Ptz High Speed Cctv Dome Camera Bracket Adapter Plate • Dimension: 155mm(h) X 100mm (w) • Plate Net Weight: 321g Color: White 4 Pcs • Omni Convenience Outlet 4 Gang (wso-004) 4 Pcs • Original Regular Plug • 10a 250v • Polycarbonate Material • Protection Against Uv And Fading • High Impact Resistance • Flame Retardant High Heat Resistance (up To 120c) 4 Pcs • High Quality And Brand New. • It Has A Press On Cover And Is Ideal When Mounting Small Electrical Items Such As Cctv Camera Terminations, Transformers And Terminals. • Good Sealing Performance, Effectively Prevent Dust And Water From Entering. Offer A Simple Low-cost Solution For General Installation Use. • Color: White • Materials : Metal • Dimension : 280*190*100 Mm • Weight :0.98kg With Bracket 4 Pcs • 5× 10/100/1000 Mbps Rj45 Ports • With Four Poe+ Ports, Transfers Data And Power On One Single Cable • Works With Ieee 802.3af/at Compliant Pds • 802.1p/dscp Qos Enable Smooth Latency- Sensitive Traffic • Supports Poe Power Up To 30 W For Each Poe Port • Supports Poe Power Up To 40 W For All Poe Ports* • Plug And Play, No Configuration And Installation Required • Fan Quantity : Fanless • External Power Supply : External Power Adapter (output: 53.5 Vdc / 0.81 A) Packet Forwarding Rate : 7.44 Mpps 4 Pcs • Modulation And Demodulation Device • Fiber Type Single Mode • Connector Type Sc/upc • Application Ftth Fttb Fttx Network • Wavelength Tx 1310nm, Rx 1490nm • Rx Sensitivity <-28dbm (1490nm) • Fiber Port 1ge+3fe+wifi • Adaptor Eu, Us, Uk, Au,etc Firmware English Firmware 20 Pcs • Fiber Optic Quick Connector • Item Length:1m • Fiber Type:single Mode • Connector Type:sc/apc • Size:58mm • Certification:ce Diameter:0.9mm, 2.0mm, 3.0mm, Others 10 Rolls • Product Name : Ftth Self Supporting Butterfly Cable • Mode : Single-mode • Fiber : Single Core • Length : 1km • Brand New,high Quality • Connector Type : No Connector • Wavelength : 1310,1550 Nm • Telecom Network • Ethernet Network • Optic Communication Equipment • Low Fiber Insertion Loss<= 0.3 • Light Attenuation <= 0.3db • Return Loss >= 50db • There Are Scales On The Cable, Easy View Good Repeatability And High Stability • Minimun Bending Radius:3.8cm • Reinforcecd Phosphating Steel Wire • Low Light Decay,stable And Fast Transmission • Environmental Protection Material • Smooth Appearance,corrosion- Resistant And Flame- Retardant,tensile And Durable • Ceramic Fiber Optic Ferrule • High Precision Cermic Ferrule,low Insertion Loss • Fast Transmission Speed When Connected To Fiber Optic Transceiver • Stable Transmission Without Freezing • Low-smoke Halogen-free Outer Skin • Long Use Time,wear And Corrosion Resistance • Fiber Optic Cable End Face Test,ensure That The Center Of The Circle Is Accurate Without Offset • Specifications : 9/125μm • Weight : 18/kg • Working Temperature: -30 - + 75 Storage Temperature: -40 - + 85 5 Lengt H Galvanized G.i. Steel Pipe #3 Eagle With End Cap Connector/flange 1 Lengt H Galvanized G.i. Steel Pipe #2 Eagle With End Cap 3 Gal Paint – Orange 2 Gal Paint – Blue 3 Lengt H • Reinforcement Steel Bar (rsb) • Corrugated Bar • Deformed Bar / Rebar Sizes: 12mm 15 Pcs 2x2x10 Coco Lumber 1 Kl #4 Common Nails 3 Panels Solar Panel 500w 3 Pcs Solar Battery 50ah 3 Pcs 30a Inverter 300w Pure Sine Wave 3 Pcs Charge Controller 4 Bags Cement 1 Ls Transportation 1 Pack Solar Pv Power Accessories (holder, Clamp, Etc) And Fabrication The Local Government Unit Of Don Victoriano Now Invites Supplier Under Alternative Mode Of Procurement (negotiated Procurement-two Failed Biddings) For The Installation Of Additional Cctv To Municipal Site. Bidding Will Be Conducted Through Negotiated Procurement-two Failed Biddings. Interested Bidders May Get A Quotation Form From February 10-17, 2025 At The Address Below From 9:00 A.m To 4:00 P.m. Bids Must Be Delivered To The Address Below On Or Before February 17, 2025 At 9:00 A.m. Opening Of Quotation Shall Be On The Same Day At 9:30 A.m. The Local Government Unit Of Don Victoriano, Misamis Occidental Reserved 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 Of Bidders. For Further Information, Please Refer To: Juliet C. Nidoy Bac Chairperson Purok1, Don Victoriano Chiongbian Misamis Occidental Philippines 7216 Signature Of The Bac Chairperson Or The Authorized Representative Of The Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 350 K (USD 6 K)
Public Service Delivery Tender
Automobiles and Auto Parts
Canada
Details: Manitoba Reference Number: Mb-mbpb-15t-00684 Issuing Department: Procurement And Supply Chain Date Issued: 10/01/2025 Issued By: Gurjeet Kharay Telephone: 431-336-6413 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply & Delivery Of Utility Terrain Vehicle For Department Of Transportation And Infrastructure For One Time Purchase. Note: For Information Or Item Clarification, If Required<(>,<)> Contact: Gurjeet Kharay Email: Bids@gov.mb.ca (enquiry Only) Please Contact The Individual Noted Above If Additional Information Or Clarification Is Required On The Following Items. Please Include The Rfq Number And Description When Sending Emails For Inquiries. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca Delivery In ___ Working Days Or ____weeks From Receipt Of The Order. General Terms & Conditions: This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb. Ca/central/psc/pubs/form/manitoba_po_terms_conditions.pdf Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 28/02/2025 2.00 Each Gsin: N2320material: 56805 Utv, Utility Terrain Vehicle, As Described Below: Specification Of Utility Terrain Vehicle. Same Or Equivalent To The Following Requirement Specification Engine: Type - 65hp/59lb-ft, 976 Cc, V-twin, Liquid-cooled Fuel Delivery System - Intelligent Throttle Control With Electronic Fuel Injection Transmission - Pro-torq Cvt With Quick Response System, High-airflow Ventilation And Electronic Drive Belt Protection Extra- L/h/n/r/p Drive Train - Selectable Turf Mode / 2wd / 4wd With Visco-lok Auto Locking Front Differential Driving Assistance - Cvt Engine Braking Eco / Eco Off / Work Mode Speed Limiter Power Steering - Dynamic Power Steering Suspensions: Front Suspension - Arched Double A-arm With Sway Bar / 12 In. Suspension Travel Front Shocks - Twin Tube Gas-charged Shocks Rear Suspension - Arched Tta With External Sway Bar /12 In. Suspension Travel Rear Shocks - Twin Tube Gas Charged Shocks Tires & Wheels: Front / Rear Tires - Xps Trail Force 27 X 9/11 X 14 In. Wheels - 14 In. Cast Aluminum Breaks: Front - Dual 220mm Disc Brakes With Hydraulic Twin-piston Calipers Rear - Dual 220mm Disc Brakes With Hydraulic Single-piston Calipers Dimensions & Capacities: Cage - Profiled Cage, Rops Approved Estimated Dry Weight - 1830 Lb (830 Kg) L X W X H - 121 X 65 X 80 In (307 X 165 X 226 Cm) Wheelbase - 83 In. (211 Cm) Ground Clearance - 13 In (30.5 Cm) Cargo Box Dimensions - 38 X 54.5 X 12 In. (96.5 X 138.4 X 30.5 Cm) Cargo Box Capacity - 1000 Lb (454 Kg) Tailgate Load Capacity - 250 Lb (113.4 Kg) Storage Capacity - 10.4 Gal (39.5 L) Towing Capacity - 2500 Lb (1,134 Kg) Payload Capacity - 1200 Lb (544 Kg) Fuel Capacity - 10.6 Gal (40 L) Person Capacity - 3 Other Specification: Gauge - 4.5 In. Wide Digital Display Battery - 12v (30 A H) Magneto - 650 W Instrumentation - Dc Outlet (10 A) Lighting - Front Lighting Output 140 W / Led Taillights Seat - Bench Seat With Passenger Seats Flipping Up, Underside Hooks Steering Wheel - Adjustable Tilt Steering Protection - Integrated Front Steel Bumper Full Hard Roof With Liner And Interior Dome Light Hitch Type - 2 In. Hitch Receiver Additional Options: -track Kit -xt Front & Rear Bumpers -4500lbs Winch ======================================================== Quotation Evaluation: Generally, The Lowest Overall Price Of An Acceptable Item(s) In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Also Be Evaluated Based On Suitability Of Unit Offered Compared To The End User#s Needs, Product Specifications, Delivery, Warranty, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq. Each Product Offered Will Be Considered Individually, However, The Intent Is To Award This Rfq To One Supplier In Total (if Possible And Economic To Manitoba) Therefore Bidders Should Quote On All Items If Possible. (economic Evaluation To Be At Manitoba#s Sole Discretion) Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By The Manitoba Government (manitoba). Suitability Selection To Be At Manitoba's Sole Discretion. Quality / Acceptability All Products Supplied Are Subject To Inspection Prior To Acceptance. Manitoba Reserves The Right To Reject Any Products, After Final Inspection That Does Not Meet The Specification Requested. Product Offered: The Product Offered Must Meet The Requirements And Expectations For Its Intended Use. If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Please Indicate: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidders Catalogue/reference Number (if Applicable) ___________ Note: If Any Of The Above Items/features Are Accessories That Are To Be Included And Installed Prior To Delivery. It Is The Supplier's Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca (unit Prices Include All Necessary Charges E.g., Freight, Insurance, Handling Etc.) If Any Charges Are Not Included, Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Products/brands: Brand Names, Where Indicated, Are Shown For Reference Purposes Only And Are Not Intended As Endorsement Of A Particular Product. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer, Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Warranty: Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use). (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labor _________ Months Or _______ Years Parts _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labor, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba "will Not" Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Is Warranty Service Provided On Site At Our Premises? Yes___ Or No____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service. Company Name_______________________ Location (city & Province) ______________ Do You Have A Toll Free Phone Number For Warranty Service? Yes______ Or No______ If Yes Please Provide: ________________________ After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No, Please Advice Company Name_______________________ Location (city & Province) ______________ Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City, Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit? Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Payment Terms: Manitoba Will Consider Early Payment Terms. Manitoba's Standard Payment Term Is Net Thirty (30) Days. The Bidder Shall Specify Their Standard Invoice Term: _____________________________ Is There Any Applicable Discounts For Early Payment? Yes _____ No _____ Initial __________ If Yes, Please Specify: _____________________________________________________ Does Your Early Payment Clause Appear On Your Invoice? Yes _____ No _____ Initial __________ Your Quotation Reference # (if Applicable) _________. Proposed Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
Closing Date10 Feb 2025
Tender AmountRefer Documents
FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender
Publishing and Printing
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece Ballpen Black 50 10.00 500.00 3 Piece Ballpen, Blue 50 10.00 500.00 4 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 5 Piece Bleach, 3785 Ml 30 200.00 6,000.00 6 Ream Bond Paper Legal, Subs 20, Gsm 70 150 300.00 45,000.00 7 Ream Bond Paper Long,subs 20, Gsm 70 150 285.00 42,750.00 8 Ream Bond Paper Short, Subs 20, Gsm 70 150 265.00 39,750.00 9 Piece Bps Fine Ballpen Ball Point Pen - Black 150 25.00 3,750.00 10 Piece Bps Fine Ballpen Ball Point Pen - Blue 150 25.00 3,750.00 11 Piece Computer Keyboard 5 1,000.00 5,000.00 12 Piece Computer Mouse 5 500.00 2,500.00 13 Piece Conference Notebook 50 190.00 9,500.00 14 Piece Correction Tape 50 30.00 1,500.00 15 Piece Correction Tape, 10m 100 25.00 2,500.00 16 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 17 Piece Dater Stamp 10 1,800.00 18,000.00 18 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 19 Piece Diploma 580 25.00 14,500.00 20 Piece Diploma Jacket 580 40.00 23,200.00 21 Piece Dishwashing Liquid 20 200.00 4,000.00 22 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 23 Piece Double Sided Tape 5 50.00 250.00 24 Piece Dry Seal Of The School 2 2,500.00 5,000.00 25 Ream Dtr Form 48 100 100.00 10,000.00 26 Piece Duck Tape Black 1" 60 40.00 2,400.00 27 Set Envelope Long (100's) 50 250.00 12,500.00 28 Set Envelope Short (100's) 50 180.00 9,000.00 29 Bottle Epson Ink 003 - Black 50 350.00 17,500.00 30 Bottle Epson Ink 003 - Cyan 50 350.00 17,500.00 31 Bottle Epson Ink 003 - Magenta 50 350.00 17,500.00 32 Bottle Epson Ink 003 - Yellow 50 350.00 17,500.00 33 Set Expanded Colored Envelope Long, 100s, 250gsm 5 2,200.00 11,000.00 34 Set Expanded Colored Folder Long, 100s, 250gsm 5 2,200.00 11,000.00 35 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 36 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 37 Piece Folder Long 200 10.00 2,000.00 38 Piece Folder Short 200 8.00 1,600.00 39 Piece Foot Rug 30 30.00 900.00 40 Piece Frame, A4 50 100.00 5,000.00 41 Meter Fringes, Green 150 30.00 4,500.00 42 Meter Fringes, Yellow 150 30.00 4,500.00 43 Piece Gel Pen Refillable Retractable 0.38mm - Blue 150 80.00 12,000.00 44 Piece Gel Pen Refillable Retractable 0.38mm -black 150 80.00 12,000.00 45 Piece Glue Stick 50 5.00 250.00 46 Piece Glue Stick, Small 100 5.00 500.00 47 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 48 Set Mailing Envelope - Long 50's 10 500.00 5,000.00 49 Piece Masking Tape, 1" 60 32.00 1,920.00 50 Piece Masking Tape, 2" 50 120.00 6,000.00 51 Piece Medal Bronze 500 40.00 20,000.00 52 Piece Medal, Gold 200 40.00 8,000.00 53 Piece Medal, Silver 200 40.00 8,000.00 54 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 55 Bottle Multi-purpose Glue, 40 Ml 60 40.00 2,400.00 56 Box Paper Clip Big 100 30.00 3,000.00 57 Box Paper Clip Small 100 20.00 2,000.00 58 Piece Paper Cutter 20 50.00 1,000.00 59 Box Paper Fastener 100 50.00 5,000.00 60 Piece Paper Stapler # 35 W/ Remover 30 150.00 4,500.00 61 Piece Pencil # 2 200 10.00 2,000.00 62 Pack Photo Paper Glossy A4 50 900.00 45,000.00 63 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 64 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 65 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 66 Pack Rubber Band 15 30.00 450.00 67 Piece Scissors 50 100.00 5,000.00 68 Piece Scotch Tape 1" 60 30.00 1,800.00 69 Piece Scotch Tape 2" 60 45.00 2,700.00 70 Piece Scotch Tape, 2" 50 70.00 3,500.00 71 Meter Silk Satin Green 30 50.00 1,500.00 72 Meter Silk Satin Yellow 30 50.00 1,500.00 73 Set Soft Broom With Dust Pan 70 150.00 10,500.00 74 Set Sponge Mop With Squeezer 30 500.00 15,000.00 75 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 76 Box Staple Wire # 35 30 56.00 1,680.00 78 Piece Super Color Fine Tip Permanent Marker - Black 100 40.00 4,000.00 79 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 80 Box Thumbtacks 60 30.00 1,800.00 81 Pack Tissue Paper, 12's 50 160.00 8,000.00 82 Piece Token For Guest Speakers 3 500.00 1,500.00 83 Piece Two Hole Paper Puncher 30 250.00 7,500.00 84 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 85 Pack Vellum , 200 Gsm, 10s 210 50.00 10,500.00 86 Piece White Board Marker Pen , Ink: Ester-based, Tip: Acrylic Fibre - Blue 50 60.00 3,000.00 87 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Red 50 60.00 3,000.00 Piece Hand Soap 50 50.00 2,500.00 Piece Hand Towel 10 40.00 400.00 Meter Organsa Cloth 10 60.00 600.00 88 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Black 50 60.00 3,000.00 Total 741,200.00 Amount In Words: Seven Hundred Fourty One Thousand Two Hundred Pesos Only
Closing Date15 Jan 2025
Tender AmountPHP 741.2 K (USD 12.6 K)
DEPT OF THE AIR FORCE USA Tender
Others
United States
Details: General Statement:
this Is A Combined Synopsis/solicitation For Commercial Items Issued By The Air Force Research Laboratory/pzleq, Wright-patterson Air Force Base, Ohio. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein.
solicitation Information
solicitation Number: Combo-afrl-pzleq-2025-0008
[x] Request For Quotation (rfq) [ ] Request For Proposal (rfp) [ ] Invitation For Bid (ifb)
regulation Identification:
this Solicitation And The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-01 Effective 30 Dec 2022.
notice Of Small Business Set-aside:
set-aside Type
small Business
naics Size Standard
334517
listing/description Of Items:
clin #: 0001
description
narda Fieldman Broadband Meter And Four (4) Probes.
the Vendor Shall Provide Four (4) Narda Fieldman Logging Broadband Field Meters With Three (3) Each Of The Following Probes: 1) Efd0391, 2) Efd5091, 3) Hfd0361, And 4) Hfd0191. The Narda Fieldman Meter And Probes Shall Possess The Following Salient Characteristics:
the Detector Shall Possess The Following Specifications:
shall Have Isotropic Probes To Cover 100khz To 60ghz
shall Have Large Graphical Display
shall Have Back Lit Monochrome Lcd; Readable Even In Bright Daylight
shall Have Intelligent Probe Interface With Automatic Probe Parameter Detection
shall Include Fully Automatic Zeroing
shall Have Extensive Memory For Logging Of Up To 5000 Results
shall Have Gps Interface And Mountable Receiver For Positioning Data Documentation (optional)
shall Include Graphical User Interface (gui)
shall Have Simple-to-use 9 Button Keypad
shall Have Hold Button Soft Key For Freezing Measurement Display During Readings
shall Have User Defined Setups Can Be Saved For Repetitive Survey Needs
shall Have Keypad That Can Be Locked To Guard Against Inadvertent Inputs
shall Have User Selectable Auto-off Feature To Save Battery Life
shall Include 5 Types Of Results That Can Be Displayed: Actual, Minimum, Maximum, Average, Maximum Average
history Mode Shall Operate Continuously In The Background, Allowing Display Of Past Readings At Any Time, Up To 8 Hours
shall Include Selectable Units: V/m, A/m, W/m², Mw/cm², And % Of Standard When Using Shaped Frequency Response Probes
shall Include Stored Standards And Guidance In The Nbm Memory Allow Simultaneous Display Readings As % Of Standard If Frequency Is Known
shall Include Data Memory For Up To 5000 Measurements
shall Have Time Averaging: 4 Seconds To 30 Minutes, In 2-second Intervals
shall Have Variable Alarm Threshold Setting
shall Have Audible Indication Of Increasing Or Decreasing Field Strength
shall Include Automatic Detection Of Probe Type And Calibration Information
shall Be Fully Automatic And Variable Zero Adjustment Interval Times
shall Include Additional Optical Input For Separating Probe From Meter
shall Have Pc Connection Via Usb Or Optical Interface
shall Have Trigger Input For Externally Initiating Readings To Be Taken
shall Include Nbm-ts Software Enables Remote Controlled Measurements
shall Be Able To Have Screenshots That Can Be Downloaded To Pc
delivery Information:
fob: [x] Destination
[ ] Origin
place Of Delivery:
711 Hpw/oml
attn: Brandi Tschuor
2510 Fifth St., Bldg. 840
wright-patterson Afb, Oh 45433
requested Date Of Delivery:
30 Days Upon Receipt Of Order
instructions To Offerors:
the Provision At Far 52.212-1, Instructions To Offerors – Commercial (jun 2020), Applies To This Acquisition.
addenda:
N/a
evaluation Of Offers:
the Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Will Be Used To Evaluate Quotes Received.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered.
the Following Factors Shall Be Used To Evaluate Offers:
(lowest Price Technically Acceptable Or Price Trade-off) Pick Which One Matches
(1) Price
(2) Technical Acceptability
(a) In Order For This Quote To Be Considered “technically Acceptable” It Must Meet:
(i) All Specification Requirements In The Sow
offerors Shall Assume That The Government Has No Prior Knowledge Of Its Facilities, Capabilities, And Experience And Will Base The Evaluation Solely On The Information Presented In The Offeror’s Proposal.
the Government Reserves The Right To Award All, Some, Or None, Of The Items Listed In This Solicitation. The Government Reserves The Right To Resolicit If Results Garner Only One Qualifying Quote, If It’s Determined To Be In The Best Interests Of The Government.
offeror Representations And Certifications:
offerors Must Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (feb 2021), With Your Quote.
if Offeror Has Completed Annual Representations And Certifications In System For Award Management (sam), Then Only Paragraph (b) Needs To Be Submitted With Quote.
if Offeror Has Not Completed Annual Representations And Certifications In Sam Then Paragraphs (c-v) Need To Be Submitted.
contract Terms & Conditions:
the Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition.
addenda:
N/a
required Terms & Conditions To Implement Statutes Or Orders:
the Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (jan 2021), Applies To This Acquisition.
the Following Clauses Are Incorporated Via Paragraph (b) And Considered Applicable To This Acquisition:
far 52.219-6
notice Of Total Small Business Set Aside
far 52.219-28
post Award Small Business Program Representation
far 52.222-3
convict Labor
far 52.222-19
child Labor-cooperation With Authorities And Remedies
far 52.222-21
prohibition Of Segregated Facilities
far 52.222-26
equal Opportunity
far 52.222-50
combating Trafficking In Persons
far 52.223-18
encouraging Contractor Policies To Ban Text Messaging While Driving
far 52.225-1
buy American--supplies
far 52.225-13
restrictions On Certain Foreign Purchases
far 52.232-33
payment By Electronic Funds Transfer- System For Award Management
additional Contract Requirements:
(1) Offeror Shall Include All Warranty Requirements And Documentation With Quote.
(2) Offerors Shall Identify How Long The Quote Is Valid.
additional Provisions And Clauses Applicable To This Requirement:
far 52.203-19
prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
provision
far 52.204-7
system For Award Management
clause
far 52.204-13
system For Award Management Maintenance
clause
far 52.209-6
protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment
clause
far 52.232-39
unenforceability Of Unauthorized Obligations
clause
far 52.232-40
providing Accelerated Payments To Small Business Subcontractors
clause
far 52.246-16
responsibility For Supplies
clause
far 52.247-34
f.o.b. Destination
provision
far 52.252-1
solicitation Provisions Incorporated By Reference
(fill-in Text)
- Https://www.acquisition.gov/
clause
far 52.252-2
contract Clauses Incorporated By Reference
(fill-in Text)
- Https://www.acquisition.gov/
clause
dfars 252.203-7000
requirements Relating To Compensation Of Former Dod Officials
clause
dfars 252.203-7002
requirement To Inform Employees Of Whistleblower Rights
provision
dfars 252.203-7005
representation Relating To Compensation Of Former Dod Officials
clause
dfars 252.204-7003
control Of Government Personnel Work Product
provision
dfars 252.204-7004, Alt A,
system For Award Management Alternate A
clause
dfars 252.204-7015
notice Of Authorized Disclosure Of Information For Litigation Support
clause
dfars 252.211-7003
item Unique Identification And Valuation
clause
dfars 252.223-7008
prohibition Of Hexavalent Chromium
clause
dfars 252.225-7001
buy American And Balance Of Payments Program
clause
dfars 252.225-7002
qualifying Country Sources As Subcontractors
clause
dfars 252.225-7048
export-controlled Items
clause
dfars 252.232-7003
electronic Submission Of Payment Requests
clause
dfars 252.232-7006
wide Area Workflow Payment Instructions
clause
dfars 252.232-7010
levies On Contract Payments
clause
dfars 252.225-7012
preference For Certain Domestic Commodities
clause
dfars 252.243-7001
pricing Of Contract Modifications
clause
dfars 252.244-7000
subcontracts For Commercial Items
clause
affars 5352.201-9101
ombudsman
(fill-in Text)
ombudsman: Afrl/pk Director
alternate Ombudsman: Afrl/pk Deputy Director
1864 Fourth St
wright-patterson Afb Oh 45433-7130
937-904-9700
afrl.pk.workflow@us.af.mil
dpas Applicability:
this Requirement Is Not Applicable To The Defense Priorities And Allocations System (dpas).
solicitation Closing Information:
quotes Are Due By: 3 January 2025 @ 4:00 Pm Est.
quotes Must Be Received By The Closing Date Stated Above. Submit Quotes By Email.
point Of Contact:
the Point Of Contact For This Acquisition For Any Questions And For Submission Of Quotes Is:
name: Mr. Jason B. Sav
title: Contract Specialist
email: Jason.sav@us.af.mil
Closing Date3 Jan 2025
Tender AmountRefer Documents
City Of Tacloban Tender
Others
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Viii, Tacloban City Request For Quotation For Supply And Delivery Of Office Supplies For Use In Region Viii For The 1st Quarter Of 2025 (procurement Id No. Rbac Viii Svp-2025-012-os1stq) End-user: Comelec Region Viii Purchase Request: 25-01-0255 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The (supply & Delivery Of Office Supplies For Use In Region Viii For The 1st Quarter Of 2025 Under Procurement Id No. Rbac Viii- Svp-2025-012-os1stq), With The Following Details: No. 1 Item Description And Technical Specifications: Paper, Multi-purpose Paper, A4, 70gsm. Qty. & Unit: 500 Reams Unit Cost (in Php): 254.67 Approved Budget For The Contract (in Php): 127,335.00 No. 2 Item Description And Technical Specifications: Ballpen (black) Qty. & Unit: 26 Box Unit Cost (in Php): 97.67 Approved Budget For The Contract (in Php): 2,539.42 No. 3 Item Description And Technical Specifications: Expanding Folder (for Legal Size Document) Qty. & Unit: 1300 Pcs Unit Cost (in Php): 29.67 Approved Budget For The Contract (in Php): 38,571.00 No. 4 Item Description And Technical Specifications: Folder, Legal, 50pcs Per Pack Qty. & Unit: 150 Packs Unit Cost (in Php): 316.67 Approved Budget For The Contract (in Php): 47,500.50 No. 5 Item Description And Technical Specifications: Battery Aa Qty. & Unit: 100 Pcs Unit Cost (in Php): 56.67 Approved Budget For The Contract (in Php): 5,667.00 No. 6 Item Description And Technical Specifications: Correction Tape Qty. & Unit: 200 Pcs Unit Cost (in Php): 39.67 Approved Budget For The Contract (in Php): 7,934.00 No. 7 Item Description And Technical Specifications: Paper Clip, Vinyl/plastic Coated, 33mm Qty. & Unit: 150 Box Unit Cost (in Php): 22.33 Approved Budget For The Contract (in Php): 3,349.50 No. 8 Item Description And Technical Specifications: Paper Clip, Vinyl/plastic Coated, 50mm Qty. & Unit: 150 Box Unit Cost (in Php): 39.00 Approved Budget For The Contract (in Php): 5,850.00 No. 9 Item Description And Technical Specifications: Specialty Paper Qty. & Unit: 20 Packs Unit Cost (in Php): 57.67 Approved Budget For The Contract (in Php): 1,153.40 No. 10 Item Description And Technical Specifications: Specialty Board Qty. & Unit: 20 Packs Unit Cost (in Php): 57.67 Approved Budget For The Contract (in Php): 1,153.40 No. 11 Item Description And Technical Specifications: Sticker Paper Qty. & Unit: 20 Packs Unit Cost (in Php): 53.00 Approved Budget For The Contract (in Php): 1,060.00 No. 12 Item Description And Technical Specifications: Photo Paper Qty. & Unit: 20 Packs Unit Cost (in Php):120.00 Approved Budget For The Contract (in Php): 2,400.00 No. 13 Item Description And Technical Specifications: Sign Pen, .5mm Black, 12 Pcs Per Box Qty. & Unit: 14 Box Unit Cost (in Php): 380.00 Approved Budget For The Contract (in Php): 5,320.00 No. 14 Item Description And Technical Specifications: Sign Pen, .5mm Blue, 12 Pcs Per Box Qty. & Unit: 14 Box Unit Cost (in Php): 380.00 Approved Budget For The Contract (in Php): 5,320.00 No. 15 Item Description And Technical Specifications: Stamp Pad Ink, Blue Qty. & Unit: 155 Btl Unit Cost (in Php): 29.33 Approved Budget For The Contract (in Php): 4,546.15 No. 16 Item Description And Technical Specifications: Tape, Transparent 1" Qty. & Unit: 160 Roll Unit Cost (in Php): 29.33 Approved Budget For The Contract (in Php): 4,692.80 No. 17 Item Description And Technical Specifications: Tape, Masking 1" Qty. & Unit: 160 Roll Unit Cost (in Php): 48.00 Approved Budget For The Contract (in Php): 7,680.00 No. 18 Item Description And Technical Specifications: Permanent Marker Qty. & Unit: 8 Box Unit Cost (in Php): 606.67 Approved Budget For The Contract (in Php): 4,853.36 No. 19 Item Description And Technical Specifications: Puncher, Paper, Heavy Duty Qty. & Unit: 8 Pcs Unit Cost (in Php): 305.00 Approved Budget For The Contract (in Php): 2,440.00 No. 20 Item Description And Technical Specifications: Note Pad, Stick On, 3" X 3" Qty. & Unit: 50 Pcs Unit Cost (in Php): 39.67 Approved Budget For The Contract (in Php): 1,983.50 No. 21 Item Description And Technical Specifications: Scissors, Stainless Steel, 8.5 Inches Qty. & Unit: 10 Pcs Unit Cost (in Php): 121.67 Approved Budget For The Contract (in Php): 1,216.70 No. 22 Item Description And Technical Specifications: Paper Fastener (viny Plastic) Qty. & Unit: 150 Box Unit Cost (in Php): 60.00 Approved Budget For The Contract (in Php): 9,000.00 Total : Php291,565.73 Delivery Site: 1. Office Of The Regional Election Director, Region Viii, Brgy. 91, Abucay, Tacloban City 2. Office Of The Provincial Election Supervisor, Brgy. 91, Abucay, Tacloban City 3. Office Of The Provincial Election Supervisor, 2/f Capitol Bldg., Asuncion, Maasin City 4. Office Of The Provincial Election Supervisor, Capitol Compound, Brgy. Calumpang, Naval, Biliran 5. Office Of The Provincial Election Supervisor, Old Justice Bldg., Curry Avenue, Catbalogan City 6. Office Of The Provincial Election Supervisor, Capitol Site, Brgy. Alang Alang, Borongan City, Eastern Samar 7. Office Of The Provincial Election Supervisor, Da Compound, Capitol Ground, Brgy. Dalakit Catarman, Northern Samar Delivery Period: Thirty (30) Calendar Days Upon Receipt Of Purchase Order. Payment Terms: Thirty(30) Days Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, For Other Commercial Bank, Applicable Bank Charges Shall Be For The Account Of Supplier. The Supplier Shall Submit Bank Details Together With Billing Statement/invoice For Ready Reference. Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. This Project Shall Be Awarded As One Contract. 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid Except For Omnibus Sworn Statement). Failure To Submit The Required Documents Will Be Subjected For Disqualification: A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No. C. Duly Signed And Notarized Omnibus Sworn Statement Per Attached Annex B With Attached Proof Of Authority Of The Bidder’s Authorized Representative (e.i. Copy Of Notarized Secretary Certificate, Board Resolution Or Special Power Of Attorney, Whichever Is Applicable); 5. Any Interested Entity May Submit Their Quotation Using The Prescribed Form, (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 10, 2025, 10:00am In A Sealed Envelope (indicating The Company Name, Project Title, Reference Number And Official Email Address At The Office Of The Regional Election Director, Region Viii, Brgy. 91, Abucay, Tacloban City (c/o Vita Y. Villote, Head Rbac Secretariat). 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Maria Corazon S. Montallana Rbac Vice Chairperson-region Viii
Closing Date10 Feb 2025
Tender AmountPHP 291.5 K (USD 5 K)
The City Of Dagupan Tender
Others
Philippines
Details: Description Air Freshener, 320ml/can 5 Can 1,513.00 Alcohol, Isopropyl, 70% Solution, 500ml/bottle 30 Bottle 3,699.00 Ballpen, Crystal Tech, 0.5, Black 8 Box 58.40 Battery, Dry Cell, Size Aa, 4 Pcs/pack 5 Pack 718.00 Bleaching Solution, 1liter/bottle 20 Bottle 1,162.00 Book Paper, A4, Subs. 20, 500sheets/ream 5 Ream 1,667.50 Book Paper, Legal, Subs. 20, 500sheets/ream 90 Ream 31,320.00 Book Paper, Short, Subs. 20, 500sheets/ream 50 Ream 15,225.00 Broom, Soft (tambo) 5 Piece 946.00 Broom, Stick (tingting) 2 Piece 1,276.80 Broom Stick (tingting), With Long Wooden Handle 2 Piece 275.60 Calculator, Basic Compact, 12 Digits 1 Piece 664.10 Cleaner, Toilet Bowl And Urinal, 500ml/bottle 10 Bottle 1,494.00 Clip Backfold, Metal, Clamping: 25mm Small, 12s/box 15 Box 1,044.00 Clip Backfold, Metal, Clamping: 32mm Small, 12s/box 15 Box 1,305.00 Clip Backfold, Metal, Clamping: 41mm Small, 12s/box 15 Box 1,566.00 Clip Bulldog, Big, 12pcs/box 5 Box 957.00 Clip Bulldog, Small, 12pcs/box 10 Box 1,138.00 Correction Pen, 12ml/piece 10 Piece 1,378.00 Correction Tape, 8m X 5mm 15 Piece 979.50 Cutter Heavy Duty 5 Piece 544.00 Data File Box, Double 5 Piece 1,609.50 Detergent Bar, 125g/piece 15 Piece 274.50 Detergent Powder, 50g/pack 100 Pack 1,130.00 Dishwashing Foam, 100x70x40mm 5 Piece 278.50 Dishwashing Liquid, 240ml/bottle 10 Bottle 1,396.00 Disinfectant Spray, 510g/can 3 Can 2,327.40 Door Mat, Cloth 25 Piece 1,812.50 Door Mat, Rubber 3 Piece 1,348.50 Dustpan, Plastic, Large, With Handle 3 Piece 282.90 Envelope, Brown, Legal, Single 300 Piece 2,190.00 Envelope, Brown, Short, Single 300 Piece 1,740.00 Envelope, Expanding, Kraftboard, Long 20 Piece 494.00 Envelope, Expanding, Kraftboard, Short 10 Piece 218.00 Envelope, Expanding, Plastic, Long, With Handle 5 Piece 471.50 Envelope, Mailing, White, Long, 500s/box 3 Box 1,339.80 Fabric Conditioner, 22ml/pack 100 Pack 1,160.00 Feather Duster, Plastic Handle 3 Piece 245.40 Flash Drive, 64gb 5 Piece 3,951.50 Folder Pressboard, Long 50 Piece 1,450.00 Folder, Pressboard, Short 50 Piece 1,235.00 Folder, Tagboard, Long, 100pcs/pack 2 Pack 1,740.00 Folder, Tagboard, Short, 100pcs/pack 2 Pack 1,305.00 Glue Gun, Heavy Duty 2 Piece 724.40 Glue Stick, 4s/pack 10 Pack 943.00 Gun Tacker Wire, T50, 1250pcs/box 15 Box 3,480.00 Gun Tacker, Heavy Duty 2 Piece 7,105.00 Manila Paper, 3 Sheets/pack 5 Pack 118.00 Marker Ink Refill, Permanent, 20ml/bottle, Black 5 Bottle 580.00 Marker, Flourescent, 3 Assorted Colors/set 5 Set 370.00 Marker, Permanent, Fine Tip, Black 12 Piece 644.40 Marker, Whiteboard, Broad Tip, Black 12 Piece 1,044.00 Mop Refill, Tornado 3 Piece 689.40 Muriatic Acid, 1l/bottle 5 Bottle 776.00 Note Pad, Stick On, 2"x3", 100 Sheets/pad 20 Pad 1,096.00 Note Pad, Stick On, 3"x3", 100 Sheets/pad 20 Pad 1,554.00 Pad Paper, Yellow Pad, 80 Leaves/pad 10 Pad 870.00 Paper Clip, Plastic Coated, 33mm, 50g/box 20 Box 436.00 Paper Clip, Plastic Coated, 50mm, 50g/box 20 Box 812.00 Paper Fastener, Metal, 50s/box 10 Box 1,015.00 Paper Fastener, Plastic, 50s/box 10 Box 653.00 Photo Paper, A4, 230g, Glossy, 20s/pack 20 Pack 2,900.00 Printer Ink Refill, Epson 003, 65ml/bottle, Black 15 Bottle 6,417.00 Printer Ink Refill, Epson 003, 65ml/bottle, Cyan 8 Bottle 3,624.80 Printer Ink Refill, Epson 003, 65ml/bottle, Magenta 8 Bottle 3,624.80 Printer Ink Refill, Epson 003, 65ml/bottle, Yellow 8 Bottle 3,624.80 Printer Ink Refill, Epson T6641, 70ml/bottle, Black 10 Bottle 4,278.00 Printer Ink Refill, Epson T6642, 70ml/bottle, Cyan 5 Bottle 2,265.50 Printer Ink Refill, Epson T6643, 70ml/bottle, Magenta 5 Bottle 2,265.50 Printer Ink Refill, Epson T6644, 70ml/bottle, Yellow 5 Bottle 2,265.50 Push Brush, Wooden Handle 3 Piece 620.40 Rag, Cotton, 8", Per Kilo 3 Kilo 417.60 Record Book, Hard Bound, 300 Pages 10 Piece 1,233.00 Record Book, Hard Bound, 500 Pages 10 Piece 1,450.00 Rubber Band, #14, 350g/box 1 Box 261.00 Ruler, Hard Plastic, 12 3 Piece 174.00 Scissor, Multi Purpose,8" 10 Pair 1,160.00 Sign Pen, Gel Point, 0.5mm, Black 12 Piece 1,148.40 Sign Pen, Gel Point, 1.0mm, Black 12 Piece 1,539.60 Soap, Hand Wash Liquid, 225ml/bottle 5 Bottle 652.50 Sponge, Regular, With Scrub Pad 5 Piece 278.50 Stamp Pad Ink, 30ml/ Bottle 2 Bottle 130.60 Stamp Pad, Big 2 Piece 197.20 Staple Wire, #35, 5000pcs/box 10 Box 1,015.00 Stapler #35, Heavy Duty, With Stapler Remover 5 Piece 2,900.00 Stick On Notes, 1.3 X 4.3,5 Colors X 25 Sheets/pack 25 Pack 862.50 Sticker Paper, A4, Matte, 10 Sheets/pack 22 Pack 1,914.00 Storage Box, Plastic, With Cover, 67 Liters 1 Piece 986.00 Tape Dispenser, Heavy Duty, 1", Desktop 2 Piece 371.20 Tape, Double Sided, 1" 5 Roll 667.00 Tape, Duct, 2" 1 Roll 279.90 Tape, Masking, 1" 5 Roll 261.00 Tape, Masking, 2" 5 Roll 515.00 Tape, Transparent, 1 " 10 Roll 273.00 Tape, Transparent, 2" 5 Roll 183.50 Tissue Paper, 2ply, 12 Rolls/pack 12 Pack 3,034.80 Toilet Bowl Brush, Metal Handle 3 Piece 295.80 Toilet Deodorant Cake, 100g 20 Piece 1,496.00 Toilet Suction Pump, Rubber, Wooden Handle 2 Piece 301.60 Trash Bag, Plastic, Large, 10pcs/pack 20 Pack 1,546.00 Trash Bag, Plastic, Xlarge, 10's/pack 20 Pack 2,320.00 Tash Bag, Plastic, Xxlarge, 10s/pack 20 Pack 3,294.00 Trash Bin, Soft Pedal, 3l 1 Piece 1,892.30
Closing Date18 Feb 2025
Tender AmountPHP 184.7 K (USD 3.1 K)
8851-8860 of 8942 archived Tenders