Car Tenders
Car Tenders
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. 350 Date: February 20, 2025 Office: Paenro 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 Motor Cycle W/ Side Car , 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 27, 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 4 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 Motor Cycle With Side Car (kulungkulung) Unit 1 - Engine: 149.2cc -150.2cc, Single Cylinder, Four-stroke, Air-cooled - Power: 10;53 Horsepower-11:10 Horsepower At 7,000 Rpm-7,500 Rpm Torque: 11:58nm-12:58nm At 5, 000 Rpm-5,500rpm Fuel System: Carburetor Fuel Control: Overhead Cams (ohc) Ignition: Dc-cdi Gearbox: 5-speed Transmission: Chain Final Drive Front Suspension: Telescopic Fork Rear Suspension: Twin Shocks Front Tire: 80/100-18 Rear Tire: 90/90-18 Front Brakers: Expanding Brake (drum Brake) Page 2 Rear Brakers: Expanding Brake (drum Brake) Wheels: Spoke Dry Weight: 120kg-130kg - Seat Height: 771mm-780mm Overall Height: 1,068mm-1,078mm Overall Length: 2,037mm-2,057mm Overall Width: 778mm-788mm Ground Clearance: 163mm-174mm Starting System: Electric And Kick **** Nothing Follows **** Grand Total: 140,000.00 - Purpose: For Office Use Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 3 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 Thirty (30) 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 4
Closing Date27 Feb 2025
Tender AmountPHP 140 K (USD 2.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 19,599,999.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0035 – Organizational Outcome 1: Ensure Safe And Reliable National Road System, Network Development Program - Construction Of Missing Links/new Roads, Sagada - Besao - Quirino (via Laylaya) Road, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 147 Calendar 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 – January 28, 2025 9:30 Am 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 16, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. 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 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 19.5 Million (USD 334.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 3,959,999.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0055 - Basic Infrastructure Program (bip)- Bip- Multi-purpose Buildings/facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, Barangay Maba-ay, Bauko, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am 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 Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. 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 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.5 K)
DEPARTMENT OF EDUCATION DIVISION OF ABRA Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Education Cordillera Administrative Region Schools Division Office Of Abra Invitation To Bid For The Cy 2024 Quick Response Fund (qrf) Repair Of Classrooms Batch 1 (lot 4) - 2nd Posting Bid Reference Number/project Id: Car-abra-2025-01-001 1.the Department Of Education-schools Division Office Of Abra (deped-sdo Abra) Through The Cy 2024 Quick Response Fund (qrf) Intends To Apply The Following Sum Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot: Lot No. Recipient School And Municipality Contract Duration Total Project Allocation Total Allocation Per Lot 4 Abra High School, Bangued 90 2,013,234.97 ₱ 7,597,113.07 Bangued West Central School, Bangued 2,924,888.53 Velasco Elementary School, Tayum 2,658,989.57 Total Abc: ₱ 7,597,113.07 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2.the Deped-sdo Abra Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required For The Three (3) Recipient Schools Under The One (1) Lot. 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4.interested Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Abra, Actividad Economia St., Zone 2, Bangued, Abra And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm (monday-friday). 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 From 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 Following Amount For Each Lot: Lot No. Abc Per Lot Payment For Pbd 4 ₱ 7,597,113.07 10,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person Or Through Electronic Means. 6.the Department Of Education – Schools Division Office Of Abra Will Hold A Pre-bid Conference On January 15, 2025, 10 O’clock In The Morning At Deped-schools Division Of Abra, 3rd Floor Conference Hall Which Shall Be Open To Prospective Bidders. The Conference Will Be Conducted Via Face To Face And Video Conference Through Google Meet. To Join The Video Meeting, Click This Link: Https://meet.google.com/swr-szrh-dzu, Otherwise, To Join By Phone, Dial +1 740-561-3767 And Enter This Pin: 853 301 527#, This Will Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Any Of The Following: (i)manual Submission At The Office Address As Indicated Below, (ii)online Or Electronic Submission As Indicated Below, Or (iii)both, On Or Before January 27, 2025, 9:30 In The Morning. 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 15. 9.bid Opening Shall Be On January 27, 2025, 10 O’clock In The Morning At Deped Sdo-abra, 3rd Floor Conference Hall, Bangued, Abra And/or Via Google Meet. Bidders' Representatives Who Wish To Participate May Attend In Person Or Join Online Through The Provided Video Conference Link. 10.the Deped-sdo Abra 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Micheella B. Alcantara Department Of Education-schools Division Office Of Abra Actividad-economia Sts., Zone 2 (consiliman), Bangued, Abra Email Address: Depedabrabac@gmail.com Number: 09764057247 January 8, 2025 Christopher C. Benigno Phd, Edd, Ceso Vi Bac Chairperson
Closing Date27 Jan 2025
Tender AmountPHP 7.5 Million (USD 129.5 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 24,499,999.40 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0061 - Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation/ Application Of Road Safety Facilities (roadway Lighting) Along Mt Province - N Vizcaya Rd - Ko383+954 - Ko386+255. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 10, 2025 9:30 Am 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 28, 2025 2:00 Pm At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 10, 2025 10:00 Am. 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 16. 9. Bid Opening Shall Be On February 10, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date10 Feb 2025
Tender AmountPHP 24.4 Million (USD 422.1 K)
DEPT OF THE ARMY USA Tender
Housekeeping Services
Corrigendum : Closing Date Modified
United States
Details: The 129 Msg/msg Contracting Office, Moffett Field Angb, California Is Issuing This Request For Quotes (rfq) With The Intent To Award A Single Firm Fixed Price (ffp) Contract For Services, Non-personal, For Janitorial Services.
description Of Services: The Contractor Shall Provide All Labor And Supervision Necessary To Accomplish Complete And Thorough Custodial Services Within The 129th Rescue Wing Facilities, Mountain View, California, 94035, Moffett Air National Guard Base, As Described In The Statement Of Work. The Government Shall Provide All Cleaning Supplies, Materials, And All Bathroom Products To Include Paper Towels, Soap, Toilet Paper, And Seat Covers. The Government Shall Also Provide Equipment For The Contractor’s Use To Include Vacuums, Buffers, And Spot Carpet Cleaners.
*****site Visit*****
a Site Visit Will Be Conducted On Wednesday, 12 February 2025 At 10:00 Am Pacific Standard Time (pst) For The Purposes Of Briefing Contract Requirements And Answering Questions Regarding This Solicitation. A Pre-site Visit Briefing Will Be Held At The Emergency Management Classroom In The 129th Civil Engineer Facility, Building 683, Moffett Angb, California. Attendees Will Be Directed From The Installation’s Main Gate, Building 600, To The Civil Engineer Facility. The Site Visit Will Be Held Following The Pre-site Visit Briefing. For Orientation Purposes, The Nearest Gps Address To The Contractor’s Commercial Inspection Gate Is 934 Macon Rd., Moffett Field, Ca 94035. All Interested Contractors Will Be Expected To Pre-coordinate Security Access For The Actual Date Of The Pre-site Visit Briefing Or Expect Denial Of Base Access. “same Day” Access Coordination, One-for-one Personnel Swaps, Or Other Last Minute De-conflictions Will Not Be Possible. Interested Contractors Prepared In Advance With Confirmed Pre‐coordinated Access Will Report To The Installation Main Gate (bldg. 600) To Be Directed To The Pre-site Visit Briefing. The Site Visit Will Follow The Pre-site Visit Briefing. Interested Contractors Are Strongly Encouraged To Attend Both And Shall Follow Any Other Base Access Requirements Posted In The Solicitation. Any Questions For The Pre-site Visit Briefing Must Be Submitted By 4:00 Pm Pst Time Two Business Days Prior To The Event Via Email To Both Cmsgt Dana Johnson (dana.johnson.16@us.af.mil) And Tsgt Austin Breault (austin.breault.1@us.af.mil).
please Direct All Security Access Coordination Through Cmsgt Jose F. Hernandez-leon (jose.hernandezleon.1@us.af.mil) By 11:00 Am Pst Three (3) Business Days Prior To The Event.
this Information Must Be Provided In Advance, Five (5) Business Days Prior To The Meeting, In Order To Ensure Access To The Military Base And Performance Site And Ensure Adequate Seating For The Pre-site Visit Briefing Attendees. Even If You Have Access To The Base You Must Register To Ensure Adequate Seating. The Furnishing Of The Above Information Is Voluntary; However, Your Failure To Furnish All Or Part Of The Requested Information May Result In The Government’s Denial Of Your Access To The Pre-site Visit Briefing. This Information Will Be Provided To The Base Security Forces Who Will Authorize Your Entrance To The Site.
visitors Must Proceed To The Installation’s Main Gate Upon Arrival. You Will Be Required To Present The Following Information Upon Arrival: (1) Vehicle Registration, (2) Valid Driver License, (3) Proof Of Insurance For Vehicle, (4) Safety Inspection And/or Car Rental Agreement If Applicable. Any Of The Above Information Furnished By You Is Protected Under The Privacy Act And Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such.
information Provided At The Pre-site Visit Briefing Or Site Visit Shall Not Qualify The Terms And Conditions Of The Solicitation And Solicitation Documents. Terms Of The Solicitation And Solicitation Documents Remain Unchanged Unless The Solicitation Is Amended In Writing. If An Amendment Is Issued, Normal Procedures Relating To The Acknowledgment And Receipt Of Solicitation Amendments Shall Apply.
all Other Information Is Contained In The Solicitation Documents.
amendment 0001 -
the Purpose Of This Amendment Is To:
1) Update/add Provisions And Clauses.
2) Add 52.212-1 Addendum And Evaluation Criteria Addendum.
3) Incorporate Questions And Answers Document.
amendment 0002 -
the Purpose Of This Amendment Is To:
1) Update Sow To Remove Attachment Iii And Update 129 Rqw Duty Calendar.
2) Incorporate The Updated Version Of Attachment Iii As A Standalone Document.
3) Incorporate Trash Bin Map.
4) Incorporate B484 And B545 Site Pictures.
5) Update Questions And Answers Document.
6) Update Period Of Performance.
7) Extend The Solicitation Due Date To 6 March 2025.
Closing Date6 Mar 2025
Tender AmountRefer Documents
University Of The Philippines Tender
Others
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: Catering Services With Venue For The Aun-qa Writeshop On June 10-11, 2025 Purchase Request No.: Cac-2025-02-0026 Approved Budget For The Contract: ₱96,000.00 Date: 03 March 2025 Rfq No.: 0106 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 Should Attach A Copy Of The Latest #business Permit, Philgeps Registration Number And Notarized Omnibus Sworn Statement For An Approved Budget For The Contract (abc) Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement That Requires The Latest Business Permit And Philgeps Registration Only. 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 Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Submit Your Quotation, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Or Send To This Email Address Only - Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0106 Not Later Than 8:30 Am On 7 March 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. If Applicable, The Winning Bidder Must Include In Their Delivery The Original Copy Of The Following Documents As A Mandatory Requirement For Payment; 7a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 7b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 8. 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: Brian D. Lumague Mary Anne R. Rivera Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. 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 Catering Services With Venue For The Aun-qa Writeshop On June 10-11, 2025 1 Catering Services With Venue For The Aun-qa Writeshop On June 10-11, 2025 Lot 1 ₱ 96,000.00 ₱ 96,000.00 Date: June 10-11, 2025 Venue: Use Of Function Hall From 8:00 Am To 5:00 Pm Function Hall Capacity: Good For 40 Persons Use Of Audio Visual Systems (microphones, Speakers), Projector & Screen, Whiteboard With Whiteboard Markers, Cables And Connectors), Tables & Chairs W/ Complete Set-up Free Internet Access Accessible Electrical Outlets For Charging Devices Catering Services (buffet): Am Snacks Lunch Pm Snacks Mode Of Payment Bid Price Inclusive Of All Taxes And Charges No Downpayment Will Be Made Contract Award: Per Lot Delivery Period: June 10-11, 2025 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. *indicating A Price/amount Under "quoted Unit Price" Shall Mean Complying With The Technical Specification Of The Item Without Checking The Compliance Column Otherwise Provide A Counter-offer **warranty Included ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 96,000.00 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 Mar 2025
Tender AmountPHP 96 K (USD 1.6 K)
Metropolis of Lyon DGEEP Tender
Services
Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
France
Details: Title: Neuville-sur-saône : Mission De Maîtrise D'oeuvre Pour La Rénovation Du Pont Bow-string Et La Création D'une Passerelle Modes Actifs Entre Neuville-sur-saône Et Albigny-sur-saône
description: Le Pont Actuel Permet De Relier Les Villes De Neuville Et Albigny, Il A Été Construit En 1931 En Remplacement De L'ouvrage D'origine Datant De 1831 (situé En Amont). Le Pont D'albigny-neuville Est Le Seul Pont De Type Bow-string En Béton Armé De L'agglomération Lyonnaise. Cet Ouvrage D'art Est Composé De Cinq Travées : Les Trois Travées Principales Sont De Type Bow-string Et Les Deux Travées Latérales D'accès Sont Des Ponts-à-poutres Multiples Sous Chaussée. La Travée Centrale A Été Dynamitée En Septembre 1944 Et Reconstruite À L'identique Après La Guerre. La Structure Connait Des Désordres Structurels Évolutifs Sur Des Organes Essentiels (arcs, Suspentes, Tablier, Appareils D'appui, Culées), Avec Un État De Fort Endommagement Dû À Des Réactions Généralisées De Gonflement Interne Du Béton. Les Corbeaux Et Les Poutres De Rives Situées Sous La Partie En Encorbellement Sont Les Points Les Plus Critiques De L'ouvrage. Il A Été Classé En 3 (note Qoa) Lors De La Dernière Idp. L'opération Consiste En La Réparation De L'ouvrage Routier Actuel Et Accolé À Celui-ci À L'amont La Création D'un Ouvrage Dédié Aux Modes Actifs : Piétons Et Cycles. La Réparation De L'ouvrage Existant Et La Création D'une Nouvelle Passerelle Font Partie Intégrante D'un Seul Et Même Projet Qui Vise Dans Un Premier Temps À Rétablir La Pérennité De L'ouvrage Existant Mais A Également Pour Objectif D'équilibrer Les Usages Au Sein De L'espace Public En Promouvant Les Modes Actifs. Cet Ouvrage Doit Permettre La Sécurisation De La Traversée Piétonne Et Cycles. Il Sera Réalisé À L'amont Immédiat Du Pont Actuel Et Devra Dégager Une Largeur Utile De 3,00 Mètres Pour Les Piétons Et De 3,00 Mètres Pour Les Cycles. Toute Proposition De Dimensionnement Inférieur Aux Valeurs Cibles Devra Être Justifiée Et Validée Par Les Instances Techniques Et Politiques Référentes Du Projet. Il Est À Noter Que La Surlargeur Créée Par Cette Nouvelle Passerelle Ne Pourra Être Supérieure À 5 Mètres Au-delà De L'ouvrage Existant. Cette Opération S'inscrit Dans Le Cadre Plus Général Des Différents Projets D'aménagement Du Secteur, Avec Notamment : - La Requalification Des Quais De Neuville (entrée Nord) ; - L'aménagement De La Voie Lyonnaise N° 3 Nord ; - La Piétonnisation De La Section Ouest De La Rue Victor Hugo ; - Le Renouvellement De La Conduite D'eau Potable Traversant L'ouvrage Par Edlg. Le Périmètre Géographique De L'opération Comprend L'ouvrage De Neuville Sur Saône Portant La Route Départementale D16 Et L'emprise De La Future Passerelle Accolée Au Pont. Le Périmètre Englobe Également Les Accès Immédiats À L'ouvrage (murs Des Culées, Intégrations Dans Les Giratoires, Raccordement Au Quai Bas Côté Neuville, Éclairage, Signalisation, Etc.). Ce Projet Devra Obtenir La Validation Des Architectes Des Bâtiments De France Car Le Pont Est Situé Dans Un Périmètre De Monument Historique. Lors Des Études De Faisabilité, Un Diagnostic Patrimonial De L'ouvrage Et Du Val De Saône A Été Mené. Ces Éléments Seront À Prendre En Compte Par La Maîtrise D'oeuvre
Closing Date17 Jan 2025
Tender AmountEUR 1.2 Million (USD 1.2 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 4,949,998.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0057 - Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip-access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities - Construction Of Road, Barangay Maligcong, Bontoc, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am 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 Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. 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 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Land Transportation Franchising And Regulatory Board, Region Tender
Publishing and Printing
Philippines
Details: Description 5 Gallon Alcohol, Ethyl, 1 Gallon 118 Piece Ballpen, Black 126 Piece Ballpen, Blue 10 Pack Battery, Dry Cell, Size Aa, Two (2) Pieces Per Blister Pack 13 Pack Battery, Dry Cell, Size Aaa, Two (2) Pieces Per Blister Pack 18 Piece Blank Cd 4 Piece Broom (walis Tambo) 3 Piece Broom, Stick (walis Ting-ting) 12 Can Car Freshener 19 Bottle Cleaner, Toilet Bowl And Urinal 18 Pack Cleanser, Scouring Powder 20 Piece Clearbook, Legal Size 8 Box Clip, Backfold, 19mm 14 Box Clip, Backfold, 25mm 4 Box Clip, Backfold, 32mm 18 Box Clip, Backfold, 50mm 116 Piece Correction Tape, 8 Meters 6 Piece Cutter/utility Knife 2 Piece Data File Box 5 Piece Dater Stamp 6 Pouch Detergent Powder 17 Piece Dishwashing Liquid, Refill 23 Can Disinfectant Spray 3 Piece Dust Pan 7 Box Envelope, Expanding, Kraft, Legal 6 Box Envelope, Documentary,a4 5 Box Envelope, Mailing 9 Box Fastener, Plastic 4 Box Folder, Pressboard 4 Pack Folder, Pressboard Long (2 Folds) 10 Pack Folder With Tab, Legal 12 Bottle Glue 9 Bottle Hand Soap, Liquid, 500ml 12 Piece Highlighter, Yellow 4 Piece Highlighter, Green 4 Piece Highlighter, Pink 9 Piece Highlighter, Orange 3 Can Insecticide 1 Roll Laminating Film #9 12 Piece Marker, Flourescent 29 Piece Marker, Permanent, Black 26 Piece Marker, Permanent, Blue 8 Piece Marker, Permanent, Red 6 Piece Marker, Whiteboard, Black 1 Pack Morocco Paper (blue), Short 7 Pad Notepad, Stick On, 50mmx76mm 9 Pad Notepad, Stick On, 76mmx100mm 9 Pad Notepad, Stick On, 76mmx76mm 36 Box Paper Clip, 33mm 46 Box Paper Clip, 50mm 19 Ream Paper, Short, 80gsm 11 Ream Paper, Whitewove, Legal 6 Piece Philippine National Flag 10 Pack Photopaper, 210gsm 4 Piece Puncher, Paper Heavy Duty 1 Pack Pvc Cover- Short 14 Kilo Rags 30 Book Record Book, 300pages 23 Book Record Book, 500pages 10 Piece Ring Binder, Plastic, 1", 2 Mts. Long 7 Piece Ring Binder, Plastic, 1 1/2", 2 Mts. Long 5 Box Rubber Band No. 18 8 Pair Scissors 32 Piece Sign Pen, Black, 0.5 44 Piece Sign Pen, Black, 1.0 28 Piece Sign Pen, Blue, 0.5 44 Piece Sign Pen, Blue, 1.0 11 Bottle Stamp Pad Ink, Violet 5 Piece Stamp Pad, Felt 23 Box Staple Wire 5 Piece Stapler, Heavy Duty 5 Piece Staple Wires Remover (plier Type) 5 Piece Steno Notebook 24 Pack Sticker Paper, A4 15 Pad Sticky Note (sign Here) 10 Pad Sticky Note (1" X 3") 11 Pad Sticky Note (4" X 3") 1 Piece Magnifying Glass 3 Piece Tape Dispenser, Table Top 3 Roll Tape, Electrical 14 Roll Tape, Double Sided 18 Roll Tape, Masking, 24mm 7 Roll Tape, Masking, 48mm 10 Roll Tape, Packing, 48mm 77 Roll Tape, Transparent, 24mm 22 Roll Tape, Transparent, 48mm 12 Pack Tissue Interfold Paper Towel 8 Piece Toilet Brush 20 Piece Toilet Deodorizer 2 Roll Trashbag, Large 2 Roll Trashbag, Xxl 10 Pack Vellum Board, A4 20 Pack Vellum Board, Legal 5 Pad Yellow Pad 12 Piece Glue Stick (for Glue Gun) 3 Piece Glue Gun X-x-x-x-x-x
Closing Date3 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
7621-7630 of 7932 archived Tenders