Cars Tenders

Cars Tenders

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Others
United States
Details: This Is A Sources Sought Notice. This Notice Is Issued For Market Research Purposes Only. This Is Not A Solicitation Or Invitation For Offerors To Submit Bids. A Synopsis Of Proposed Contract Action Will Be Posted At A Later Date Which Will Provide Instructions For Bidders To Respond To This Opportunity. please Do Not Respond To This Notice If You Are Not Seriously Interested And If You Do Not Perform This Requirement. It Will Delay The Posting Of The Solicitation Due To Further Market Research That Will Be Required. the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of A Solicitation For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Upgrade Elevators, At The Federal Metropolitan Detention Center Los Angeles (mdcla), Located In Los Angeles, California. mdcla Is A Federally Owned High-rise Facility Located At 535 N Alameda St, Los Angeles, Ca 90012-3405. The Project Consists Of The Following: 1.1 Work Covered By Contract Documents a. Upgrade Of 4 Elevators, Including New Machines, Operational Controls, Door Equipment, Signal Fixtures, Car Interior Finishes. b. Provide All Labor, Engineering, Tools, Transportation, Services, Supervision, Materials, And Equipment Necessary For And Incidental To Satisfactory Completion Of Required Work As Indicated In Contract Documents. c. Provide All Required Staging, Hoisting And Movement Of New Equipment, Reused Equipment, Or Removal Of Existing Equipment. d. Applicable Conditions Of Purchaser's General, Special, And Supplemental Conditions. e. Prime Contracts Are Defined Below, And Each Is Recognized To Be A Major Part Of Required Work To Be Performed Concurrently In Close Coordination With Work Of Other Contractors. A.this Contract: Upgrade Elevators f. Scope Of Contract Includes, But Is Not Limited To, The Following: A. Coordination, Scheduling, And Management Of Work Of Component Suppliers And Subcontractors. B. Furnish And Install Equipment As Specified, Utilizing Existing And/or Modified Hoist Ways And Machine Rooms. C. Specific Item Of Required Work Which Cannot Be Determined To Be Included In Another Contract Is Thereby Determined To Be Included In Prime Contract. D. Any Item That Is It Related Will Require Prior Fitara Approval. 1.2 Prime Contractor's Duties a.prime Contractor's Duties Include The Following: A. Provide And Pay For Labor, Materials And Equipment, Tools, Construction Equipment And Machinery, And Other Facilities And Services Necessary For Proper Execution And Completion Of Required Work. B. Pay For Legally Required Sales, Consumer, And State Remodel Taxes. C. Secure And Pay For Required Permits, Fees, And Licenses Necessary For Proper Execution And Completion Of Required Work, As Applicable At Time Of Quotation Due Date. D. Give Required Notices. E. Comply With Codes, Ordinances, Rules, Regulations, Orders, And Other Legal Requirements Of Public Authorities Applicable To Performance Of Required Work. F. Promptly Submit Written Notice To Consultant Of Observed Variance Of Contract Documents From Legal Requirements. G. Enforce Strict Discipline And Good Order Among Employees. Do Not Employ Persons Unskilled In Assigned Task. see The Statement Of Work/specifications Attachments For The Complete Requirements Of The Work. pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $1,000,000 And $5,000,000.(note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.) the North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238290 With A Corresponding Small Business Size Standard Of $22 Million. To Be Considered An Interested Vendor, You Must Possess This Naics Code In Your Www.sam.gov Registration. interested Bidders Must Be Registered In Www.sam.gov. the Fbop Is Seeking Small Business Contractors For This Project. Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Small Business Size Standard Specified Above. Interested Small Business Contractors Are Requested To Respond To This Notice By Adding Their Names To The Interested Vendors List For This Posting In Sam.gov (must Be Logged-in To Your Vendor Account)
Closing Date17 Jan 2025
Tender AmountRefer Documents 

Province Of Southern Leyte Tender

Machinery and Tools...+1Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Southern Leyte Maasin City Standard Form No.: Sf-good-60 Project Reference No. Revised On: May 24, 2004 Name Of The Project: _______ Standard Form Title: Request For Quotation Location Of The Project: _______ To: _______________________ Date: February 14, 2025 _______________________ Quotation No. 0092 Abc Php147,900.00 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below, Starting The Shortest Time Of Delivery And Submit Your Quotation In A Sealed Envelope Duly Signed By Youur Representative Not Later Than February 21, 2025, Bac Office, Provincial Capitol @ 10am Atty. Abelardo C. Almario Bac - Chairman 1. Delivery Period Within Immediately 2. Warranty Shall Be For A Period Of Six(6) Months For Supplies & Materials, One (1)year For Equipment, From Date Of Acceptance By The Procuring Entity 3. Price Validity Shall Be For A Period Of 90 Calendar Days 4. Indicate The Brand Of The Item Being Offered, If Applicable. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered, If Applicable. Item Item & Description Unit Qty. Unit Total No. Price 1 Tire Wheel 205 X 65 R16 Pcs 4 2 Battery Assy N70l 11 Plates 12v Pc 1 3 Brake Pad Set 1 4 Brake Shoe Set 1 5 Oil Filter Pcs 3 6 Horn Set 2 7 Engine Oil Diesel Gal 6 8 Fuel Filter Pc 1 9 Wiper Blade Set 2 10 Universal Car Matting Set 2 11 M & T Transmission Oil Liter 4 12 Brake Fluid Liter 4 See Next Page For Use In Ppdo Please Indicate Brand Rfq's With Erasures/alterations Will Be Rejected Award Will Be On Per Item Lot Total Quotation After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature ______________________ Tel. No./cellphone No./ E-mail Add. Date Republic Of The Philippines Province Of Southern Leyte Maasin City Standard Form No.: Sf-good-60 Project Reference No. Revised On: May 24, 2004 Name Of The Project: _______ Standard Form Title: Request For Quotation Location Of The Project: _______ To: _______________________ Date: February 14, 2025 _______________________ Quotation No. 0092 Abc Php147,900.00 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below, Starting The Shortest Time Of Delivery And Submit Your Quotation In A Sealed Envelope Duly Signed By Youur Representative Not Later Than February 21, 2025, Bac Office, Provincial Capitol @ 10am Atty. Abelardo C. Almario Bac - Chairman 1. Delivery Period Within Immediately 2. Warranty Shall Be For A Period Of Six(6) Months For Supplies & Materials, One (1)year For Equipment, From Date Of Acceptance By The Procuring Entity 3. Price Validity Shall Be For A Period Of 90 Calendar Days 4. Indicate The Brand Of The Item Being Offered, If Applicable. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered, If Applicable. Item Item & Description Unit Qty. Unit Total No. Price 13 Coolant Liter 4 14 Vsi Protector Can 10 15 Brake Cleaner Can 4 16 Seat Cover Set 2 Jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj For Use In Ppdo Please Indicate Brand Rfq's With Erasures/alterations Will Be Rejected Award Will Be On Per Lot Total Quotation After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature ______________________ Tel. No./cellphone No./ E-mail Add. Date
Closing Date21 Feb 2025
Tender AmountPHP 147.9 K (USD 2.5 K)

Department Of Agriculture Tender

Automobiles and Auto Parts
Philippines
Details: Description Job Order: To Provide Labor And Materials For The Repair And Maintenance Of The Vehicle With Plate Number A5q-413 (admin). No. Scope Of Work Quantity Unit_cost Abc 140,000 Km Check-up 3.8 560.00 2,128.00 Oil Filter Imv 1 563.24 563.24 Gasket 1 76.00 76.00 Twwf W765 1 124.74 124.74 Tgfs Sn/cf 5w-30 1l 8 818.25 6,546.00 Pad Kit, Disc Brake 1 4,157.25 4,157.25 Toyota Genuine Diesel Engine Flush 1 841.50 841.50 Dsl Injector Cleaner 1 940.00 940.00 Toyota Genuine Backtaklenz (7ml) 1 983.51 983.51 X-ir Engine Treatment (240 Ml) 1 1,250.00 1,250.00 X-1r Diesel Decarbonizer (200 Ml) 1 1,900.00 1,900.00 Rubber, Wiper Blade 1 461.50 461.50 Rubber, Wiper Blade 1 619.00 619.00 Ttl Brake Cleaner New 1 240.30 240.30 Rags Pms 10 5.69 56.90 Toyota Air Care Service/ac Cleaning 1 560.00 560.00 Aircon Cleaner 1 4,100.25 4,100.25 Element, Air Refiner 1 2,336.50 2,336.50 Toyota Genuine Engine Room Coat 1 342.50 342.50 Toyota Car Care 1 620.00 620.00 Toyota Genuine Engine Room Cleaner 1 330.75 330.75 Tmp-pol & Inc 1 168.38 168.38 Replace Battery And Floor Mat 1 620.00 620.00 Battery Ln3 1 12,170.00 12,170.00 Rubber Mat, D-cab Lh 1 9,900.00 9,900.00 No. Termsandconditions 1 Participating Bidders On Items With More Than P50,000.00 Must Submit Its Philgeps Registration. 2 Winning Bidder Shall Provide Its Own Tools/equipment For The Conduct Of Repair/change Oil; 3 Contractor Must Replace And Use Brand New Parts/accessories And Return The Waste Materials To Da Thru Its Authorized Representative; 4 Deliver The Vehicle To Da-rfo 8 After The Conduct Of Repair/change Oil; 5 Must Have 20 Days To Complete The Repair/change Oil After Receipt Of Jo; 6 Repaired Item(s) Is Subject To Inspection, Evaluation And Testing Corresponding To The Required Scope Of Work/services. 7 Non-completion Of Work After The Required Period Will Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of Undelivered Item/portion; 8 Processing Of Payment Shall Commence After Inspection, Acceptance And Testing Of Items By The End User; 9 Payment Shall Be Made Thru Ada (advice Debit Account), As Such, Supplier Shall Submit Snapshot Of Its Bank Account (preferably Lbp Or Any Commercial Bank) To Effect Payment. Checklist Of Eligibility Requirements For Bidders: The Eligibility Envelope Shall Contain The Following: ( ) Valid And Current Mayor’s Permit/municipal License ( ) Certificate Of Philgeps Registration Number ( ) Bir Registration ( ) Dti Registration ( ) Valid And Current Tax Clearance Certificate (for Abcs Above 500k) ( ) Omnibus Sworn Statement – Updated Format ( For Abcs Above 50k) ( ) Pcab License (for Infrastructure Projects) ( ) Amtec (for Agricultural Machinery) ( ) Professional License/ Curriculum Vitae ( For Consulting Services) Note : Submitted Documents Must Properly Authenticated, Complete And Accurate Eligibility Requirement Stated In The Philgeps Posting, In Compliance To Ra 9184 And The 2016 Revised Rules And Regulations. Failure To Comply, Will Result In The Non-compliant Of The Prospective Bidder Shall Will Warrant Automatic Disqualification For The Procurement Project.
Closing Date26 Feb 2025
Tender AmountPHP 52 K (USD 899)

PROVINCE OF ZAMBOANGA DEL NORTE Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com January 03, 2025 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#tf 24-12-114(q) Contract Name: Procurement Of General Repair And Maintenance Services Location/purpose: For The Repair And Services Of Elevator At Zamboanga Del Norte Medical Center. Approved Budget For The Contract (abc): P810,000.00 (inclusive Of All Applicable Taxes)  Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years.  Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed.  Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents  Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates.  The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria.  Post Qualification Of The Lowest/ Single Bids Shall Be Conducted.  All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr).  All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14.  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. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting January 04 - 10, 2025 Availability And Issuance Of Bidding Documents January 04 - 13, 2025 @ 08:30am Deadline For The Submission Of Bids January 13, 2025@ 08:30 Am Bid Opening And Evaluation January 13, 2025@ 09:00am  Payment For Bidding Documents Is A Non- Refundable Amount Of One Thousand Pesos Only (php1,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City.  Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm.  Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above.  The Provincial Government Of Zamboanga Del Norte 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.  Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of General Repair And Maintenance Services Pr#tf 24-12-114(q) Abc: P810,000.00 1. 1 Lot Repair And Maintenance Including Services For Elevator Scope Of Work: *1 Unit Dor 123-oa *1 Unit Dor 124-1a *1 Unit Power Supply *1 Unit Door Motor *1 Session Services And Labor *1 Session General Cleaning: Hose Way, Car Cleaning, Door Contact Cleaning, Door Contact Adjustment, Ground Floor Adjustment Button, Cleaning Floor By Floor, Adjustment Floor By Floor ***nothing Follows***
Closing Date28 Feb 2025
Tender AmountPHP 810 K (USD 13.9 K)

University Of The Philippines Tender

Publishing and Printing
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: Printing And Framing Of Photographs Purchase Request No.: 24109 Approved Budget For The Contract: ₱ 88,000.00 Date: 07 January, 2025 Rfq No.: 0002 Mop: Svp 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. 0002” Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1:00 Pm On 13 January 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: 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 1 Printing And Framing Of Photographs Lot 1 88,000.00 88,000.00 20 Pcs Canvass Printing And/ With Plain Frame Color (16"x 20") - High Resolution/ Printing 10 Pcs Canvass Printing And/ With Plain Frame Color (20"x 24") - High Resolution/ Printing ***please Indicate Unit Price Of Each Item*** Contract Award: Quotation Having Several Items That Shall Be Awarded As One Lot. #ref! Delivery Period: 30 Calendar Days *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: ₱ 88,000.00 Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date13 Jan 2025
Tender AmountPHP 88 K (USD 1.5 K)

Department Of Agrarian Reform - DAR Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Request For Expressions Of Interest (individual Consultants) Philippines Value Chain Innovation For Sustainable Transformation In Agrarian Reform Communities (vista) Project Assignment Title: Deputy Project Manager For Region Xii Reference No.: Phl-2000003758-0016-cs-ics The Department Of Agrarian Reform Central Office Has Received Financing From The International Fund For Agricultural Development (ifad) Towards The Cost Of Value Chain Innovation For Sustainable Transformation In Agrarian Reform Communities (vista) Project, And Intends To Apply Part Of The Proceeds For The Recruitment Of Consulting Services Provided By An Individual Consultant As Part Of The Post Of Deputy Project Manager For Region Xii. The Use Of Any Ifad Financing Shall Be Subject To Ifad’s Approval, Pursuant To The Terms And Conditions Of The Financing Agreement, As Well As Ifad’s Rules, Policies And Procedures. Ifad And Its Officials, Agents And Employees Shall Be Held Harmless From And Against All Suits, Proceedings, Claims, Demands, Losses And Liability Of Any Kind Or Nature Brought By Any Party In Connection With Value Chain Innovation For Sustainable Transformation In Agrarian Reform Communities (vista) Project. The Consulting Services (“the Services”) Include: Position: Deputy Project Manager Duration: 72 Months, Renewable Every 12 Months Location: Vista Regional Pmo In Region Xii This Request For Expressions Of Interest (reoi) Follows The General Procurement Notice That Appeared On The Ifad Website On 10 February 2025, On Philgeps Website On 11 February 2025 And On Dar Bulletin Board On 10 February 2025. The Attention Of Interested Consultants Is Drawn To Ifad’s Anti-money Laundering And Countering The Financing Of Terrorism Policy And The Revised Ifad Policy On Preventing Fraud And Corruption Its Activities And Operations . The Latter Sets Forth Ifad’s Provisions On Prohibited Practices. Ifad Further Strives To Ensure A Safe Working Environment Free Of Harassment, Including Sexual Harassment, And Free Of Sexual Exploitation And Abuse (sea) In Its Activities And Operations As Detailed In Its Ifad Policy To Preventing And Responding To Sexual Harassment, Sexual Exploitation And Abuse. By Entering In This Document, You Certify To Have Read, Understood, And Agreed To Be Bound By The Privacy Policy Of Ifad. Interested Consultants Shall Not Have Any Actual, Potential Or Reasonably Perceived Conflict Of Interest. Consultants With An Actual, Potential Or Reasonably Perceived Conflict Of Interest Shall Be Disqualified Unless Otherwise Explicitly Approved By The Fund. Consultants Are Considered To Have A Conflict Of Interest If They A) Have A Relationship That Provides Them With Undue Or Undisclosed Information About Or Influence Over The Selection Process And The Execution Of The Contract, Or B) Have A Business Or Family Relationship With A Member Of The Client’s Board Of Directors Or Its Personnel, The Fund Or Its Personnel, Or Any Other Individual That Was, Has Been Or Might Reasonably Be Directly Or Indirectly Involved In Any Part Of (i) The Preparation Of The Reoi, (ii) The Selection Process For This Procurement, Or (iii) Execution Of The Contract. Consultants Have An Ongoing Obligation To Disclose Any Situation Of Actual, Potential Or Reasonably Perceived Conflict Of Interest During Preparation Of The Eoi, The Selection Process Or The Contract Execution. Failure To Properly Disclose Any Of Said Situations May Lead To Appropriate Actions, Including The Disqualification Of The Consultant, The Termination Of The Contract And Any Other As Appropriate Under The Ifad Policy On Preventing Fraud And Corruption In Its Projects And Operations. The Following Conflict Of Interest Rules Shall Apply With Respect To Recruitment Of Government/client Staff Within The Consultant’s Proposed Team: (a) No Member Of The Client’s Board Of Directors Or Current Employees Of The Client (whether Part Time, Or Full Time, Paid Or Unpaid, In Leave Status, Etc.) Shall Be Proposed Or Work As, Or On Behalf Of, Any Consultant. (b) Except As Provided In Sub-clause 8.6(d), No Current Employees Of The Government Shall Work As Consultants Or As Personnel Under Their Own Ministries, Departments Or Agencies. (c) Recruiting Former Client Or Government Employees To Perform Services For Their Former Ministries, Departments Or Agencies Is Acceptable Provided No Conflict Of Interest Exists. (d) If A Consultant Proposes Any Government Employee As Personnel In Their Technical Proposal, Such Personnel Must Have Written Certification From The Government Confirming That: (i) They Will Be On Leave Without Pay From The Time Of Their Official Proposal Submission And Will Remain On Leave Without Pay Until The End Of Their Assignment With The Consultant And They Are Allowed To Work Full-time Outside Of Their Previous Official Position; Or (ii) They Will Resign Or Retire From Government Employment On Or Prior To The Contract Award Date. Under No Circumstances Shall Any Individuals Described In (i) And (ii) Be Responsible For Approving The Implementation Of This Contract. Such Certification Shall Be Provided To The Client By The Consultant As Part Of Its Technical Proposal. (e) In The Case Where A Consultant Seeks To Engage The Services Of Any Person Falling Under Itc Sub-clauses 8.6(a) – 8.6(d), Who May Have Left The Client Within A Period Of Less Than Twelve (12) Months Of The Date Of This Rfp, It Must Obtain A Written “no-objection” From The Client For The Inclusion Of Such A Person, Prior To The Consultant’s Submission Of Its Proposal. The Department Of Agrarian Reform Central Office Now Invites Eligible Individual Consultants (“consultants”) To Indicate Their Interest In Providing The Services. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services In The Form Of A Curriculum Vitae (cv). A Consultant Will Be Selected In Accordance With The Individual Consultant Selection (ics) Method Set Out In Ifad’ Project Procurement Handbook That Can Be Accessed Via The Ifad Website At Www.ifad.org/project-procurement. Interviews Will Be Conducted As Part Of The Selection Process. The Shortlisting Criteria Are: Criteria Rating I. Education A. A Bachelor’s Degree Holder In Public Administration, Government Administration, Economics, Or A Relevant Course; A Master’s Degree In A Relevant Course Is An Advantage. 15 Pts Ii. Experience A. At Least Five (5) Years Of Experience In Managing Multi-component And Multi-sectoral Rural Development Projects Involving Interaction With Lgus, Farmers' Organizations, And The Private Sector. B. Experience Working In Foreign-assisted Projects And With Indigenous Peoples (ips) Is An Advantage. C. With At Least Three (3) Years Of Experience In Handling Projects Related To Natural Resource Management, Agriculture, Agroforestry, Agrarian Reform And Rural Development, And Smallholder-based Agribusiness Value Chains, Gender, And Social Inclusion. 50 Pts Iii. Competency A. Sufficient Knowledge Of Social, Economic, Environmental, And Cultural Issues Affecting The Implementation Of The Agricultural And Rural Development In The Region Where He/she Is Applying (i.e. Car Or Region Xii) And Computer Literate. B. Sufficient Knowledge And Experience In Managing Agribusiness Projects, Either With The Private Sector Or Government Projects. C. Excellent Communication Skills, Interpersonal And Teamwork Abilities, Including Proven Ability To Work Cohesively With Senior Government Officials (experience Working With Dar Is An Advantage), Cooperating Agencies, And International/national Consultants, Including Private Sector Entities, And Fluent In Oral And Written Communication In English And Filipino; Knowledge Of Other Languages Like Ilocano (for Applying In Car) And Cebuano/ilonggo (for Applying In Region Xii) Is An Advantage. D. Ability To Exercise Sound Judgement And Practicable Advice On Management Issues Combined With The Ability To Complete All The Tasks And Provide Concise, Without Academic Jargon, Oral And Written Reports Of His/her Outputs, Including Summary Tables In Excel, Calculations, And Presentation Techniques. E. Has A Positive Work Attitude For A Full-time Position, Shows Dynamism And Energy In Managing The Project, Is An Effective Team Leader, And Must Demonstrate Skills As A Team Player And Willing To Work In Close Coordination With An Assigned National Project Manager. F. Must Be Willing To Navigate The Established Bureaucratic Procedures And To Spend Considerable Time In Travel And Temporary Residence In The Field. 35 Pts Passing Rate: 75% Any Request For Clarification On This Reoi Should Be Sent Via E-mail To The Address Below Darco.bacsecretariat.a@dar.gov.ph No Later Than 18 February 2025 @ 10:30 Am. Expressions Of Interest In The Form Of Curriculum Vitae (cv) Must Be Delivered In A Written Form To The Address Below (in Person, Or By Mail, Or By Fax, Or By E-mail) By 25 February 2025 @ 10:30 Am. Department Of Agrarian Reform Central Office Attn: Atty. Shiela Mae D. Gerapusco Dar-bac Secretariat Chairperson Office Of The Assistant Secretary For Fms-prs 2nd Floor, Dar Central Office Elliptical Road, Diliman, Quezon City Tel: 8928-1011; 09667812052 E-mail: Darco.bacsecretariat.a@dar.gov.ph (sgd) Atty. Quintin O. Magsico, Jr. Bac Chairperson Assistant Secretary For Finance, Management Services And Procurement-related Services
Closing Date25 Feb 2025
Tender AmountRefer Documents 

University Of The Philippines Tender

Publishing and Printing
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: Printing Of Nstp Shirt Purchase Request No.: Nstp-2025-01-0001 Approved Budget For The Contract: ₱ 140,250.00 Date: 10 February, 2025 Rfq No.: 0055 Mop: Svp 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. 0055” Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 3:00 Pm On 14 February 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: 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 Printing Of Nstp Shirt 1 Supply Of Labor And Materials For The Printing Of Nstp Shirt Lot 1 140,250.00 140,250.00 Total Of 425 Shirts 12 - Xs 77 - Small 191 - Medium 98 - Large 33 - Xl 13 - Xxl 1- Xxxl Cotton, Polo Shirt Shirt Color: Black Dtf Printing Please Provide A Sample Printed Shirt For Evaluation Of End User Before Mass Production Contract Award: Shall Be Awarded Per Lot #ref! Delivery Period: 30 Calendar Days *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: ₱ 140,250.00 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 Date14 Feb 2025
Tender AmountPHP 140.2 K (USD 2.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Statement Of Requirements general Information scope Of Work: The Mattresses Will Be Used In Inpatient Medical/surgical Units Throughout The Hospital. These Mattresses Will Provide Safety For Veterans By Reducing Pressure Injury Development, Reducing Falls, Providing A Home Like Environment While Offering Patient Independence And Assistance, And Contribute To The Safety Of The Staff Members Caring For Veterans While Offering Ease Of Cleaning And Durable Surfaces To Prevent Infection Risks. the Following Requirements Must Be Met: solid Frame (no Springs) mattress Surface That Redistributes Pressure To Prevent Pressure Injuries And Shear/friction. ability For The Mattress Surface To Add Blower To Change To A Low Air Loss Mattress Or Accommodate A Low Air Loss Mattress To Reduce Hapis education Provided For Staff On Mattress, Operation, And Safety Measure Upon Delivery. education Provided For Housekeeping Staff On Mattress Safety Measure And Cleaning Provided Upon Delivery. education Provided For Biomed Technicians On Mattress, And Maintenance Upon Delivery. must Be Able To Deliver Mattresses In 60 Days. microclimate Surface To Reduce Heat On Demand With Integrated Pump And Moisture To Reduce Masd- Moisture Associated Skin Damage. customized, Non-powered Pressure Redistribution To Reduce Sacral Pressure. width: 35.5” (90.2 Cm) length, Fully Extended: 86” (218.0 Cm) length, Fully Retracted: 75” (191.0 Cm) patient Weight Limit: 500 Lbs. cleanability/infection Control To Virex Iv Standards welded Seams And Fluid-resistant Zippers Help Prevent Fluid, Virus, Bacteria, And Odor From Penetrating The Surface. contractor Requirements 3.0 Responsibilities: the Contractor Will Provide Beds On The Specified Date Agreed Upon. Contractor Will Assemble And Set Up Beds. Contractor Will Provide Training And Demonstrate The Functions And Capabilities Of The Bed To Staff. Contractor Will Explain The Warranty And Warranty Procedures To The Truman Bio Medical Team. project Tasks: contractor Will Provide The Necessary Configuration Documentation, Guidance, And Installation Assistance As Required To Meet The Truman Va Objectives. contractor Will Perform The Following Tasks To Implement The Solution Described In This Sow. Tasks Will Be Completed During Normal Business Hours Between 8:00 A.m. And 4:30 P.m. Local Time, Monday Through Friday, Excluding Government-observed Holidays, Unless Otherwise Negotiated And Noted In This Sow. The Delivery Of Beds Will Be Agreed Upon And Notice Of Delivery Should Be Sent Five Business Days Before The Beds Are Delivered. installation Test And Acceptance: Skin And Wound Nurse Will Approve The Mattress Selection Upon Purchase And Deliver. truman Vamc Responsibilities: truman Vamc Understands That All Services Performed By Contractor Will Be Based On The Following Assumptions And Truman Vamc Responsibilities: •designate A Single Point Of Contact To Whom All Contractor Communications May Be Addressed And Who Has The Authority To Act On All Aspects Of The Services Throughout The Duration Of The Project; Such Contact Shall Be Available During Normal Hours Of Business (monday Through Friday, 8:00am To 4:30pm Local Time, Excluding Holidays) •supply Access Information And Credentials To The Engineer(s) For All Existing Equipment That Needs To Be Configured Or May Need To Be Modified •specify Physical And Logical Network Topology For Truman Vamc Existing Network Infrastructure And Identify Connectivity Requirements For Other Network-attached Devices (system Implementation Without Physical And Logical Network Topology Confirmation Will Require Truman Vamc Authorization And Responsibility Acceptance) •arrange For Network Access To Terminate The Equipment •disposal Services To Remove Boxes And Packing Materials •provide Usernames And Passwords To Network Equipment •designate And Provide Scheduled Access To Information Assurance Personnel For Required Ia Processes •set Up Ee Device And Equipment Tracking •apply For And Provide Proof Of Any Required Interim Or Final Authority To Connect/operate Documentation, As Well As Any Waivers (e.g., Jitc Or Defense Information Security Agency (disa)) •truman Vamc Maintains Responsibility For Ensuring Compliance With Specific Change Review Boards Or End-user Notification Of Outage Events. • Truman Va Vamc Is Responsible For Ensuring Contractor Is Notified Of Any Change Review Board Requirements Or Other Outage Events That May Impact/delay Performance Of Contracted Objectives •truman Vamc Will Provide Appropriate Secure File Transfer Protocol (sftp)server Access To Provision System Backups Prior To And Following Installation/upgrades
Closing Date20 Feb 2025
Tender AmountRefer Documents 

City Of Bais Tender

Food Products
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Notice For Negotiated Procurement (53.9) (small Value Procurement) The City Government Of Bais Invites Interested Suppliers To Apply For Small Value Procurement For The Supply And Delivery Of The Following Items, Viz: Item Approved Budget For The Contract (abc) Jsor 33-25 – Catering Services For 1 Meal And Snack, Good For 100 Persons During The Conduct Of Handling Cases Of Children At Risk (car) And Children In Conflict With The Law (cicl) And Special Laws For The Protection Of Children Seminar On March 12-14, 2025 At Bais City Police Station, Bais City, Negros Oriental., Viz: Php 120,000.00 Day 1 (march 12, 2025) Lunch (packed Meal) 100 Persons @ Php 300.00/head Pm Snacks 100 Persons @ Php 100.00/head Meal : Day 1 Humba, Chicken Cordon Blue, Rice And Drinks (water And Soft Drinks) Snack : Egg Sandwich & Soft Drinks Day 2 (march 13, 2025) Lunch (packed Meal) 100 Persons @ Php 300.00/head Pm Snacks 100 Persons @ Php 100.00/head Meal : Day 2 Fried Chicken, Mixed Vegetables, Rice And Drinks (water And Soft Drinks) Snacks : Burger & Soft Drinks Day 3 (march 14, 2025) Lunch (packed Meal) 100 Persons @ Php 300.00/head Pm Snacks 100 Persons @ Php 100.00/head Meal : Day 3 Pork Stake, Bam-e, Rice And Drinks (water And Soft Drinks) Snack : Meat Bread & Soft Drinks The City Thru The Bids And Awards Committee (bac) Passed Resolution No. 069a. Duly Approved By The Head Of Procuring Entity Which Provides That The City Shall Opt To Procure The Foregoing Request/project Thru Small Value Procurement. In View Thereof, You Are Hereby Advised To Submit The Following Documents On February 25, 2025 At 2:00 In The Afternoon At City Budget Office, 2nd Floor, City Hall Annex Building, Bais City At Which Date, Time And Place, The Said Documents Will Be Opened And Evaluated, Viz: 1. Request For Quotation 2. Registration Certificate From Sec, Dti For Sole Proprietorship, Or Cda For Cooperatives. 3. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 4. Tax Clearance. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 7. License To Operate (bfad). (for Medicine Or Medical Supplies/equipments) 8. Pca - For Coco Lumber; Denr Certificate - For Good Lumber (for Construction Materials Only) 9. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) 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. 10. Certificate Of Philgeps Registration Please Be Guided Accordingly. Very Truly Yours, (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date25 Feb 2025
Tender AmountPHP 120 K (USD 2 K)

Municipality Of Sominot, Zamboanga Del Sur Tender

Machinery and Tools
Philippines
Details: Description 2 Set Portable Impact Wrench With Cordless Impact Ratchet Cordless Impact Wrench: Model: Ciwli2038 Brushless Motor Voltage: 20v Square Drive: 1/2" Inch No-load Speed: 0-1300/0-2300rpm Impact Rate: 0-2000/0-3300bpm Max Torque: 300nm Integrated Led Work Light Cordless Drive Ratchet Model: Cdrli20601 Voltage: 20v Max Torque: 65nm Square Drive: 3/8" Inch No-load Speed: 0-250/min Inclusions: 10pcs 1/2" Inch Dr Impact Sockets 1pc 3/8" Inch Dr To 1/2" Inch Dr Impact Adapter 2pcs 2.0ah Battery Pack (fbli20011) 1pc Charger (fcli2001) Charge Volts: 220-240v~50/60hz 2 Unit Portable Welding Machine With Complete Accessories Mma-350a Welding Machine Inverter Arc Welding Machine With Protective Shell Igbt Rated Output Current: 350 Amperes Unit Size: 14 Inches Power Cord Length: 68 Inches Welding Cable: 58 Inches With Accessories (earth Clamp, Electrode Holder, Welding Gloves, Simple Mask) 2 Pc Cordless Impact Drill: Specifications: Voltage: 12v No-load Speed: 400/0-1500rpm Maximum Impact Speed: 22500bpm Maximum Torque: 20nm Plastic Chuck Chuck Capacity: 0.8-10mm (1/32-3/8" Inch) Torque Settings:18+1+1 Integrated Led Work Light Inclusion: 1pc Cr-v 65mm Drill Bit 3pcs Of Masonry Bits 2pcs 1.5ah Batteries (fbli12153) Battery Charging Port: Usb Type C 2 Unit Cordless Angle Grinder: Specifications: Grinder 20v Cagli1001 Powershare Model: Cagli1001 No-load Speed: 8500rpm Disc Diameter: Ø100mm Spindle Thread: M10 Spindle Lock Inclusion: Extra Carbon Brush Manual Auxiliary Handle With Lithium-ion And Charger Included 2 Set 12pcs Double Ring End Spanner Set (6x To 32mm) Size: 6x7 , 8x9 , 10x11 , 12x13 , 14x15 , 16x17 , 18x19 , 20x22 , 21x23 , 24x27 , 25x28 , 30x32mm 2 Set Car Motorcycle Repair Set Hand Tools Specifications: Material: Chrome Vanadium Steel Color: Silver Box Color: Red Size 155x25x25mm Box Size: 240x125x45mm Package Size: 240x140x45mm Package Included: 21 X Screwdiver Sockets: T10 , T15 , T20 , T25 , T30 , T40 , H3 , H4 , H5 , H6 , H7 , H8 , S4 , S5.5 , S7 , Ph1 , Ph2 , Ph3 , Pz1 , Pz2 , Pz3 13 X 1/4" Dr Sockets 4, 4.5, 5, 5.5, 6, 7, 8, 9, 10, 11, 12, 13, 14mm 3 X Hex Key Wrenches 1.5, 2, 2.5mm 1 X 1/4" Dr Universal Joint 1 X 1/4" X 2" Extension Bar 1 X 1/4" X 4" Extension Bar 1 X 1/4" X 4" Flexible Extension Bar 1 X 1/4" Dr Sliding Bar 1 X 1/4" Quick Drop Ratchet Handle 1 X 6" Spinner Handle 1 X Storage Case
Closing Date7 Feb 2025
Tender AmountPHP 59.6 K (USD 1 K)
6911-6920 of 7179 archived Tenders