Bus Tenders
Bus Tenders
Municipality Of Bindoy, Negros Oriental Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Bindoy Bids And Awards Committee Bindoylgubac@gmail.com Invitation To Bid For Purchase And Installation Of Solar Power System, Brgy. Poblacion, Bindoy, Negros Oriental, Bindoy, Negros Oriental The Municipality Of Bindoy, Through The Local Disaster Risk Reduction Management Office 70% Of The 5% Fund Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos & /100 (2,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase And Installation Of Solar Power System, Brgy. Poblacion, Bindoy, Negros Oriental. Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of Bindoy Through Its Bids And Awards Committee (bac), Now Invites Bids From Eligible Bidders Of Purchase And Installation Of Solar Power System, Brgy. Poblacion, Bindoy, Negros Oriental. On January 6, 2025. Item Description Quantity 1 Solar Panels 550watts, Monocystalline 64.00 2 Hybrid Inverter, 16kw, 3-mmpt Trackers, 1 Single Phase, 48v- 51.2vdc/220vac(on/off Grid) 2.00 3 Power Wall Battery System Lifepo4 (51.2v X/200ah) 15.36kw-hr 3.00 4 Battery Combiner W/ Rated 225a Bus Bar 2.00 5 Railings 2.4 Meters, Aluminum Hd 98.00 6 L-foot/t-foot, Alluminum 340.00 7 Rail Joiner/splice Kit 58.00 8 Mid Clamp, Alluminum 100.00 9 End Clamp, Alluminum 80.00 10 Ground Logs, Alluminum 8.00 11 Combiner Box 24 Ways Ip 66 2.00 12 Combiner Box 12 Ways Ip 66 4.00 13 Combiner Box 8 Ways 4.00 14 Isolator Dc 4.00 15 Isolator Ac 4.00 16 Pv Cables (duplex) 6mm (w/6mm Stranded Conductor) 4.00 17 Pv-dc Cable (6mm Single Wire Black Red) 2.00 18 Dc Spd 8.00 19 Ac Spd 8.00 20 Dc Breakers 32a 8.00 21 Dc Breakers 25a 8.00 22 Dc Breakers 250a 4.00 23 Ac Breakers 63a 2.00 24 Ac Breakers 32a 4.00 25 C Battery Cable 35/ 50mm (black) 15.00 26 Battery Cable 35/50 Mm (red) 15.00 27 Battery Logs 50 Mm 20.00 28 Mechanical Timer 2.00 29 Wiring Duck 3" (inches) 10.00 30 Aluminum Duck 4"(inches) 4.00 31 Mc- 4 Connectors W/ Wire Ferrules 85.00 32 Mts/ Ats- Heavy Duty Set-auto)/ Manual 250a 1.00 33 Y-delta Box 6x15 X18 4.00 34 Y-delta Box 6x12 X12 4.00 35 Liquid Tight Flexible Hose 1/2 150.00 36 Liquid Tight Flexible Hose No. 1 50.00 37 Liquid Tight Flexible Hose Adaptor 1/2 12.00 38 Liquid Tight Flexible Hose Adaptor 1 12.00 39 Thhn No. 22mm (white) 70.00 40 Thhn No. 22mm (black) 70.00 41 Nema 3-r With 60a Ge Breaker (size: 4x6x9) 6.00 42 Circuit Breakers 70a 6.00 43 Thhn No. 3.5mm (green) 150.00 44 Ground Clamp No. 5/8 4.00 45 Ground Rod 1/ 2 (galvanized Or Brass) 2.00 46 Cooling Fan 10" /c10" 2.00 47 Vulcaseal / Sealant 8.00 48 Toks (3/8 X 1) 4.00 49 Electrical Tape 3m/ Armak 8.00 50 Gi Pipe No. 2 / 40 10.00 51 Secondary Rack (5 Spool) 10.00 52 Cement 10.00 53 Acsr No 4. Insulated (allu) Single 300.00 54 Wire Holder No. 4 60.00 55 Round Bar No. 10mm 10.00 56 Welding Rod 8.00 57 Cement 20.00 58 Sand & Gravel 6.00 59 Boulders 2.00 60 Hardiflex/hardiboard 1/ 4 10.00 61 Marine Plywood 3/ 4 4.00 62 Marine Plywood 1/2 4.00 63 Angle Bar 2 X 3/16 10.00 64 Angle Bar 1 & 1/2 X 3/16 X 3/16 10.00 65 Deform Bar No. 10 Mm 8.00 66 Deform Bar No. 9 Mm 10.00 67 Glass Door Assy Standard 1.00 68 Roof / Superlum No. 0.4 4.00 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 23, 2024, At Mpdc Office, Which Shall Be Open To Prospective Bidders A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 9, 2024 – January 06, 2025 @ 9:00am – 5:00pm From The Bac Secretariat Upon Payment Of The Applicable Fee For The Bidding Documents, Of Five Thousand Pesos Only (p5,000.00). Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before December 9, 2024 – January 06, 2025 At 1:30pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause Error! Reference Source Not Found.. Bid Opening Shall Be On January 6, 2025 At 2:00pm At The Office Of The Municipal Planning And Development Officer. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Municipality Of Bindoy Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Roberto L. Amaro, Enp Bac Chairman Municipal Planning And Development Office Poblacion, Bindoy, Negros Oriental Mobile Contact Nos. 09274958041
Closing Date6 Jan 2025
Tender AmountPHP 2.5 Million (USD 43 K)
University Of The Philippines Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074.442.3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Supply And Delivery Of High Power Audio Conference System And Equipment For The Office Of The Chancellor Purchase Request Nos.: Oc-2025-01-0023 Approved Budget For The Contract: Php 266,288.40 Date: February 03, 2025 Rfq No.: 0041 Mop: Np - Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As Valid Business Permit, Philgeps Registration And Notarized Omnibus Sworn Statement (oss). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex H Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate Shall Be Six (6) Months For For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0041 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1200h On February 07, 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: James Benedict E. Bagsic Mary Anne R. Rivera Staff, Spmo Head, Spmo Item No. General Description Compliance With Technical Specifications (please Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 "supply And Delivery Of Conference Microphones And Its Components At The Chancellor's Board Room 24 Units Conference Microphone Unit (2 Units - Chairman, 22 Units - Delegates) 1 Unit Conference System Main Control Unit With Usb 1 Channel Compact Bluetooth Mixer With 8 Microphone/line 4 10 Meters Midi Cable 2 Sets Speaker And Speaker Stand 4 8-meter Xlr Male To Xlr- Female Connector Other Specifications : Warranty: 1-year Hardware Warranty Compatibility : The Devices Should Be Interoperable With Each Other Not Requiring Extra Cables/adaptors The Product Being Offered Should Be The Most Recent Or At Least A Higher-tier Version (specific Set Of Items Should Work In Compatibility Ensuring Seamless Interaction)" Lot 1 266,288.40 266,288.40 Specifications: "conference Microphone Unit (2 Units - Chairman, 22 Units - Delegates) Unidirectional Condenser Microphone Built-in 2w Speaker Volume Control Microphone On/off Buttons Light Indicators Must Be Same Brand With Control Unit Chairman And Delegate's Unit Inclusive Of 1 Meter Cable" "conference System Main Control Unit With Usb Record & Play Function Thru Usb Or Sd Card Equipt W/ 3 Groups + Capable Of Extension Group. For 20 Mic Units Each Group Output Level Led Indicator Line Volume For The Unit Source. Mic Volume For The External Mic Connection Master Volume Control The Mic Line Level Balanced Xlr Output Must Be Same Brand With Conference Microphone" "channel Compact Bluetooth Mixer With 8 Microphone/line 2 Stereo Input And 2 Aux Output, 3 Band Eq With Usb / Mp3 Function And 99 Dsp Effects | Mix Series • 12 Channel Input Compact Mixer • 8 Mic/line 2 Aux Stereo Input • Atleast 3 Band Eq • 24bit 99dsp Digital Effect • Mute And Solo Function • Phantom Power 48v • 2 Bus • Headphone And Foot Switch • 2 Aux Out • Bluetooth • Usb • Mp3 Function" "10 Meters Midi Cable 8 Pin Din Extension Cable For Wired Conference Microphone System Pvc Jacket Type : Male To Female Serviceable, All-metal Plugs For Rugged Durability And Ease Of Repair Connectors Compatible With The Audio System Length: 10 Meters" "speaker And Speaker Stand System Type: 2 Way Full Range Lf: 15"" Woofer Hf: 1.7"" Polymide Dome Tweeter Freq. Resp: Atleast 43hz- 20khz Power: 500w Impedance: Atleast 4 Ohms Amp. Power: 500w Class D Input Gain: Line: Atleast +20 Dbu/ Mic +40db Input Connector: Line(rca & Xlr Combo Jack) Output Connector: Line(xlr Loop Through Ac Input: 220v 50-60hz Sensitivity: 99db With Extendable Speaker Stand With At Least 186cm Max Adjustable Height, Lock Knob And 50kg Max Weight Capacity For Speakers" "8-meter Xlr Male To Xlr- Female Connector 3-pin Connectors 8 Meters Heavy-duty Metal Housing Dual Copper Outer Shields And Twin Conductive Pvc Inner Shields." ***please Indicate The Unit Price Of Each Item Included In The Lot. However, The Bid Lot Price Will Be Evaluated As One Lot. Contract Award: Per Lot Delivery Period: Within 30cd Upon Receipt Of Ntp **warranty Included *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item; Otherwise, Bidder May Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. -¤¤¤ Nothing Follows ¤¤¤- Total: 266,288.40 Bid Total: Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date7 Feb 2025
Tender AmountPHP 266.2 K (USD 4.5 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A Number Suit/s With A Total Of 3,940 Net/usable To A Maximum Of 4,584 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In The City Of Chandler, Az And Within The Defined Delineated Area (da) Boundaries Below:
The City Limits Of Chandler, Az
the Government’s Desire Is For Afull-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights.
offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement.
adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired.
required
--spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress.
--lighted, Non-exclusive Or Reserved On-site Parking For Number (14) Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately Number (18) Employee Vehicles And Visitors/recruit Candidate Parking.
--must Use The Government Lease.
--the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning.
--armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors.
proposals Are Due No Later Than 5:00 Pm (pacific/arizona Time) On January 18, 2025.
responses Must Include At A Minimum:
- *initialed (not Signed) Draft Lease Document
- *initialed Copy Of The General Clauses 3517b
- *initialed Copy Of The Janitorial Specifications
- *completed, Signed And Dated Proposal To Lease Space Form,
- As-built Floor Plan Drawing
- Site Plan Showing Location And Available Parking
- Digital Photo Of Street View Of Property
*these Documents Are In The Attached Request For Lease Proposal Document
notice:the Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Source Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Proposal Be Selected.
contact
interested Parties May Contact Ms. Mindy Joseph At The U.s. Army Corps Of Engineers, Arizona/nevada Branch, Real Estate Office, 3636 N Central Ave, Ste 900, Phoenix, Az 85012-1939; (602) 698-1963; Mindy.l.joseph@usace.army.mil, No Later Than 5:00 Pm(pacific/arizona Time) On January 18, 2025.
insert The Request For Lease Proposal (rlp) File (a Single Pdf Document Named “daca095250075000 Rlp Package 25”) Containing At A Minimum:
exhibit “a” Usace Form L100 – National Recruiting Lease Draft
exhibit “b’ Usace Form 3517a - General Clauses
exhibit “c” Usace Form 1364 - Proposal To Lease Space
exhibit “d” Usace Janitorial Requirement
exhibit “e’ Construction Specifications (draft For The Location)
exhibit “f” Sample Floors Plans
exhibit “g” Construction Specifications Bid Proposal Worksheet
Closing Date9 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Electronics Equipment...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500393 Title Rode Videomic Go Ii Ultracompact Analog/ Description 1 Activity Unit X Rode Videomic Go Ii Ultracompact Analog/ 1 Activity Unit X Dji Mic 2 2-person Compact Digital Wirel 1 Activity Unit X 16-channel Digital Mixer Specification* Refer To Gk12500393 Rode Videomic Go Ii Ultracompact Analog/usb Camera-mount Shotgun Microphone - Marketing Section Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : For Cameras, Mobile Devices <(>&<)> Computers Plug-in Power Or Usb Power 3.5mm Trs Output To Camera Or Headphones Usb Type-c Digital Audio Output Windscreen Reduces Wind Noise Includes Shoe/pole Shockmount A/d Conversion 24-bit Sample Rate 48 Khz Operating System Support Android, Windows, Ios, Macos/os X Delivery Address : 12 Oude Molen Road , Ndabeni * Dji Mic 2 2-person Compact Digital Wireless Microphone System/recorder For Camera And Smartphone (2.4 Ghz) Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : 2.4 Ghz 14-hour Internal Recording 32-bit Float Internal Recording Intelligent Noise Cancelling 250m (820 Ft.) Range 18-hour Battery Charging Case Delivery Address : 12 Oude Molen Road , Ndabeni * 16-channel Digital Mixer Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : # Ipad, Android Tablet Controlled 16-input Digital Mixer Built-in Wifi Router Usb Connector For Uncompressed Stereo Wav Recording And Playback 4 Stereo Fx Slots 6 Aux Buses And Main Lr With Inserts, Full Dynamics Processing And 6-band Parametric Or 31-band Graphic Eq 4 Xlr Aux Outputs And 2 Xlr Main Outputs 40-bit Floating-point Dsp Delivery Address : 12 Oude Molen Road , Ndabeni Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/31 Delivery Tosupport Services Suse Delivery Address12 Oude Molen Road, Ndabeni Contact Personmatthew Granger Telephone Number0214006048 Cell Number Closing Date2025/02/07 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date7 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Details: The Lhd/a Machinery Control Systems Are Currently Experiencing Obsolescence Issues With Respect To Both Their Hardware/computer Software Configuration Items (hwci/csci) That Will Require A Technology Refresh And Re-engineering To Sustain Shipboard Tactical Operations. Historically, The Mcs Configuration Included North Atlantic Industries (nai) Brand Name 6u Versa Module Europa (vme) Multifunction I/o Cards, Specifically The 64g5 Card. The Legacy Nai 64g5 Card Has Reached End Of Life And Are No Longer Supported. In Order To Address Availability And Obsolescence Issues, Mcs Tech Refresh Is Transitioning From The Legacy Versa Module Europa (vme) Chassis Design, Which Hosts The I/o Cards, To A Vme Peripheral Component Interconnect With Extents For Both Buses Standards (vpx) Chassis Design. The Nai 68g5 I/o Cards, Listed In This Requisition, Are Required To Support The Lhd/a Mcs Tech Refresh As They Are Compatible With The Modernized Vpx Chassis, Compliant With The Vpx Chassis Backplane Pin-out Structure And Provide Increased Functionality And Supportability Compared To The Legacy I/o Cards.
this Sources Sought Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential Firms Capable Of Providing The Supplies/services Described Herein Prior To Determining The Method Of Acquisition.
capability Statements:
interested Businesses Are Invited To Submit Capability Statements, Not To Exceed 5 Double Spaced, Single-sided Pages In Length, Demonstrating Their Ability To Fulfill This Requirement. Capability Statements Must Address, At A Minimum The Following:
section 1: Introduction. Identify The Sources Sought Number And Title
section 2: Corporate Description.
name Of Company And Address
prime Contract Number
ownership, Including Whether: Small, Small Disadvantaged Business (sdb), 8(a), Women-owned Small Business (wosb), Hubzone, Or Service Disabled Veteran-owned Small Business (sdvosb)
points Of Contact, Including: Name, Title, Phone, And E-mail Address
cage Code And Duns Number
(1) A Complete Description Of The Offeror’s Capabilities (including Technical, Program Management, Prototyping, Etc.) Related Experience, Facilities, Techniques, Or Unique Combination Of Factors That Would Directly Relate To The Government’s Objectives As Stated In The Attached Pws,
(2) The Qualifications, Capabilities, And Experiences Of Contractor Employees, Who Would Be Available To Support This Effort,
(3) Demonstrated Ability To Obtain Security Clearances At The Time Of Contract Award Or Within 45 Days For All Personnel Expected To Provide Support In Accordance With The Above Requirement;
section 3. Past/current Performance. Suggested Language: Provide One (1) Example Of Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values, Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described In The Draft Sow.
section 4. Technical Response. Provide A Detailed Technical Response That Addresses The Tasks Identified In The Draft Sow. Information Should Include:
contractor’s Facility Clearance (if Required, This Should Be Filled Out By The Negotiator)
statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel (if Required, This Should Be Filled Out By The Negotiator)
the Contractor’s Ability To Manage, As A Prime Contractor, The Types And Magnitude Of All Tasking In The Sow
contractors Technical Ability, Or Potential Approach To Achieving Technical Ability, To Perform At Least 51% Of The Cost Of The Task Order With Its’ Own Employees In Accordance With Far 52.219-14
the Contractor’s Capacity, Or Potential Approach To Achieving Capacity, To Execute The Requirements Of The Sow. This Response Should Include A Discussion Of Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located At The Locations Specified
contractor’s Ability To Begin Performance Upon Task Order Award.
a Statement That The Contractor Either Has Or Does Not Have An Approved Accounting System, As Required In Federal Acquisition Regulation (far) 16.301-3(a)(3) For Cost-reimbursement Contracts.
attachment (1) Draft Statement Of Work (sow)
note: The Requested Information Is For Planning Purposes And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued Nor Will The Government Pay For The Information Solicited. All Information And Data Received In Response To This Sources Sought Marked Or Designated A Corporate Proprietary Information Will Be Fully Protected And Held In Strict Confidence.
note: Prior To The Award Of A Cost-type Task Order, The Federal Acquisition Regulation (far) Subpart 16.301-3(a) Requires That The Contractor’s Accounting System Be Determined Adequate For Considering Costs Applicable To The Contract Or Order. No Telephone Responses Will Be Accepted. No Contractor Response Received After The Advertised Due Date And Time Will Be Accepted. No Exceptions To This Receipt Deadline Will Be Granted Under Any Circumstances. Questions Or Comments Must Be Submitted Via Email. Responses Must Be Received No Later Than 3:00pm Est On 24 January 2025 By E-mail To Brendan.t.heasley.civ@us.navy.mil.
Closing Date24 Jan 2025
Tender AmountRefer Documents
Province Of Ifugao Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 170 Date: January 28, 2025 Office: Pgo Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Vehicle Spareparts, In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 20, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 3 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Engine 6hkl With Turbo And With Bulldog Transmission Pc 1 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 475,000.00 - Purpose: For Engine Replacement And Transmission Ordinary Bus Cxg 877. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As One Contract. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
Closing Date20 Feb 2025
Tender AmountPHP 475 K (USD 8.2 K)
COMMISSION ON ELECTIONS REGION I Tender
Others
Philippines
Details: Description Republic Of The Philippines Commission On Elections Request For Quotation For Supply And Delivery Of Office Supplies For The Participants For The Training Of Trainers Ii In Region I Ref. No. Svp-2025-01 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 And Delivery Of Office Supplies For The Participants For The Training Of Trainers Ii In Region I, With The Following Details: 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. 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. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope, Using The Prescribed Form, See Annex “a”, Not Later Than January 20, 2025 At The Office Of The Regional Election Director-region I (c/o Cristituta N. Popes, Rbac Secretariat Head). 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). A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No., And C. Omnibus Sworn Statement (see Annex “b” For The Prescribed Format) D. Updated Income Tax Return (bir Form 1701) / Bir Registration 5. 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. Sgd. Cristituta N. Popes Rbac Secretariat Head _________________________________________________________ [company Name] _________________________________________________________ [company Address And Contact Nos.] Price Quotations Date: ________________ Commission On Elections Regional Bids And Awards Committee 1 We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price/pc. Total Price 63 Pc Flash Drive/universal Serial Bus (usb) 16gb 63 Pc Ballpen (black) 63 Pc Pencil 63 Pc Steno Notebook, 80 Sheets 63 Pc File Bag (long) 63 Pc Id Jacket With Lace Total Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: ___________________________________________ Address: ________________________________________________________________ Emb And Telephone Number: _____________________________________________ ______________________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued By The Bac. 10. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, Issued On ______ At ______, Valid Until _____________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________ Notary Public For _____ Until ______ Roll Of Attorneys No. _____ Ptr No. __, [date Issued], [place Issued] Ibp No. __, [date Issued], [place Issued] Doc. No. ___ Page No. ___ Book No. ___ Series Of ____.
Closing Date20 Jan 2025
Tender AmountPHP 31.4 K (USD 538)
City Of Cagayan De Oro Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387 - 2024 1. The City Government Of Cagayan De Oro, Non-office - 2024 Equipment Upgrading Of Brgy. Carmen Emergency Operation Command Center Capital Outlay, Intends To Apply The Sum Of Eleven Million One Hundred Sixty Thousand And 0/100 Pesos Only (php11,160,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Core Smart Switch 24 Ports + Sfp And Other Items; Pr No. 24-3879 Dated September 25, 2024; Sn 387 - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Item No. Quantity Unit Of Issue Item Description 1 2 Set Core Smart Switch 24 Ports + Sfp 2 4 Set Core Smart Switch 12 Ports + Sfp 3 1 Piece Core Router 4 1 Set Server Poweredge R750 With Windows Server 2022, Standard Rok, 16 Core, With Dss8pro-video - License 5 1 Set Embedded Video Storage - 36 Bay 6 1 Set Multi-screen Controller 7 1 Set Encoding Card 8 1 Set Decoding Card 9 45 Set Hard Drive Storage 10 3 Set Network Keyboard Controller 11 2 Set 6kva Single Phase Online Ups 12 1 Set 55" Interactive Touchscreen Monitor 13 1 Set Desktop Pc 14 4 Set 55" Video Wall Display Unit 15 2 Set 42u Data Cabinet 16 10 Roll Utp Cable 17 30 Set Patch Cord 1m Cat6 18 30 Set Patch Cord 2m Cat6 19 30 Set Patch Cord 3m Cat6 20 20 Set Patch Cord 5m Cat6 21 3 Set Horizontal 6a Power Supply Strip (6 Socket) 22 2 Set Patch Panel 24 Ports 23 20 Set Direct Attach Cable 24 500 Pc Rj 45 Modular Plugs: Cat6 25 500 Pc Rubber Boots Connector 26 20 Set Sc - Sc Cable 27 20 Set Sc-lc Cable 28 4 Set Cable Manager 1u 29 4 Set Cable Manager 2u 30 4 Set Rack Level 31 1 Unit Network Video Recorder, 8/16 Channel Compact 1u 8poe 4k & H.265 Lite 32 2 Set Ip Port 33 1 Set Relay 12ch 10a With Motors, Fcu Control Function 34 1 Set Tis Bus To Dmx 48 Bridge Module 35 1 Set Led Driver Dmx 4ch *5a 36 1 Set Energy Servant 10 Functions, Ceiling Mount Sensor 37 1 Set Power Supply 24vdc 38 1 Set 4 Zone Digital Input 39 1 Set Luna Tft 4.3" Panel Black 40 1 Set Automatic Electrical Rouhging-ins 41 3 Set Access Point 42 1 Set Door Access With Brackets, Barrels And Complete Accessories 43 5 Pc Pvc Octagonal Junction Box 4"x4" (deep Type) 44 2 Pc Metal Pullbox 6"x6"x4" 45 1 Pc 5/8"ø X 3000mm Grounding Rod 46 1 Roll Thhn Stranded Wire 47 1 Set Ippbx With 4fxo Module & 4gsm, With Complete Accessories 48 25 Set Ip Phone With Complete Accessories 49 1 Set Base Radio Base Radio With Power Supply And Antenna 50 1 Set Antenna Tower And Repeaters With Complete Accessories 51 11 Length 1" X 2" X 1.2mm Rectangular Tube 52 20 Length 2" X 2" X 3.5mm Wire Mesh 53 4 Kg Welding Rod 54 1 Gal Epoxy Primer Gray 55 1 Gal Paint Thinner 56 3 Piece Paint Brush #3 57 1 Sq.m. Acrylic Signage In Stainless Finish Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 26 December 2024 To 12:00 Noon Of 23 January 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 26 December 2024 To 12:00 Noon Of 23 January 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 09 January 2025; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 23 January 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 23 January 2025 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 11.1 Million (USD 190.5 K)
DEPARTMENT OF EDUCATION DIVISION OF SAMAR Tender
Transportation and Logistics
Philippines
Details: Description Republic Of The Philippines Department Of Education R E G I O N V I I I Schools Division Of Samar Invitation To Bid For The Procurement Of Transportation For The Samar Division Athletes And Coaches To The 2025 Evraa Meet At Tacloban Citylot 3 1. The Department Of Education – Division Of Samar, Through The 2025 Provincial Special Education Fund (sef) Intends To Apply The Sum Of Five Hundred One Thousand Nine Hundred Pesos Only (501,900.00) For The Procurement Transportation For The Samar Division Athletes And Coaches To The 2025 Evraa Meet At Tacloban City- Lot 3 Being The Approved Budget For The Contract (abc) To Payments. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Unit Item Description 291 Pax Transportation Services From Deped Samar Division Office, Catbalogan City To Tacloban City 291 Pax Transportation Services From Tacloban City To Deped Samar Division Office, Catbalogan City 2 Units Buses To Ferry Evraa Delegation From Billeting School At Tacloban City To Different Playing Venues And Vice Versa The Vehicle/s To Be Used Should Be Duly Registered At The Land Transportation Office (lto) The Vehicle/s Must Possess A Certificate Of Public Convenience From The Land Transportation Franchising And Regulatory Board (ltfrb), Including The Validity And Scope Of Their Franchise. The Vehicle/s Shall Not Be More Than 10 Years Old From The Year Of Manufacture As Of The Scheduled Date Of The Activity The Transportation Provider Shall Submit A List Of The Specific Vehicle And Corresponding Plate Number/s To Be Used, And Assigned Driver/s Not Less Than 5 Days Before The Activity. Drivers Assigned Shall Have Updated Driver's License And In Good Medical Condition As Per Their Latest Health Examination Within A Year Of The Scheduled Activity The Number Of Participants Per Vehicle Shall Be Strictly Limited To Its Seating Capacity. Overloading And Usage Of Additional Seats In The Vehicle Aisle Shall Be Strictly Prohibited The Driver Should Take Regular And Safest Route To The Place Of Destination. He/she Shall Avoid Unnecessary Stops Not Included In The Identified Itinerary. 2. The Department Of Education – Division Of Samar Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required To Be Delivered At Deped Samar Division And Tacloban City For Seven (7) Days. Bidders Should Have Completed 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 Nondiscretionary “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 Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education – Division Of Samar, Bac Office Or May Call Its Landline Number And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 From The Given Address And Website(s) Below; Department Of Education Division Of Samar – Bac Office Arteche Boulevard, Catbalogan City, Samar Upon Accomplishing Bidder’s Information Sheet And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (1,000.00) To The Department Of Education – Division Of Samar – Cashier’s Office. Only Bidders Who Purchased Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). 6. The Department Of Education – Samar Division Will Hold A Pre-bid Conference1 On February 3, 2025; 10:00 Am At The Bids And Awards Committee (bac) Office, Deped – Samar Division, Arteche Blvd., Catbalogan City And Through Video-conference Via Microsoft Teams. Prospective Bidders Are Advised To Contact The Bac Secretariat A Day Before The Said Activity For The Link. Pre-bid Conference Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am Of February 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of February 17, 2025 At The Redaja Hall, Division Office Deped – Samar Division. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education – Division Of Samar 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. 11. For Further Information, Please Refer To: Dr. Josefina F. Dacallos Bac Secretariat - Head Department Of Education Division Of Samar Bac Office Arteche Boulevard, Catbalogan, City Telephone Number: (055) 251-2595 Depedsamar.bac@deped.gov.ph 24 January, 2025 Joel A. Zartiga Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 501.9 K (USD 8.6 K)
6161-6170 of 6208 archived Tenders