Cars Tenders

Cars Tenders

Trento Agusan Del Sur Tender

Automobiles and Auto Parts
Philippines
Details: Description Notice To Bidders Sealed Proposals Plainly Marked "proposal For Supply/delivery Of Spare Parts For Replacement Of Damage Spare Parts For Various Vehicle (pr# 2025-01-0044). Subject To The Terms And Conditions Set Forth In The Updated Irr Of Ra 9184 Under "goods", Sealed Bids Will Be Received In The Office Of Bids And Awards Committee, This Municipality On Or Before 10:00am, February 18, 2025 And Thereafter Publicly Opened In The Presence Of The Members Of The Bac, Observers And Bidder's Representatives. Avanza Pp3 D350 3 Pcs Oil Filter 1 Pc Battery 9 Plates 3 Pcs Fuel Filter 1 Set Brake Pad 1 Set Brake Shoe Adventure Shf 167 4 Pcs Bulb 12 Volts 1 Pc Flasher 12 Volts 4 Pcs Rocker Arm Exh. 4 Pcs Rocker Arm Int. 1 Pc Rocker Arm Shaft 1 Pc Aircon Belt Mz690609 1 Pc Timing Belt A 1 Pc Timing Belt B 1 Pc Aircon Belt 4 Pcs Fuel Filter Fc-321 1 Pc Belt 2 Pcs Alternator Belt 6 Pcs Tubeless Tire 185 X R14 1 Set Brake Pad 1 Pc Hose Aps 1 Set Tie Rod End 2 Pcs Stabilizer Bushing 2 Pcs Shock Absorber Front 10 Pcs Bushing Link 2 Pcs Leaf Spring Assy. 1 Set Barke Shoe Aps 1 Pc T/gate Handle 4 Pcs Strat Bar Bushing 6 Pcs Wheel Bolt W/nut 2 Pcs Bolt 10x65 Nc W/nut Innova P6 U756 2 Pcs Wiper Blade 4 Pcs Oil Filter C-111 4 Pcs Fuel Filter F-197 4 Pcs Tire 205/65 R16 Ptv Ambulance 150105 2 Pcs Bumper Lump L/r Hilux Healt Center 2 Pcs Head Light Valve Hi-ace P6 F390 1 Set Brake Pad Ford Ranger Nfd 7351 1 Pc Fan Belt 7pk Gates Type 2 Pcs Fuel Filter 2 Pcs Oil Filter Ford Ranger Nex 4128 2 Pcs Fuel Filter 2 Pcs Oil Filter 2 Pcs Back Rest Raptor C5 T131 4 Pc Tire 285/70 R17 Everest Ngp 9015 4 Pcs Tire 265/50 R20 Montero Sgc 418 2 Pcs Ball Joint, Upper 2 Pcs Ball Joint, Lower Dt Mrf Nal 9737 1 Pc Activator Cable 10 Pd 1 Pc Brake Foot Valve 1 Pc Clutch Lining Assy Elf White Nfo06253 4 Pc Thermostat 4 Pcs Tire 235/75 R15 Foton Dropside 152403 1 Pc Release Bearing 1 Pc Clutch Disc Ambulance Nissan 1 Set Emergency Light Dump Truck Green Sgx 150 2 Pcs Cross Joint 1 Pc Clutch Pressure Plate 1 Pc Release Bearing Dump Truck Shy 966 2 Pcs Tail Light Assy 2 Pcs Hydrauvac Assy. 1 Set King Pin Kit 10 Pcs Rubber Cup 1 Pc Leaf Spring 4 Sets Tire 10:00 X 20 Lug 2 Sets Tire 10:00 X 20 Miller Dump Truck Saa 5424 1 Pc Drag Link Assy. 2 Pcs Tail Light Assy 1 Pc Selector Cable 2 Pcs Brake Shoe Master Bonding 1 Pc Oil Filter C-503, Primary 1 Pc Oil Filter C-305, Secondary 1 Pc Fuel Filter Fc-317 8 Pcs Wheel Bolt Uni. Rr Left Side 2 Pcs Tail Light Assy 1 Pc Clutch Plate Aps 1 Set Drag Link Head 8 Pcs Wheel Bolt Universal 4 Sets Tire 10:00 X 20 Lug 2 Sets Tire 10:00 X 20 Miller Dump Truck Skj 873 1 Pc Oil Filter C-509a 1 Pc Oil Filter C-510a 1 Pc Pinion Bearing Inner 1 Pc Pinion Bearing Outer 1 Pc Pilot Bearing 10 Pcs Rubber Cup 1 Pc Pinion Oil Seal 2 Pcs Oil Seal 1 Pc Propeller Flange 4 Pcs Propeller Bolt 2 Pcs Clamp Type 1 Pc Clutch Disc W/lining 1 Set Grease Pump Assy. W/acc. 4 Pcs Wheel Cylinder, Front 4 Pcs Wheel Cylinder, Rear 1 Set Brake Shoe, Front 1 Set Brake Shoe Rear 1 Pc Car Fan 8 Pcs Hub Bolt W/nut, Rr/rh 8 Pcs Hub Bolt W/nut, Rr/lh 2 Pcs Shock Absorber 1 Pc Air Filter 2 Pcs Shock Absorber Front 2 Pcs Shock Absorber Rear 1 Set Water Pump Assy. 1 Pc Clutch Disc Assy. Backhoe Volvo 1 Pc Hydraulic Cylinder Build Up Machining 1 Set Hydraulic Packing Arm Cylinder 1 Pc B.u Bushing Compactor Bomag 26 Pcs Cable Tie Big Hd Self Load 10 Wheeler 8 Pcs Stud Bolt 14x80 W/nut 10 Pcs Oil Seal Dump Truck 10w Red Cut 8 Sets Tire 12.00 X 20 Lug 2 Sets Tire 12.00 X 20 Miler 2 Pcs Fuel Water Separator Primary,aps 2 Pcs Fuel Water Separator Secondary 4 Pcs U-bolt 20x92x75 2 Pcs Center Bolt 14x240 1 Pc Handle Bar 6 Pcs Relay 24v, 20 Amps 1 Pc Acc. Cable 122" 1 Pc Magnetic Air Horn Switch 6 Pcs Wheel Bolt,rr 3 Pcs Wheel Bolt 2 Pcs Tire Valve Dump Truck 10 Wheeler Isuzu 1 Pc Dump Cable Assy. Aps 2 Pcs Bolt Hook 2 Pcs Tail Light Assy 1 Pc Towing Hook, Aps 2 Pcs Towing Hook Bolt, Aps 10 Mtrs Welding Cable 1 Pcs Welding Holder 8 Sets Tire 12r X 20 Lug 2 Sets Tire 12r X 21 Miler 1 Set Tire Wrench 33x38 1 Pc Fuel Filter Fc-321 1 Pc Oil Filter C-412 1 Pc Oil Filter C-1516 1 Pc Fuel Filter F-1503 Payloader 2 Pcs Fuel Filter Human Lifter 1 Pc Oil Filter Do-568 1 Pc Fuel Filter O-6740 Backhoe Loader 1 Set Packing 2 Set Fuel Filter Fs1212
Closing Date5 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.1 K)

University Of The Philippines Tender

Food Products
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 For The 2nd Sem Ay 24-25 Registration On 14-17 Jan 2025 Purchase Request No.: Cac 2025-01-001, Css-2025-01-0002, Cs-2501-00001 Approved Budget For The Contract: ₱101,750.00 Date: 07 January 2025 Rfq No.: 0003 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 A Valid Business Permit, Philgeps Registration Certificate, A Notarized Omnibus Sworn Statement (for An Approved Budget For The Contract [abc] Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement) And Income/ Business Tax Return (for Abc Above Php 500,000.00). 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 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. 0003” Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 8:00 Am On 13 January 2024. 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: Brian D. Lumague Mary Anne R. Rivera (sgd.) 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 For The 2nd Sem Ay 24-25 Registration On 14-17 Jan 2025 College Of Arts And Communication 1 "catering Services During The General Registration Period At Cac For Sem 2, Ay 2024-2025 (am Snacks, Lunch And Pm Snacks) Date: 14-17 January 2025 # Of Pax: 20 Pax Price: P500.00 Per Head Per Day Type: Packed Individually Place Of Delivery: Cac Faculty Lounge Time Of Delivery: Snacks - 9:30 Am And 2:30 Pm; Lunch - 11:30 Am Menu: Please See Attached Other Inclusions: Free Flowing Coffee, Cream And Sugar, Paper Cups And Stirrer" Lot 1 ₱ 40,000.00 ₱ 40,000.00 2 "lunch To Be Served During The Cac Tenured Faculty Meeting Date: 17 January 2025 # Of Pax: 10 Pax Price: P250.00 Per Head Type: Packed Individually Place Of Delivery: Cac Room 203 Time Of Delivery: 11:30 Am Menu: Please See Attached " Persons 10 ₱ 250.00 ₱ 2,500.00 B. College Of Social Sciences 3 "lunch For The General Registration On January 15, 2025 Plain Rice, Pork Liempo,enseladang Sayote Tops, Sinigang Na Bangus, Mixed Fruits, Coke Place Of Delivery: Css Deans Office Time Of Delivery: 11:30am" Lot 1 ₱ 11,250.00 ₱ 11,250.00 "lunch For The General Registration On January 16, 2025 Plain Rice,pork Afritada,breaded Fish Fillet,sauteed Vegetable,leche Flan,egg Drop Soup, Coke Place Of Delivery: Css Deans Office Time Of Delivery: 11:30am" "lunch For The General Registration On January 17, 2025 Plain Rice, Chicken Menudo, Buttered Vegetable,fried Bangus,chicken Soup, Mixed Fruits, Ice Tea Place Of Delivery: Css Deans Office Time Of Delivery: 11:30am" C. College Of Science 4 Catering Services For The Cs General Registration For 2nd Sem Ay 24-25 On January 14-17, 2025; From 8:30am-4:30pm; For 30pax@400.00/pax X 4 Days Lot 1 ₱ 48,000.00 ₱ 48,000.00 Am Snacks- P 100.00 (packed) Lunch- P 200.00 (buffet Type) Pm Sncks - P 1100.00 (packed) Time Of Delivery: Am Snacks (9:30am) Lunch (11:30am) Pm Snacks (2:30pm) Food: For Snacks: Choice Of Pasta/noodles (approx. 100-150g Per Serving) Or Sandwiches/pastries (2 Pieces/slices) W/ Drinks (330-500ml) For Lunch: Consists Of 2 Viands Meat Dish (either Chicken, Fish, Pork & Beef Or Soup-based, Approx. (80-100g/serving), Vegetables (80-100g/serving), 1 Cup Of Rice, Dessert Or Fruits & Drinks (330-500ml) Mode Of Payment: Bid Price Shall Be Inclusive Of All Taxes And Charges. Payment Shall Be Billed And Paid Monthly Based On The Actual Number Of Pax Ordered. Supplier Will Be Informed 2-3 Days Prior To The Meeting. Contract Award: Per Line Item (which Means That Supplier Can Bid For One Item Only Or Can Bid For All The Items Because Awarding Will Be Per Line Item) Delivery Period: Catering Services For The 2nd Sem Ay 24-25 Registration On 14-17 Jan 2025 Mode Of Payment: 30 Days Upon Receipt Of Statement Of Billing Or Invoice. Payment Will Be Based On The Actual No. Of Pax Attending In Case Of A Meeting. Provision For Change In Menu, Place Of Delivery And Schedule: Two (2) - Three (3) Calendar Days Before The Scheduled Event. *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item Even Without A Check On The Compliance Column; Otherwise, Bidder Must 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 Certificate Of Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 101,750.00 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 Date13 Jan 2025
Tender AmountPHP 101.7 K (USD 1.7 K)

Municipality Of Conner, Apayao Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Apayao Municipality Of Conner Local Government Unit Invitation To Bid For; Project Title: Construction Of One (1) Unit Warehouse In Conner, Apayao Location: Paddaoan, Conner, Apayao Project Id: 24mgu-infra-048 The Local Government Unit Of Conner, Apayao, Through The Da-rfo-car Intends To Apply The Sum Of Twenty-four Million Seven Hundred Fifty Thousand Pesos Only (24,750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of One (1) Unit Warehouse In Conner, Apayao Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Conner, Apayao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 907 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). 2. 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. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Conner, Apayao And Inspect The Bidding Documents At The Address Given Below From Civil Registrar Office 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Office Of The Municipal Civil Registrar On December 27, 2024. {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Local Government Unit Of Conner, Apayao Will Hold A Pre-bid Conference On January 3, 2025 @ 10:00 Am At The Lgu-premises, Caglayan, Conner, Apayao Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat In Person At The Office Of Civil Registrar Office On Or Before January 17, 2025 @ 9:00 Am (i) Manual Submission At The Office Address As Indicated Above. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 17, 2025 @ 9:30 Am At The Given Address Below Lgu-premises, Caglayan, Conner, Apayao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Conner, Apayao 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. 10. Scope Of Work Item No. Description Unit Quantity A.1.1(6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) Month 30 A.1.2(2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis Month 30 A.1.1(11) Provision Of Furniture/fixtures Equipment And Appliances For The Field Office For The Engineer Lumpsum 1.00 B.3 Permit And Clearances Lumpsum 1.00 B.5 Project Billboard/signboard Each 1.00 B.7(2) Occupational Safety And Health Lumpsum 1.00 B.9 Mobilization/demobilization Lumpsum 1.00 B.16 Recognition Plate/project Marker Each 1.00 102(2) Surplus Common Excavation Cu.m. 3,000.00 803(1)a Structural Excavation (common Soil) Cu.m. 1,077.68 804(1)b Embankment From Borrow Cu.m. 218.40 804(4) Gravel Fill Cu.m. 88.09 311(1)e1 Portland Cement Concrete Pavement (280mm Thk.) Cu.m. 398.11 900(1)c2 Structural Concrete (footing And Slab On Fill), Class A, 28 Days Cu.m. 252.88 900(1)c4 Structural Concrete (column), Class A, 28 Days Cu.m. 115.45 900(1)c6 Structural Concrete (beams/girders), Class A, 28 Days Cu.m. 72.60 902(1)a Reinforcing Steel (deformed), Grade 40 Kgs. 45,065.92 903(2) Formworks And Falseworks Sq.m. 1,102.50 1000(1) Soil Poisoning Ltr. 177.48 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 100mm Sq.m. 381.28 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) Sq.m. 410.26 1047(8) Structural Steel (roof Framing) Bdft. 1,245.83 1014(1)b2 Prepainted Metal Sheets (rib Type, Long Span, Above 0.50mm) M 1,245.83 1013(2)a2 Fabricated Metal Roofing Accessory (flashings, Gauge 26)) M 157.80 1013(2)b1 Fabricated Metal Roofing Accessory (gutters, Gauge 26) M 52.50 1010(2)a Door (flush) Sq.m. 61.68 1007(1)b Aluminum Framed Glass Door (swing) Sq.m. 21.29 1011(1)a Roll-up Door Lumpsum 1.00 1008(1)a Aluminum Glass Windows (sliding) Sq.m. 31.43 1008(1)c Aluminum Glass Windows (awning) Sq.m. 4.32 1008(1)d Aluminum Glass Windows (fix) Sq.m. 6.59 1027(1) Cement Plaster Finish Sq.m. 1,267.24 1018(5) Glazed Tiles Sq.m. 301.00 1018(2) Unglazed Tiles Sq.m. 48.00 1003(1)a1 Carpentry (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 484.07 1003(1)e2 Carpentry (metal Furring Frame, Pre-painted Metal Panel) Sq.m. 221.27 1032(1)a Painting Works Sq.m. 2,907.48 1051 (1) Railing Lumpsum 1.00 1001(8) Sewer Line Works Lumpsum 1.00 1001(9) Storm Drainage And Downspout Lumpsum 1.00 1002(6) Cold Waterline Works Lumpsum 1.00 1002(4) Plumbing Fixtures Lumpsum 1.00 1001(6) Catch Basin (concrete) Each 10.00 1001(11) Septic Vault Lumpsum 2.00 1100(10) Conduit, Boxes And Fittings (conduit Works/conduit Rough-in) Lumpsum 1.00 1101(33) Wires And Wiring Devices Lumpsum 1.00 1103(1) Lighting Fixtures And Lamps Lumpsum 1.00 1202(6)a1 Fire Extinguisher Lumpsum 7.00 1208(1) Fire Alarm System Lumpsum 1.00 13. For Further Information, Please Refer To: Edmundo B. Desiderio Jr, Ce. Bac Sec Head-infrastructure Office Of The Municipal Engineer Vivian B. Pacis Bac Chairman-infrastructure Office Of The Civil Registrar 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: [philgeps, Local Government Unit Of Conner, Apayao]
Closing Date17 Jan 2025
Tender AmountPHP 24.7 Million (USD 423.7 K)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. funds Are Not Presently Available For This Requirement But The Government Expects Funding To Be Made Available No Later Than 7 Days Prior To The Performance Date Of The Contract Awarded From This Solicitation. Apparent Awardee Must Accept A Letter Of Intent To Guarantee Performance Until Funding Is Made Available. 1. The Solicitation Number Is Fa4861-25-sec. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-06, Dated 29 August 2024. 3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 334519 With A Small Business Size Standard Of 600 Employees. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line Item Number (clin) Structure Is As Follows: Clin 0001 – Security Equipment Iaw Sow [qty.: 1 Lot] 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachment 1 – Statement Of Work For Specifications, Descriptions, And Additional Information. a. Period Of Performance 02 Apr 2025 – 06 Apr 2025 b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023) requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. site Visit. A Site Visit Will Be Held At Nellis Afb, Nv In Building 588 On Friday, 13 December 2024, At 0900 Pdt. Please Rsvp No Later Than Thursday, 12 December, At 1400 Pdt. Send An Rsvp Email To Sra Carlos Burnes At Carlos.burnes@us.af.mil And Tsgt David Kim At David.kim.18@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 0800 Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Identification, Proof Of Insurance And Car Registration]. questions And Answers. All Questions Must Be Submitted Via Email To Sra Carlos Burnes At Carlos.burnes@us.af.mil. The Deadline For Submitting Questions Is Friday, 27 December 2024, At 1200 Pst. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Tuesday, 31 December, At 1600 Pst. quote Due Date. Quotes Are Due Friday, 03 January 2025, At 1600 Pst. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Carlos Burnes At Carlos.burnes@us.af.mil. (end Of Provision) far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated. technical Acceptable/unacceptable Ratings--- acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments. unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments. (end Of Provision) far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/ (end Of Clause) provisions And Clauses Incorporated By Reference far 52.204-7 System For Award Management (oct 2018) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023) far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (may 2024) far 52.219-1 - Small Business Program Representations (feb 2024) far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.247-7023 Transportation Of Supplies By Sea (jan 2023) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Bureau Of Fisheries And Aquatic Resources Region Xii Tender

Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Laptop (i5) 2 Units ₱90,000.00 Intel® Core™ I5-1155g7 Display: 15.6" Fhd (1920x1080) Memory: Ddr4 8gb (3200mhz) Storage: 512gb Nvme Pcle Ssd Os: Windows 11 Home Connectivity: Hdmi,dp,type-c,usb Port System Type: 64-bit Video Graphics: Intel® Iris® X E Graphics Monitor 27" Fhd Smart Monitor W/ Mobile Connectivity 1 Unit ₱20,000.00 Resolution: 1920 X 1080 Aspect Ratio: 16:9 Connectivity: Built-in Wifi & Bluetooth 60 Hz, 2 Hdmi Port Usb Hub: 2 Port Connect To Share With Speaker Connect To Share With Speaker Color: White Optical Usb Mouse 2 Pieces ₱1,200.00 Keyboard 2 Pieces ₱1,300.00 Mouse Pad 2 Pieces ₱1,200.00 Mouse (wireles) 6 Pieces ₱12,960.00 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Adlx65ccgu28 Laptop Charger 1 Piece ₱4,000.00 Specification: Ac Adapter Tpn-la15 Keyboard 3 Pieces ₱12,648.00 Specification: Rgb Keyboard Mouse Mat (xxl) 6 Pieces ₱9,420.00 16 Gb Ddr4 3200mhz Fury Beast Rgb(1x16gb) Memory Module 1 Unit ₱3,055.00 Cpu Cooler Fan (black) 1 Unit ₱2,340.00 Specification: Cooler Master Hyper 212 Argb Internal Drive 3 Units ₱8,385.00 Specification: Ssd 480gb 3 2.5" Solid State Drive Sata Graphics Card 1 Unit ₱11,050.00 Specification: Core 15-12400 Desktop Processor 6 Cores Threads Alder Lake Lga1700 Processor 8gb Ddr4 3200mhz Fury Beast Ram 2 Units ₱3,250.00 Cpu 2 Units ₱23,390.00 Specification: Core 15-2400 Desktop Processor 6 Cores 12 Threads Alder Lake Lga 1700 Processor Motherboard 2 Units ₱12,298.00 Prime H610m-k Ddr4 / Ddrs Lga 1700matx Power Supply 2 Units ₱5,460.00 Sst-st50f-es230 500w 80+true Rated Power Storage 480gb 2 Units ₱5,590.00 A400 Ssd 480gb 3 2.5" Solid State Drive Sata Cpu Cooler 2 Units ₱1,190.00 Tw-003 Hydro Bering Cpu Air Cooler Case S100 Tempered Glass Micro Chasis 2 Units ₱6,500.00 Mx-22 21.5" 1920 X 1080 Tn 75hz 7ms Monitor 2 Units ₱6,500.00 Ups 650va 2 Units ₱4,300.00 Powerbank Specifications: 20,000 Mah Portable Water Station 1 Unit ₱38,400.00 Specification: Sizeable 768wh Capacity And 800w Output Provide Upto 1.8kwh A Day With Solar Charging Fastest Recharge 0-100% In Only 70 Min Safest Lfp Battery Provides 10 Years Of Use X-boost Output To 1600w And Run 80% Of High Wattage Appliances 4 Ways To Charge: Ac, Car, Solar, And Usb-c Lightweight At Only 7.8kg Smart App Control With Bluetooth Or Wi-fi Drone 1 Unit ₱49,999.00 Specification: Up To 4k60p Video & 48mp Row Stills Tri-directional Obstacle Avoidance Regulation-friendly 8.8 Oz Weight Up To 34 Minutes Of Flight Time Rotating Gimbal For Vertical Shooting Slow Motion Video At Full Hd 1080p120 Upto 7.5 Mile Range With Ocusync 3 Focustrack Subject Tracking System Foldable Design For Easy Travel/storage Drone Battery 2 Pieces ₱8,640.00 Specification: Inteligent Flight Battery Backpack For Drone 1 Piece ₱16,200.00 Specification: Fits Pro Mirrorless Or Dslr With 70-200mm, 4-5 Extra Lenses Maxfit Divider System For Maximum Capacity & Snug Protective Fit Travel Friendly: Stowable Shoulder Straps, Removable Waist Belt 256gb Micro Sd Card 2 Pieces ₱6,300.00 Lens (16/64/256) 1 Pieces ₱5,600.00 Landing Pad 50cm Waterproof 1 Piece ₱950.00 Propeller (pair) X 2 Screws X 12 Diameter X Tread 2 Pieces ₱1,020.00 Phitch: 6.0 X 3.0 Inches Weight (each): 0.9 Grams Charging Hub 1 Piece ₱3,000.00 Wifi 6 Bluetooth 5.0 Pcie Adapter 5 Pieces ₱13,000.00 Specification: Unrivalled Wifi 6 Speed- Breaks The Gigabit Barrier With Speed Up To 2402 Mbps (5ghz) + 574 Mbps (2.4 Ghz) Reliable Connections-intel® Wi-fi 6 Chipest Brings Faster And Clearer Wi-fi To Fully Unlock The Potential Of Your Wi-fi 6 Router Luetooth 5.0 Rj45 Connector Cat6 200 Pieces ₱1,600.00 Rj45 Crimp Tool Kit 1 Set ₱1,600.00 Eight In One Docking Station Dmi Mode 100mbps Network Port 7 ₱4,550.00 Specifications: 100mbps Network Port High Speed Transmission Pd Power Supply Sd/tf High Definition Image Quality 7 Ports Led Usb 2.0 Adapter Hub Power On/off Switch For Pc Laptop Computer 3 ₱600.00 Solid State Drive (ssd) 1tb 3 ₱12,000.00 Powershared 10ml 9l Micro Cut Shredder 1 ₱24,200.00 Specification: Shreds 10 Shets Of Paper At A Time Into 1x12mm Micro-cut Particles (security Level P-5) That's 2000+ Particles Per A4 Sheet Safety Lock Manually Disables The Shredder To Prevent Accidental Activation Shreds Non-stop For Up To 10minutes 19l Pull-out Bin For Easy Disposal Of Paper Waste Shreds Staples And Credit Cards Xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx-xx General Conditions: 1. All Entries Must Be Typewritten And Legible; *** 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec; Lgu; Dti; Cda, Etc.); 4. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: * Your Company Name * Pr No. * Rfq No. * Philgeps Reference No. 5. Delivery Period Must Be At Least Within Seven (7) Calendar Days Upon Receipt Of The Notice Of Award/ Purchase Order (indicate Days Of Delivery In The Bidder’s Certification Box); 6. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 7. Price Validity Shall Be For A Period Of Three (3) Months; 8. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract (abc); 9. Transactions With Bfar Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment; 10. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal. 11. Terms Of Payment: At Least Thirty (30) Days Upon Effectivity Of Purchase Order.
Closing Date21 Jan 2025
Tender AmountPHP 470.1 K (USD 8 K)

Municipality Of San Isidro, Surigao Del Norte Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Surigao Del Norte Municipality Of San Isidro San Isidro, Surigao Del Norte Section I. Invitation To Bid Procurement Of Goods For 1st Quarter Common Supplies For Offices 1. The Municipal Local Government Unit Of San Isidro, Through 2. The Municipal Bids And Awards Committee Now Invites Bids For The Procurement Of Goods For 1st Quarter Common Supplies, Source Of Fund From General Fund To Apply The Sum Of Two Hundred Forty Three Thousand Three Hundred Seventy One & 12/100 (php243,371.12) Being The Approved Budget For The Contract(abc) To Payments Under The Contract For The “procurement Of Goods For 1st Quarter Common Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. Prospective Bidders Should Have Experience In Undertaking Similar Projects Within Two (2) Years From The Deadline Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Municipal Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 24, 2025 To January 31, 2025 From The Address Below And Upon Payment Of A Non- Refundable Fee In The Amount Of Five Hundred Pesos (p500.00). 7. Bids Must Be Delivered To The Address Below On Or Before February 3, 2025 At 1:30 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 And Bid Security Declaration. 8. Bid Opening Shall Also Be Held On February 3, 2025 At 2:00 Pm At Conference Room, Municipal Hall, San Isidro, Surigao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipal Local Government Of San Isidro Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Lgu-bac Secretariat Mrs. Gina B. Consigna Cell Number;09171078715 (sgd) Ismael L. Macalos, Jr. Bac-chairperson Cell Number: 09128053100/09177004958 Unit Description Qty Pcs 10 Liters Orocan Pail 1 Ream A3 Bond Paper 1 A4 ,joy Plastic Cover,thick 2 Bot Air Freshener,aerosol Type 8 Pcs Albatross 5 Bot Alcohol, 70% Isoprophyl 42 Gal. Alcohol Ethyl 2 Pcs Ballpen Black 290 Pcs Ballpen Blue 142 Box Binder Clip,1inch 2 Box Binder Clips,(2'') 1 Bdle Binding Ring/com.plastic,12mm 2 Bdle Binding Ring/com.plastic,14mm 2 Ream Bond Paper A4 Multi Copy 139 Ream Bond Paper Legal Multi Copy 82 Ream Bond Paper Short 5 Pcs Boots 25 Pcs Bromm Stick,ting2x 3 Pc Broom Soft Tamboo 12 Pcs Calculator 12 Digits 7 Pcs Calculator,compact 4 Pcs Calculator,scientific 1 Pcs Car Freshener 4 Pack Cartolina,assorted Color 1 Pcs Cleaner,toilet And Urinal 1 Pc Clear Book,legal 5 Box Clip Backfold,25mm 12 Box Clip,backfold,50mm 2 Box Coin Envelope (8 1/2) 2 Pcs Columnar Book (4 Cols.) 5 Pcs Correction Tape 69 Pcs Curtain (2mx4m), Maroon/green 2 Pcs Cutter Knife 4 Pcs Data File Box 8 Pcs Detergent Bar 5 Kl Detergent Powder 2 Pouch Detergent Powder,all Purpose 3 Pcs Dipper(kabo) 1 Pcs Dish Drainer Cabinet 1 Unit Dish Rack ,dish Cabinet 1 Can Dish Washing Paste 10 Bot Dishwashing Liquid,780ml 1 Bot Disinfectant Spray,aerosol Type 3 Pc Document Paper Tray,3 Layer(file Rack Metal) 1 Roll Double Sided Tape 2 Doz Downy 1 Pouch Downy,antibac,1.38l 1 Pcs Dust Pan 7 Bot Elmers Glue 4 Pcs Envelop Brown , A4 22 Pcs Envelop Brown , Legal 67 Pcs Envelope,brown,legal,expanded 89 Box Envelope,documentary,legal 1 Box Envelope,expanding,kraft 1 Pc Eraser,plastic Rubber 2 Ream Expanded Envelope Long 1 Box Expanded Envelope,brown,legal 1 Pcs Expanded,folder,long 10 Box Fastener,metal 5 Box Fastener,plastic 7 Pc File Box,stand Box 3 Pcs File Folder,long 17 Pack File Folder,l-type,legal 1 Pc File Orgnizer 1 Pcs Filer 5 Pack Folder,a4 1 Box Folder,brown,legal,50/box 2 Pcs Folder,long 20 Pack Folder,tagboard,legal,pack 4 Ream Folder,white,legal 3 Box Friction Pen 2 Pcs Friction Pen,black 9 Pcs Friction Pen,blue 9 Pair Garden Gloves 45 Jar Glue All Purpose,300 Grams 9 Pcs Glue Gun 1 Jar Glue,all Purpose,500 Ml 1 Pcs Hats 25 Pcs Heavy Duty Padlock 4 Can Insecticide,aerosol Type 2 Pcs Legislative Picture W/ Frame 1 Pcs Marking Pen,permanent,black 1 Pcs Marking Pen,permanent,blue 1 Pcs Marking Pen,permanent,bullet Type,black 1 Pcs Mechanical Sharpener 2 Pcs Mop With Spinner 2 Pad Notepad 2x3 14 Unit Office Swivel Chair 1 Box Paper Clip,33mm,100's/box 5 Box Paper Clip,gen Type,48mm 4 Box Paper Fastener,long 2 Ream Paper,multi-copy,80 Gsm 9 Box Pencil Mongol #2 3 Pcs Pencil,sharpener,big 1 Pcs Pentel Pen,black 4 Pcs Pentel Pen,ink,black 1 Pc Philippine Flag (regular Size) 2 Pack Photo Paper,a4 4 Pc Plastic Chair/ruby 58 Meter Plastic Cover,thick(15m) 15 Kl Powder Detergent 1 Pc Puncher Heavy Duty 3 Box Push Pin 3 Pcs Received Stamp Big 2 Pc Record Book Official,500 Pages 22 Pc Record Book,300 Pages 10 Unit Rice Cooker,2 Kls 1 Box Rubber Band (arrow) 2 Box Rubber Band No.18 4 Pc Ruler,plastic,450mm 4 Pcs Scissor Big 7 Pcs Scouring Pad 1 Pcs Sign Pen,blue 2 Pcs Sign Pen,extra Fine Tip,black 70 Kls. Soap Powder,100 Grams 4 Pc Spinning Mop 2 Box Stabello Yellow 1 Pcs Stamping Pad 3 Bot Stamping Pad Ink 4 Box Staple Wire No.35 13 Pcs Stapler No.35 With Remover 7 Pack Sticker Paper,a4,pack 1 Pack Surf Powder 1 Pc Tape Dispenser,table Top 1 Pcs Tape Measure 2 Roll Tape Packing 2 Inch 3 Roll Tape Transparent 2 Inch 8 Roll Tape Transparent,24mm 7 Roll Tape,masking,48mm 1 Box Thumbtacks 2 Pack Toilet Tissue,12 Roll/pack 18 Pcs Toilet Cleaner (tuff) 4 Trash Bag (big Plastic Celophane) 7 Pcs Trash Bin With Cover 13 Trashbag Xxl Size 2 Pcs T-shirt 40 Pcs T-shirt Printing 40 Pcs Umbrella 7 Pc Wall Clock 2 Pc Waste Basket 4 Pc White Board Eraser 1 Bot Zonrox 1
Closing Date31 Jan 2025
Tender AmountPHP 243.3 K (USD 4.1 K)

City Of Mati Tender

Scraps
Philippines
Details: Description Itb-auction-2025-02 Republic Of The Philippines Province Of Davao Oriental City Of Mati City Mayor’s Office Invitation To Bid For The Sale Of Unserviceable Equipment The Asset Disposal Committee In Behalf Of Lgu – City Of Mati Invites Bidders To Bid For The Purchase Of Unserviceable Property, As Follows: Description Quantity Lot 1a - Heavy Equipment 1. Shantui Bulldozer - Engine No: 41178768, Chassis No: Sd22aa115251 1 Unit 2. Tata Daewoo Garbage Compactor - Engine No: De12tis218321, Chassis No: Kl3f4cefidk000248, Temp Plate No: 1201-121867 1 Unit 3. Tata Daewoo Garbage Compactor - Engine No: De12tis218561cc, Chassis No: Kl3f4cefidk000249, Temp Plate No: 1201-136308 1 Unit 4. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543922cc, Chassis No: Kl3f4cefifk000339, Temp Plate No: 1201-152709 1 Unit 5. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543925cc, Chassis No: Kl3f4cefifk000338, Temp Plate No: 1201-152710 1 Unit 6. John Deere Backhoe Loader - Engine No: T04045d748994, Chassis No: 70310ex841884, Plate No: Jd-310e 1 Unit 7. Tata Daewoo Dumptruck - Engine No: De12tis547504cc, Chassis No: Kl3f3defifk000173, Temp Plate No: 1201-141546 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 2,920,000.00 Actual Bid Price Lot 1b – Light Vehicles Quantity 1. Jinbei General Utility Response Vehicle - Engine No: Ca4d32090112131, Chassis No: Lsycjd459ah082133, Plate No: Skk-364 1 Unit 2. Ford Ranger 2.2l 4x2 Xlt M/t Pickup - Engine No: P4at1180160, Chassis No: Mnclmff80ew267672, Plate No: Saa-4368 1 Unit 3. Mitsubishi Delica Van - Engine No: D4bf-t652586, Chassis No: P25w-1101367, Plate No: Shn-683 1 Unit 4. Ford Everest 4x4 Suv - Engine No: Wlat437611, Chassis No: Mncls4d403w104178, Plate No: Skb-548 1 Unit 5. Ford Ranger 2.2l 4x2 Xlt M/t - Engine No: P4at1178978, Chassis No: Mnclmff80ew266423, Plate No: Saa-4374 1 Unit 6. Suzuki Multicab - Engine No: Fga5565087, Chassis No: Dc51t-115604, Plate No: Sjj-882 1 Unit 7. Suzuki Multicab (conversion From Left To Right Assemble Car Patrol Body) - Engine No: 7183129, Chassis No: Da52t-245246 1 Unit 8. Suzuki Multicab - Engine No: 5153769, Chassis No: Db51t150630, Plate No: Sha-290 1 Unit 9. 2010 Foton View 2.4l M/t Ambulance - Engine No: Bj486zqa60147, Chassis No: Lvcb1dba8ab004627 1 Unit 10. Suzuki Multicab - Engine No: Fga6215004, Chassis No: Dc51t355554, Plate No: Sgx-878 1 Unit 11. Suzuki Multicab - Engine No: Dk51t304183, Chassis No: F6a6197125, Plate No: 1201-47381 1 Unit 12. Mitsubishi Delica Van - Engine No: 4d56eq6998, Chassis No: P35w0219012, Plate No: Shm-947 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 448,000.00 Actual Bid Price Lot 1c – Motorcycle & Three Wheeled Vehicles Quantity 1. Honda Xrm 125 Motorcycle - Engine No: Xrm15e008490, Chassis No: Xrm15008490, Plate No: Se-2994 1 Unit 2. Honda Tmx 155 Motorcycle - Engine No: Kb509e339030, Chassis No: Kb509339019, Plate No: Sh-9300 1 Unit 3. Honda Xrm 125 Motorcycle - Engine No: Xrm16e139052, Chassis No: Xrm16139048, Plate No: Sh-9293 1 Unit 4. Kawasaki Fury Ax 125 Motorcycle - Engine No: Ax125aep16968, Chassis No: Kb509339019, Plate No: Se-2990 1 Unit 5. Kawasaki Bajaj Motorcycle - Engine No: Dumbrd88993, Chassis No: Md2ddd22rwb41621, Plate No: Se-4907 1 Unit 6. Jianshe Motorcycle - Engine No: Jm157fmja01060427, Chassis No: Lapzcklb61a000038, Plate No: Se-1775 1 Unit 7. Kawasaki Rouser 135 Motorcycle - Engine No: Egbuk46064, Chassis No: Mdzjdjdzzuck92816, Plate No: Sh-9279 1 Unit 8. Honda Xrm 125 Motorcycle - Engine No: Xrm17e076867, Chassis No: Xrm17076841, Plate No: Sa-11792 1 Unit 9. Bajaj Re Three-wheeler Vehicle - Engine No: Azzwke05563, Chassis No: Md2a25by2kwe78402, Temp Plate No: 1101-780098 1 Unit 10. Rescue Vehicle Integrated With Rescue Boat - Engine No: S5c8404645, Chassis No: Mbx0000wnsc067335, Temp Plate: 130107 1 Unit 11. Yamaha Dt 125 Motorcycle - Engine No: 4ar-034230, Chassis No: 4ar-034230, Plate: Se-4725 1 Unit 12. Honda Xrm 110 Motorcycle - Engine No: Xrm110me713465, Chassis No: Xrm1205y134651, Plate: Sf-4116 1 Unit 13. Honda Xrm 125 Motorcycle - Engine No: Xrm16e184819, Chassis No: Xrm16184878, Plate: Sh-9302 1 Unit 14. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7134641, Chassis No: Xrm1205y134641, Plate: Sf-4123 1 Unit 15. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7130726, Chassis No: Xrm1205y130726, Plate: Sf-4114 1 Unit 16. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7129566, Chassis No: Xrm1205y129566, Plate: Sf-4119 1 Unit 17. Jianshe Motorcycle - Engine No: Jym157fmj-a01060457, Chassis No: Lapzcklb-91a000-034, Plate No: Se-1784 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 48,000.00 Actual Bid Price ______________________________ Signature Of Bidder Deadline Of Submission Of Sealed Proposal Is On February 3, 2025, Monday At 2:00pm Thru Asset Disposition Committee (adc) And The Bids And Awards Committee At Bac Conference Room, 2f Annex Bldg., City Hall, City Of Mati, Davao Oriental. Ocular Inspection Is Scheduled On January 25 - 31, 2025 At 9:00 Am To 3:00pm (working Days Only) Interested Parties May Secure Copy Of This Invitation To The Asset Disposition Committee (adc). 1. All Bids Must Be Accompanied With A Business/mayor’ Permit And Latest Income Tax Return Stamped “received” By Bir Or Its Duly Accredited And Authorized Institutions Shall Be Placed In Sealed Envelope. 2. Bidders Are Required To Enclose / Post A Bidder’s Bond In The Form Of Cash, Cashier Or Manager’s Check Equivalent To Ten Percent (10%) Of The Appraised Value Per Lot. All Bonds Of Non-winning Bidders Are Refundable Immediately After Selection Of Winning Bidder. However, The Winning Bidder’s Bond Shall Only Be Withdrawn Upon Perfection/ Completion Of The Contract. 3. Appraised Value Of The Property For Sale Is Non-negotiable And On An “as-is-where-is” Basis 4. All Expense Related To The Hauling Of These Items Shall Be Borne By The Buyer. 5. Date Of Completion And Full Payment Shall Be Made Not Later Than Three (3) Calendar Days Upon Issuance Of Noticed Of Awards. 6. Non-compliance Of The Winning Bidder On The Above Stipulated Terms And Conditions Shall Be Grounds For The Rejections Of The Bid Without Prejudice To A Re-bidding As The Situation Warrants. The Bidder Is Encouraged To Conduct An Ocular Inspection Of The Property For Sale Before Submitting His/her Proposal. The Head Of The Agency Reserves The Right To Reject Any Or All Of The Bids With Or Without Cause, To Annul The Auction Process, To Waive Any Defect In Them And To Award The Bidder Whose Bid Is The Most Advantageous To The Government. Engr. Crosby B. Balaneg, Ce, Se, Rea, Mpa Chairperson, Asset Disposition Committee
Closing Date3 Feb 2025
Tender AmountPHP 3.4 Million (USD 58.4 K)

City Of Mati Tender

Scraps
Philippines
Details: Description Itb-auction-2025-01 Republic Of The Philippines Province Of Davao Oriental City Of Mati City Mayor’s Office Request For Quotation For The Sale Of Unserviceable Equipment The Asset Disposal Committee In Behalf Of Lgu – City Of Mati Invites Bidders To Bid For The Purchase Of Unserviceable Property, As Follows: Description Quantity Lot 1a - Heavy Equipment 1. Shantui Bulldozer - Engine No: 41178768, Chassis No: Sd22aa115251 1 Unit 2. Tata Daewoo Garbage Compactor - Engine No: De12tis218321, Chassis No: Kl3f4cefidk000248, Temp Plate No: 1201-121867 1 Unit 3. Tata Daewoo Garbage Compactor - Engine No: De12tis218561cc, Chassis No: Kl3f4cefidk000249, Temp Plate No: 1201-136308 1 Unit 4. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543922cc, Chassis No: Kl3f4cefifk000339, Temp Plate No: 1201-152709 1 Unit 5. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543925cc, Chassis No: Kl3f4cefifk000338, Temp Plate No: 1201-152710 1 Unit 6. John Deere Backhoe Loader - Engine No: T04045d748994, Chassis No: 70310ex841884, Plate No: Jd-310e 1 Unit 7. Tata Daewoo Dumptruck - Engine No: De12tis547504cc, Chassis No: Kl3f3defifk000173, Temp Plate No: 1201-141546 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 2,920,000.00 Actual Bid Price Lot 1b – Light Vehicles Quantity 1. Jinbei General Utility Response Vehicle - Engine No: Ca4d32090112131, Chassis No: Lsycjd459ah082133, Plate No: Skk-364 1 Unit 2. Ford Ranger 2.2l 4x2 Xlt M/t Pickup - Engine No: P4at1180160, Chassis No: Mnclmff80ew267672, Plate No: Saa-4368 1 Unit 3. Mitsubishi Delica Van - Engine No: D4bf-t652586, Chassis No: P25w-1101367, Plate No: Shn-683 1 Unit 4. Ford Everest 4x4 Suv - Engine No: Wlat437611, Chassis No: Mncls4d403w104178, Plate No: Skb-548 1 Unit 5. Ford Ranger 2.2l 4x2 Xlt M/t - Engine No: P4at1178978, Chassis No: Mnclmff80ew266423, Plate No: Saa-4374 1 Unit 6. Suzuki Multicab - Engine No: Fga5565087, Chassis No: Dc51t-115604, Plate No: Sjj-882 1 Unit 7. Suzuki Multicab (conversion From Left To Right Assemble Car Patrol Body) - Engine No: 7183129, Chassis No: Da52t-245246 1 Unit 8. Suzuki Multicab - Engine No: 5153769, Chassis No: Db51t150630, Plate No: Sha-290 1 Unit 9. 2010 Foton View 2.4l M/t Ambulance - Engine No: Bj486zqa60147, Chassis No: Lvcb1dba8ab004627 1 Unit 10. Suzuki Multicab - Engine No: Fga6215004, Chassis No: Dc51t355554, Plate No: Sgx-878 1 Unit 11. Suzuki Multicab - Engine No: Dk51t304183, Chassis No: F6a6197125, Plate No: 1201-47381 1 Unit 12. Mitsubishi Delica Van - Engine No: 4d56eq6998, Chassis No: P35w0219012, Plate No: Shm-947 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 448,000.00 Actual Bid Price Lot 1c – Motorcycle & Three Wheeled Vehicles Quantity 1. Honda Xrm 125 Motorcycle - Engine No: Xrm15e008490, Chassis No: Xrm15008490, Plate No: Se-2994 1 Unit 2. Honda Tmx 155 Motorcycle - Engine No: Kb509e339030, Chassis No: Kb509339019, Plate No: Sh-9300 1 Unit 3. Honda Xrm 125 Motorcycle - Engine No: Xrm16e139052, Chassis No: Xrm16139048, Plate No: Sh-9293 1 Unit 4. Kawasaki Fury Ax 125 Motorcycle - Engine No: Ax125aep16968, Chassis No: Kb509339019, Plate No: Se-2990 1 Unit 5. Kawasaki Bajaj Motorcycle - Engine No: Dumbrd88993, Chassis No: Md2ddd22rwb41621, Plate No: Se-4907 1 Unit 6. Jianshe Motorcycle - Engine No: Jm157fmja01060427, Chassis No: Lapzcklb61a000038, Plate No: Se-1775 1 Unit 7. Kawasaki Rouser 135 Motorcycle - Engine No: Egbuk46064, Chassis No: Mdzjdjdzzuck92816, Plate No: Sh-9279 1 Unit 8. Honda Xrm 125 Motorcycle - Engine No: Xrm17e076867, Chassis No: Xrm17076841, Plate No: Sa-11792 1 Unit 9. Bajaj Re Three-wheeler Vehicle - Engine No: Azzwke05563, Chassis No: Md2a25by2kwe78402, Temp Plate No: 1101-780098 1 Unit 10. Rescue Vehicle Integrated With Rescue Boat - Engine No: S5c8404645, Chassis No: Mbx0000wnsc067335, Temp Plate: 130107 1 Unit 11. Yamaha Dt 125 Motorcycle - Engine No: 4ar-034230, Chassis No: 4ar-034230, Plate: Se-4725 1 Unit 12. Honda Xrm 110 Motorcycle - Engine No: Xrm110me713465, Chassis No: Xrm1205y134651, Plate: Sf-4116 1 Unit 13. Honda Xrm 125 Motorcycle - Engine No: Xrm16e184819, Chassis No: Xrm16184878, Plate: Sh-9302 1 Unit 14. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7134641, Chassis No: Xrm1205y134641, Plate: Sf-4123 1 Unit 15. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7130726, Chassis No: Xrm1205y130726, Plate: Sf-4114 1 Unit 16. Honda Xrm 110 Motorcycle - Engine No: Xrm110me7129566, Chassis No: Xrm1205y129566, Plate: Sf-4119 1 Unit 17. Jianshe Motorcycle - Engine No: Jym157fmj-a01060457, Chassis No: Lapzcklb-91a000-034, Plate No: Se-1784 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 48,000.00 Actual Bid Price ______________________________ Signature Of Bidder Deadline Of Submission Of Sealed Proposal Is On January 22, 2025, Wednesday At 2:00pm Thru Asset Disposition Committee (adc) And The Bids And Awards Committee At Bac Conference Room, 2f Annex Bldg., City Hall, City Of Mati, Davao Oriental. Ocular Inspection Is Scheduled On January 16 - 21, 2025 At 9:00 Am To 3:00pm (working Days Only) Interested Parties May Secure Copy Of This Invitation To The Asset Disposition Committee (adc). 1. All Bids Must Be Accompanied With A Business/mayor’ Permit And Latest Income Tax Return Stamped “received” By Bir Or Its Duly Accredited And Authorized Institutions Shall Be Placed In Sealed Envelope. 2. Bidders Are Required To Enclose / Post A Bidder’s Bond In The Form Of Cash, Cashier Or Manager’s Check Equivalent To Ten Percent (10%) Of The Appraised Value Per Lot. All Bonds Of Non-winning Bidders Are Refundable Immediately After Selection Of Winning Bidder. However, The Winning Bidder’s Bond Shall Only Be Withdrawn Upon Perfection/ Completion Of The Contract. 3. Appraised Value Of The Property For Sale Is Non-negotiable And On An “as-is-where-is” Basis 4. All Expense Related To The Hauling Of These Items Shall Be Borne By The Buyer. 5. Date Of Completion And Full Payment Shall Be Made Not Later Than Three (3) Calendar Days Upon Issuance Of Noticed Of Awards. 6. Non-compliance Of The Winning Bidder On The Above Stipulated Terms And Conditions Shall Be Grounds For The Rejections Of The Bid Without Prejudice To A Re-bidding As The Situation Warrants. The Bidder Is Encouraged To Conduct An Ocular Inspection Of The Property For Sale Before Submitting His/her Proposal. The Head Of The Agency Reserves The Right To Reject Any Or All Of The Bids With Or Without Cause, To Annul The Auction Process, To Waive Any Defect In Them And To Award The Bidder Whose Bid Is The Most Advantageous To The Government. Engr. Crosby B. Balaneg, Ce, Se, Rea, Mpa Chairperson, Asset Disposition Committee
Closing Date22 Jan 2025
Tender AmountPHP 3.4 Million (USD 58.3 K)

Dinalupihan Water District Tender

Publishing and Printing...+1Furnitures and Fixtures
Corrigendum : Tender Amount Updated
Philippines
Details: Description Item # Description Qnty. Unit Unit Price Amount 1 Air Freshener 18 Pcs 2 Albatross (toilet Deodorizer / Deodorant Cake) 30 Pcs 3 Alcohol 72 Bottles 4 Ballpen - Black 136 Pcs 5 Ballpen - Blue 10 Pcs 6 Ballpen - Red 50 Pcs 7 Ballpen Holder 6 Pcs 8 Bathroom Tissue (12's) 70 Packs 9 Battery Aa (2-pack) 20 Packs 10 Battery Aaa (2-pack) 13 Packs 11 Battery D 1.5 12 Pcs 12 Bond Paper W/ Letterhead - Long 3 Reams 13 Bond Paper W/ Letterhead - Short 3 Reams 14 Bond Paper 8.5" X 14" (legal) 7 Reams 15 Bond Paper A4 19 Reams 16 Bond Paper A3 2 Reams 17 Bond Paper Long 26 Reams 18 Bond Paper Short 48 Reams 19 Broom 8 Pcs 20 Broom (tingting) 6 Pcs 21 Calculator (compact) 3 Pcs 22 Car Freshener 36 Pcs 23 Cd-r 700mb 8 Pcs 24 Chamois 10 Packs 25 Clear Book - Long 5 Pcs 26 Clear Book - A4 1 Pc 27 Clear Book Refill Long 2 Packs 28 Clip, Backfold, 25mm 5 Boxes 29 Clip, Backfold, 32mm 10 Boxes 30 Clip, Backfold, 50mm 4 Boxes 31 Clipboard 8 Pcs 32 Computer Continuous Forms 1-ply (short / 8.5" X 11") 6 Boxes 33 Computer Continuous Forms 2-ply (short / 8.5" X 11") 4 Boxes 34 Computer Continuous Forms 3-ply (short / 8.5" X 11") 4 Boxes 35 Computer Continuous Forms 2-ply (1/2 Legal Size- 13 X 8 1/2 [2 Outs] ; Carbonless With Tint Wth Sp; White/yellow) 20 Boxes 36 Correction Tape 27 Pcs 37 "desktop Computer (processor: Intel Core I5 Memory (ram): 8gb Ddr4 Primary Storage 500gb Ssd Secondary Storage: 1tb Hdd Monitor: 22-inch Full Hd (1080p) Peripherals: Standard Keyboard And Optical Mouse Included Ports: At Least 4 Usb Ports, 1 Hdmi, And Audio Jacks)" 1 Unit 38 Detergent Bar Soap 12 Bars 39 Detergent Powder (1kg) 3 Packs 40 Digital Voice Recorder 1 Pc 41 Disinfectant Spray 18 Pcs 42 Disinfecting Bleach (1gal) (sodium Hypochlorite) 1 Gallon 43 Disposable Cups 50 Packs 44 Disposable Fork 50 Packs 45 Disposable Spoon 50 Packs 46 Dishwashing Liquid 13 Bottles 47 Double Sided Tape For Wall/heavy Duty 3 Pcs 48 Dust Pan 1 Pc 49 Electric Kettle (2.5 Liters, Auto Shut-off) 1 Pc 50 Epson Ink 001 Bk 2 Pcs 51 Epson Ink 001 Cy 1 Pc 52 Epson Ink 001 M 1 Pc 53 Epson Ink 001 Y 1 Pc 54 Epson Ink 003 Bk 14 Pc 55 Epson Ink 003 Cy 8 Pc 56 Epson Ink 003 M 8 Pc 57 Epson Ink 003 Y 8 Pc 58 Epson Bk664 3 Pcs 59 Epson C664 2 Pcs 60 Epson M664 2 Pcs 61 Epson Y664 2 Pcs 62 Epson Lq-2180 Ribbon (c13s015531) S015086 15 Pcs. 63 Epson Lq-310 Ribbon 38 Pcs. 64 Expandable Folder Long (folder Pressboard - Blue, Red, Green) 2 Boxes 65 External Hd 1tb 2 Pcs 66 Fastener (vinyl Coated) 13 Boxes 67 Fastener W/ Lock (plastic/asstd Colors) 1 Box 68 File Rack (data File Box) 3 Pcs 69 Filing Cabinet (3 Partition) 1 Pc 70 Fire Extinguisher 1 Pc 71 Flash Drive 8gb 3 Pcs 72 Flash Drive 16gb 8 Pcs 73 Flash Drive 64gb 2 Pcs 74 Folder With Tab, Long 3 Packs 75 Furniture Polish 10 Pcs 76 Garbage Bag (10's) 50 Packs 77 Glue 2 Bottles 78 Gun Tacker 1 Pc 79 Hand Sanitizer 36 Bottles 80 Liquid Hand Soap 13 Bottles 81 Highlighter (marker, Fluorescent, Assorted) 3 Sets 82 Ice Plastic 25 Packs 83 Ink - Hp Gt51 Black 2 Pcs 84 Ink - Hp Gt52 Cy 1 Pc 85 Ink - Hp Gt52 M 1 Pc 86 Ink - Hp Gt52 Y 1 Pc 87 Ink - Hp 680 Black 6 Pcs 88 Ink - Hp 680 Colored 6 Pcs 89 Insecticide 6 Bottles 90 Keyboard Wired 2 Pcs 91 Keyboard Wireless 2 Pcs 92 Light Bulb 11watts 30 Pcs 93 Light Bulb 13watts 15 Pcs 94 Lever Arch File Long (data Folder) 13 Pcs 95 Liquid Floor Cleaner 20 Bottles 96 Logbook 300pp 9 Pcs 97 Logbook 500pp 3 Pcs 98 Masking Tape 48mm 5 Pcs 99 Mighty Bond (super Adhesive Instant Glue) 12 Pcs 100 Mop (complete Set) 4 Pcs 101 Mop Refill 3 Pcs 102 Mouse Wired 2 Pcs 103 Mouse Wireless Optical 2 Pcs 104 Notebook (spiral) 12 Pcs 105 Office Chair 1 Pc 106 Packaging Tape 5 Pcs 107 Paper Clip #3 12 Boxes 108 Paper Clip #5 12 Boxes 109 Paper Plate (50's) 25 Packs 110 Paper Towel (2's) 53 Packs 111 Paper Towel Interfolded 1 Pack 112 Pencil 4 Boxes 113 Pencil Eraser 1 Pc 114 Pencil Lead (.5) 2 Pcs 115 Permanent Marker (black) 11 Pcs 116 Philippine National Flag 12 Pcs 117 Photopaper 1 Pack 118 Presentation Remote W/ Laser Pointer 1 Pc 119 Printer (print, Copy, Scan, Fax With Adf, Wireless) 1 Unit 120 Printer (print, Scan, Copy, Fax With Adf) 2 Unit 121 Printer (dot Matrix; 4 Switches And 5 Leds) 2 Units 122 Printer (dot Matrix ; 6 Switches And 10 Leds) 1 Unit 123 Push Pin 2 Boxes 124 Puncher 1 Pc 125 Rags 32pieces Per Kg. 2 Bundles 126 Rubberband (small) 3 Boxes 127 Rubber Mop 2 Pcs 128 Ruler 2 Pcs 129 Scissors 2 Pcs 130 Scotch Tape 1" (tape,transparent,24mm) 24 Pcs 131 Scrubbing Pad 9 Pcs 132 Sign Pen Black 25 Pcs 133 Specialty Paper 120gsm - Letter (10pcs/pack) 10 Packs 134 Specialty Paper 120gsm - Legal 8.5' X 13" (10pcs/pack) 10 Packs 135 Stamp Pad 2 Pcs 136 Stamp Pad Ink 2 Pcs 137 Staple Wire #35 38 Boxes 138 Staple Wire (gun Tacker) 1 Pc 139 Staple Wire Remover 1 Pc 140 Stapler 2 Pcs 141 Sticker Paper A4 2 Packs 142 Sticky Note 3x3 15 Pads 143 Thermal Paper 8mm 30 Pcs 144 Tire Black 5 Pcs 145 Toilet Bowl Cleaner 12 Bottles 146 Toilet Brush 5 Pcs 147 Toner-tk3104 5 Pcs 148 Ups 6 Units 149 Wall Clock 1 Pc 150 Water Dispenser (top Load, Hot And Cold) 1 Unit 151 White Board Marker 3 Pcs 152 White Marker 14 Pcs 153 Yellow Pad (pad Paper, Ruled) 5 Pads ***nothing Follows***
Closing Date27 Jan 2025
Tender AmountPHP 576.9 K (USD 9.8 K)

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ 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 Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before __january 20, 2025 (01:29pm)__. 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 __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections 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. 12. For Further Information, Please Refer To: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Supply And Delivery Of Various Bucor Vehicles 2025 Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Four (4) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}the Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A. Framework Agreement Form; B. Bidding Documents; C. Call-offs; D. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E. Performance Security Or Performance Securing Declaration, As The Case May Be; F. Notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3. For A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4. For Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Acting Director, Directorate For Engineering Services. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. 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] Affiant 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, With No. ____________ Issued On ______________ At ___________________________________. 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 _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 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 Or Authorized Representative 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: A) If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) 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 To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding 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 By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding 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: The Owner Or Sole Proprietor Is 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. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; 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 For The Supply And Delivery Of Various Bucor Vehicles 2025. 9. [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. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory 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, With No. ____________ And Issued On ____________________ At _____________________. 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 _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of Various Bucor Vehicles 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)
4031-4040 of 4111 archived Tenders