Cars Tenders
Cars Tenders
Department Of Tourism Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Terms Of Reference 1. Background Pursuant To Executive Order No. 605 Series 2007 “institutionalizing The Structure, Mechanisms, And Standards To Implement The Government Quality Management Program”, All Government Agencies Are Directed To Adopt A Qms Certifiable To Iso 9001 In The Delivery Of Its Priority Government Services. In 2024, Dot Undertook The Recertification Audit Of Its Iso 9001:2015 Certification Covering The Central Office And Sixteen (16) Regional Offices Namely, Regions 1, 2, 3, 4a, 4b, 5, 6, 7, 8, 9, 10, 11, 12, 13, Car, And Ncr. The Certification Includes The Following Scopes: (1) Accreditation Of Tourism Enterprises, Monitoring And Enforcement To Tourism Enterprises And (2) Tourism Industry Training And Development Service. For Cy 2025, The Dot Will Focus On Continuous Improvement Of Its Services To Satisfy And Exceed Client Satisfaction And Will Undergo An Iso 9001:2015 Re-certification Audit. In View Thereof, There Is A Need To Engage The Services Of A Consultancy Firm Who Will Provide Expert Knowledge Throughout The Dot Qms Project Stages. The Consultancy Firm Shall Conduct Review Of Dot’s Processes, Trainings, Coaching Sessions, Capacity Building, And Other Activities To Ensure The Objective And Benefit From An Efficient Iso 9001:2015 Qms Implementation. 2. Requirements, Scope, Coverage And Deliverables The Dot Needs A Consultancy Firm To Provide Professional, Technical And Consultancy Services For Its Qms In Compliance With The Iso 9001:2015. Furthermore, The Consultancy Firm Shall Capacitate Dot Officials And Employees Through Trainings, Coaching, And Other Activities For The Maintenance Of Qms And Annual Third-party Audit. The Requirements Are As Follows: 2.1. Company Profile 2.1.1. The Consultancy Firm Must Have Successfully Led At Least 35 Government Agencies And Private Companies Within The Last Three (3) Years, For The Establishment Of Qms Certification/re-certification To Iso 9001:2015 2.1.2. The Consultancy Firm Must Be In The Industry For At Least Twenty-five Years In Doing Training And Consultancy Of Iso 9001:2015 And At Least Three (3) Other Discipline Of Iso Standard. 2.1.3. Must Be An Independent Consultancy Firm And Does Not Have Any Affiliation With Any Certification Body, A Notarized Sworn Statement Must Be Submitted By The Bidder. 2.1.4. Must Have Experience In Developing And Establishing An Electronic Document Control Center System. A List Of Completed Electronic Document Control Center System Projects Must Be Submitted. 2.1.5. Must Have Any Government Recognition As A Training Organization/ Institution. 2.1.6. Must Be An Iso 9001:2015 Certified Organization During The Time Of Opening Of Bids. 2.1.7. Must Be An Iso 21001:2018 Certified Organization Or At Least Undergo Assessment At The Time Of Opening Of Bids. 2.2. Profile And Composition Of Team 2.2.1. Must Have At Least 4 Consultants (the 3 Must Be Fulltime And 1 Can Be Part-time). 2.2.2. Assign A Lead Consultant With The Following Qualifications And Responsibilities: 2.2.2.1. Must Have Passed A Valid Lead Auditor Course Conducted By A Training Service Provider Traceable To The Training Provider & Examiner Certification Scheme (tpecs). 2.2.2.2. Must Have Attended At Least One (1) International Training Of Any Iso-related Standard Within The Last Five (5) Years. 2.2.2.3. Must Have Attended Three (3) Additional Trainings Related To The International Standards And Legal Laws To Maintain His/her Competency As Lead Consultant For The Last Three (3) Years At The Time Of The Opening Of Bids. 2.2.2.4. Must Have At Least Twenty-five (25) Years Of Work Experience As Lead Consultant And/or Trainer Engaged In Consulting & And Training For Establishing A Quality Management System Or Other Discipline Of Iso Standards For Certification. 2.2.3. The Assigned Team Members Shall Have The Following Qualifications: 2.2.3.1. At Least Six (6) Years Of Work Experience As A Consultant And/or Trainer Engaged In Establishing A Quality Management System For Certification To Iso 9001 Standard And At Least Two (2) Other Iso Standards And Other Industry-specific Standards Such As Environmental, Halal Standard, And Health & Safety Management System As These Are Timely For The Pandemic And Is Related To The Dot Accreditation And Training Processes. 2.2.3.2. Must Have Attended At Least One (1) International Training Of Any Iso-related Standard Within The Last Six (6) Years. 2.2.3.3. Must Have Attended Two (2) Additional Training On Other Iso Standards Within The Last Three (3) Years To Maintain Their Competency As A Consultant. 2.3. Consultancy Services 2.3.1. Provide Technical Assistance And Consultancy Services To The Existing Dot Iso Certified Offices Namely Dot Central Office, Regions 1, 2, 3, 4a, 4b, 5, 6, 7, 8, 9, 10, 11, 12, 13, Car, And Ncr. The Consultancy Firm Shall Also Ensure The Successful Iso Re-certification / Surveillance Audit Of The Dot. Ascertain Implementation Of Relevant Activities And Provide Policy Support For The Implementation Of Required Documented Information Of The Quality Management System Adopted By The Dot. 2.3.2. Check And/or Provide Advice, Whenever Applicable, On The Consistency Of The Quality Manual, Quality Procedures, And Other Documentation Requirements To Be Prepared /updated By The Dot With The Iso 9001:2015 Standard And Other Legal Laws Such As, But Not Limited To Republic Act 11032 Or The Ease Of Doing Business And Efficient Government Service Delivery Act Of 2018. 2.3.3. Check And/or Provide Advice, Whenever Applicable, On The Electronic Document Control Center’s Compliance With The Iso 9001:2015 Standard. 2.3.4. Review Existing Work/documents Prepared By Dot Such As Quality Manual, Quality Procedures, Context Of The Organization, Swot Analysis, Risk Assessment Registry, Opportunities Action Plan, Quality Objectives Monitoring, And Other Reportorial Requirements And Submit The Reviewed Documents Based On The Agreed Timeline. 2.3.5. Provide Technical Assistance To Dot During Its Third-party Audit And Validation Audits, If Applicable Such As, But Not Limited To, How To Answer Audit Questions And How To Arrange Offices To Be Acceptable To The Auditors. 2.3.6. Render Deliverables (qms Work Plan) Within The Agreed Timeline. The Consultancy Firm Shall Provide The Following Services Necessary For The Continuous Development Of The Dot’s Iso 9001:2015 Quality Management System: -----------------please See Attached Terms Of Reference For The Complete Details Of Tables-------- 2.4.1 Ensure The Conduct Of Relevant Training Programs In Accordance With The Iso 9001:2015 Standard And Other Legal Laws (e.g., Republic Act 11032 Or The Ease Of Doing Business And Efficient Government Service Delivery Act Of 2018). 2.4.2 Must Ensure That The Team Members Are Consistent With The Module, Teaching Method, And Information Transferred To The End-user. 2.4.3 Conduct Of Trainings, Consultations, And Other Activities Through Physical Or Hybrid Format Depending On The Agreement Of Dot And Consultancy Firm. 2.4.4 The Conduct Of Training To Be Facilitated Should Be Amenable To A Physical Or Hybrid Set-up, Subject To The Agreement Of The Dot And The Consultant. 2.4.5 The Consultant May Propose Other Relevant Trainings Depending On Their Assessment Of The Qms Implementation Of The Dot. 2.4.6 Must Provide Soft Copy Of Training Hand-outs/materials At Least Five (5) Days Before The Activity. 2.4.7 Must Submit The List Of Participants Who Completed The Training Within Two (2) Days After Each Training. Additionally, The Contractor Shall Provide Both Soft And Hard Copies Of Certificates To The Participants At No Cost To The Dot, Within Two (2) Weeks After The Dot’s Confirmation Of The Participants’ Names. 2.5 Other Deliverables 2.5.1 Submission Of Topics And/or Agenda For Meetings At Least Three (3) Days Before The Scheduled Meeting To Support The Conduct Of Said Meeting. 2.5.2 Submission Of Training Reports Including The Comments Of Participants And Feedback On The Conducted Training At Least 3 Days After Each Batch Of Training. 2.5.3 For On-site Conduct Of Activities, Consultation Firm Must Shoulder Airfare, Accommodation, And Meal Expenses (if Applicable) For Activities Covered In Their Methodology And/or Plan Of Action For The Defined Areas Of Training And Consultancy Job. Payment Will Depend On The Actual Expenses Incurred For On-site Visits Based On The Submitted Breakdown Of Expenses. 2.5.4 In Cases Of Remote Audit, Online Or Hybrid Meetings And Other Activities, Video Conferencing Platforms Must Accommodate More Than 100 Participants. The Subscription Expenses Of The Online Platform Must Be Shouldered By The Consultancy Firm. 2.5.5 Trainings And Other Activities May Be Requested Outside The Scope And Methodology If Deemed Necessary By The Dot. 2.6 Other Requirements 2.6.1 Company Profile 2.6.2 Consultancy Firm’s Iso 9001:2015 Certificate
Closing Date25 Feb 2025
Tender AmountPHP 800 K (USD 13.8 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Title: Missile Munitions Distribution Facility And Rail Classification Yard At Letterkenny Army Depot In Chambersburg, Pennsylvania
solicitation No. W912dr25x125n
this Is A Sources Sought Notice Only. This Is Not A Request For Proposals, Quotations Or Bids. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District, Requests Letters Of Interest From Qualified Small Business Construction Contractors Interested In Performing Work On The Potential Letterkenny Army Depot Missile Munitions Distribution Facility And Rail Classification Yard In Chambersburg, Pennsylvania.
by Way Of This Market Survey/sources Sought Notice, The Usace Baltimore District Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions.
the Purpose Of This Notice Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), Section 8(a), Historically Underutilized Business Zones (hubzones), Small Disadvantaged Business (sdb), Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Within Any Given Socioeconomic Category Of Responsible Contractors. Large Businesses Are Not Prohibited From Submitting A Response To This Notice; However, Sb, Section 8(a), Hubzone, Sdvosb, Sdb, Vosb, And Wosb Are Highly Encouraged To Participate. Therefore, The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Notice. The Proposed Project Will Be A Competitive, Firm-fixed-price, Contract Procured In Accordance With Far Part 15, Contracting By Negotiation, Under A Lowest Price Technically Acceptable Process.
in Accordance With Dfars 236.204 – Disclosure Of The Magnitude Of Construction Projects, The Magnitude Of This Project Is Between $25,000,000.00 And $100,000,000.00. The North American Industry Classification System (naics) Code For This Procurement Is 236220 – “commercial And Institutional Building Construction”, Which Has A Small Business Size Standard Of $45,000,000.
responders Should Address All Of The Following In Their Submittal.
prior Government Contract Work Is Not Required For Submitting A Response To This Source Sought Notice.
project Labor Agreement (pla) Market Survey:
the U.s. Army Corps Of Engineers, Baltimore District, Is Soliciting Comments From The Construction Community Addressing The Potential Use Of A Project Labor Agreement (pla) For This Large-scale Construction Project (exceeding $35,000,000.00).
pla Background Information:
a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f).
federal Acquisitions Regulation (far) 22.503, Policy States: Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreements Will (1) Advance The Federal Government’s Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And (2) Be Consistent With Law.
reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement, Clause: Far 52.222-34 Project Labor Agreement.
the Construction Community Is Invited To Comment On The Use Of Pla’s By Responding To The Following Questions:
do You Have Knowledge That A Pla Has Been Used In The Local Areas On Projects Of This Kind? If So, Please Provide Supporting Documentation.
are You Aware Of Skilled Labor Shortage In The Areas For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Affect The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible.
identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement.
identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement.
identify Any Additional Information You Believe Should Be Considered On The Use Of A Pla On The Referenced Project.
project Description:
the Work Is In Franklin County, Pennsylvania At The Letterkenny Army Depot Within The Letterkenny Munitions Center. The Project Includes The Abatement And Demolition Of Building 1456 And Building 2365.
also Included Is The New Construction Of A 57,955 Sf Missile Munitions Distribution Facility (mmdf) Warehouse (including A 4,614 Sf Canopy On The Inbound Dock Side) And Associated Administrative Support Functions. Adjacent To The Mmdf Is A 568 Sf Vehicle Storage Building (vsb) That Is Used To Charge And Store Forklifts That Support The Mission. Associated Site Development Including But Not Limited To Earthwork, Best Management Practices (bmps), Fencing, Roadways And Hardstand Areas That Support The Loading And Unloading Of Munitions Are Also Included.
the Project Further Includes New Construction Of A Rail Classification Yard (rcy) Consisting Of Approximately 8,000 Lf Of Rail Siding And A Suspect Track For Monitoring And Inspection Of Compromised Rail Cars.
adjacent To The Rcy Is A 327 Sf Munitions Operations Management Building (momb) That Is Used By Mission Personnel To Complete Administrative Duties Associated With The Classification Yard. Associated Site Development Including But Not Limited To Earthwork, Culvert Extensions, And Unpaved Roadways And Rail Beds Are Also Required And Incidental Related Work.
the Information Gathered In This Exercise Should Include The Following Information On Projects Completed In The Last Seven (7) Years:
project Name And Location
detailed Project Description
initial Cost Estimate Vs. Actual Final Cost
was The Project Completed On Time?
number Of Craft Trades Present On The Project
was A Pla Used?
were There Any Challenges Experienced During The Project?
the Following Criteria Must Be Considered To Ensure The Ability To Perform The Proposed Work:
firm’s Experience In Successfully Completing Design-bid-build Projects Of Similar Size And Scope, And Dollar Value Range Of $25,000,000.00 To $100,000,000.00. Similar Scope Is Defined As New Construction Of A Shipping/receiving Building, Vehicle Storage Building, And Rcy With Similar Components And Functions. Similar Size Considers Both The Square Footage Of The Work Area And/or Dollar Value Of The Project. To Demonstrate Similar Projects, Provide At Least Three (3) Projects Completed In The Last Seven (7) Years To Include:
provide A Letter From The Surety Regarding The Maximum Bonding Capability For A Single Contract Action And Total Aggregate Bonding Capacity.
rail Subject Matter Expert Required For Rail Yard Classification Work Tasks. (this Is An Optional Item. If You Do Not Have Any Projects That Required A Rail Subject Matter Expert, Please Explain How You Are Able To Obtain One).
experience Working At The Letterkenny Army Depot. (this Is An Optional Item. If You Do Not Have Any Experience Working At The Letterkenny Army Depot, Please Explain How You Would Manage Large Scale Material Transports, Subcontractors, Etc. For A Project Of This Size.
responses Must Include The Offeror’s Name, Company Address, Cage Code, Poc Phone Number, Poc Email, And Sam Information.
narratives Shall Be No Longer Than Fifteen (15) Pages. Double Sided Pages Will Count As Two (2) Separate Pages.
submission Instructions:
this Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. In Addition, This Sources Sought Notice Is Not To Be Considered As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. It Is The Responsibility Of The Interested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
interested Parties Who Consider Themselves Qualified To Perform The Above-listed Requirement Are Invited To Submit A Response To This Sources Sought Notice Nlt 11:00 A.m. Edt On 31 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Lauren.n.elamenuel@usace.army.mil And Tamara.c.bonomolo@usace.army.mil And Referencing The Sources Sought Notice Number, W912dr25x125n.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
comments Will Be Shared With The Government And The Project Design Team, But Otherwise Will Be Held In Strict Confidence.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Province Of Ifugao Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 350 Date: February 20, 2025 Office: Paenro Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Motor Cycle W/ Side Car , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 27, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 4 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Motor Cycle With Side Car (kulungkulung) Unit 1 - Engine: 149.2cc -150.2cc, Single Cylinder, Four-stroke, Air-cooled - Power: 10;53 Horsepower-11:10 Horsepower At 7,000 Rpm-7,500 Rpm Torque: 11:58nm-12:58nm At 5, 000 Rpm-5,500rpm Fuel System: Carburetor Fuel Control: Overhead Cams (ohc) Ignition: Dc-cdi Gearbox: 5-speed Transmission: Chain Final Drive Front Suspension: Telescopic Fork Rear Suspension: Twin Shocks Front Tire: 80/100-18 Rear Tire: 90/90-18 Front Brakers: Expanding Brake (drum Brake) Page 2 Rear Brakers: Expanding Brake (drum Brake) Wheels: Spoke Dry Weight: 120kg-130kg - Seat Height: 771mm-780mm Overall Height: 1,068mm-1,078mm Overall Length: 2,037mm-2,057mm Overall Width: 778mm-788mm Ground Clearance: 163mm-174mm Starting System: Electric And Kick **** Nothing Follows **** Grand Total: 140,000.00 - Purpose: For Office Use Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 3 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As One Contract. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Thirty (30) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 4
Closing Date27 Feb 2025
Tender AmountPHP 140 K (USD 2.4 K)
Bureau Of Soils And Water Management Tender
Agriculture or Forestry Works
Philippines
Details: Description 1. The Bureau Of Soils And Water Management (bswm), Through The General Appropriation Act For Fy 2025 Intends To Apply The Sum Of: End User Lot No. Item Description Abc A. Lsd-nshp 1 Inorganic Fertilizers (car) 5,367,012.00 2 Inorganic Fertilizers (region Iii) 4,938,800.00 3 Inorganic Fertilizers (barmm) 4,845,164.00 4 Inorganic Fertilizers (region I) 5,209,268.00 5 Inorganic Fertilizers (region Ii) 5,651,620.00 6 Inorganic Fertilizers (region Iv-a) 5,916,636.00 7 Inorganic Fertilizers (region Iv-b) 5,916,636.00 8 Inorganic Fertilizers (region V) 6,139,856.00 9 Inorganic Fertilizers (region Ix) 5,940,332.00 10 Inorganic Fertilizers (region X) 5,752,292.00 11 Inorganic Fertilizers (region Xii) 5,194,452.00 12 Inorganic Fertilizers (region Xiii) 5,852,560.00 Subtotal 66,724,628.00 B. Scmd 13 Scmd: Seeds And Seedlings 425,000.00 14 Scmd: Compost, Organic And Inorganic Fertilizers 233,771.00 15 Scmd: Agricultural Supplies And Materials 406,000.00 Subtotal 1,064,771.00 C. Swrrd 16 Swrrdd: Seeds 540,000.00 17 Swrrdd: Fertilizers And Pesticides 1,223,400.00 Subtotal 1,763,400.00 D. Hillpez 18 Hillpez: Seeds And Seedlings 211,140.00 19 Hillpez: Compost, Biofertilizers, Inorganic Fertilizers 181,000.00 20 Hillpez: Pesticides 131,500.00 21 Hillpez: Agricultural Supplies And Materials 326,080.00 Subtotal 849,720.00 E. Bukidnon 22 Highpez: Agricultural Supplies And Materials 91,750.00 23 Highpez: Compost, Biofertilizers, Inorganic Fertilizers And Pesticides 237,350.00 24 Highpez: Seeds And Seedlings 125,700.00 Subtotal 454,800.00 F. Lupez 25 Lupez: Seeds, Compost And Fertilizers 171,860.00 26 Lupez: Agricultural Supplies And Pesticides 142,780.00 Subtotal 314,640.00 Total Lots 26 Grand Total 71,171,959.00 Being The Abc To Payments Under The Contract For Re-bid Of Supply And Delivery Of Various Agricultural Inputs, Supplies And Materials For Fy 2025- Ib No. Bswm 2025-01-029. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bswm Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Stated In Technical Specifications Per Lot. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From Bswm – Bids And Awards Committee (bac) Secretariat’s Office And Inspect The Bidding Documents At The Given Address During Monday To Friday, 8:00am To 5:00 Pm Except On Declared Holidays Or Work Suspension. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Until February 12, 2025, 3:00pm From The Given Address And Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: End User Lot No. Item Description Abc Bid Docs A. Lsd-nshp 1 Inorganic Fertilizers (car) 5,367,012.00 3,000.00 2 Inorganic Fertilizers (region Iii) 4,938,800.00 3,000.00 3 Inorganic Fertilizers (barmm) 4,845,164.00 3,000.00 4 Inorganic Fertilizers (region I) 5,209,268.00 3,000.00 5 Inorganic Fertilizers (region Ii) 5,651,620.00 3,000.00 6 Inorganic Fertilizers (region Iv-a) 5,916,636.00 5,000.00 7 Inorganic Fertilizers (region Iv-b) 5,916,636.00 5,000.00 8 Inorganic Fertilizers (region V) 6,139,856.00 5,000.00 9 Inorganic Fertilizers (region Ix) 5,940,332.00 5,000.00 10 Inorganic Fertilizers (region X) 5,752,292.00 3,500.00 11 Inorganic Fertilizers (region Xii) 5,194,452.00 3,000.00 12 Inorganic Fertilizers (region Xiii) 5,852,560.00 4,000.00 B. Scmd 13 Scmd: Seeds And Seedlings 425,000.00 500.00 14 Scmd: Compost, Organic And Inorganic Fertilizers 233,771.00 300.00 15 Scmd: Agricultural Supplies And Materials 406,000.00 500.00 C. Swrrd 16 Swrrdd: Seeds 540,000.00 500.00 17 Swrrdd: Fertilizers And Pesticides 1,223,400.00 1,000.00 D. Hillpez 18 Hillpez: Seeds And Seedlings 211,140.00 200.00 19 Hillpez: Compost, Biofertilizers, Inorganic Fertilizers 181,000.00 100.00 20 Hillpez: Pesticides 131,500.00 100.00 21 Hillpez: Agricultural Supplies And Materials 326,080.00 400.00 E. Bukidnon 22 Highpez: Agricultural Supplies And Materials 91,750.00 100.00 23 Highpez: Compost, Biofertilizers, Inorganic Fertilizers And Pesticides 237,350.00 300.00 24 Highpez: Seeds And Seedlings 125,700.00 100.00 F. Lupez 25 Lupez: Seeds, Compost And Fertilizers 171,860.00 200.00 26 Lupez: Agricultural Supplies And Pesticides 142,780.00 200.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Bac Secretariat On Or Before The Deadline Of Submission And Opening Of Bids. 6. The Bswm Will Hold A Pre-bid Conference On January 30, 2025, 9:30am At Bswm Function Room And Shall Be Open To Prospective Bidders. Pre-bid Conference Will Be Available “live” Thru Bswm Procurement Service Facebook Page (fb) Page (https://www.facebook.com/bswmpms). Furthermore, All Interested Bidders Can Participate Through Videoconferencing. Please Coordinate With Bac Secretariat At Least A Day Before The Meeting At Bac@bswm.da.gov.ph . 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 13, 2025, 9:00am. Late Bids Shall Not Be Accepted. 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 February 13, 2025, 9:30am At The Bswm Convention Hall, 2nd Floor, Srdc Bldg., Visayas Ave. Cor. Elliptical Road, Diliman, Quezon City And Through Videoconferencing/webcasting Via Zoom And Streamed Live Through Bswm Procurement Service Fb Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. During The Opening Of Bids, Bidder’s Representative Must Present His/her Company Identification Card And Authorization Letter From The Head Of The Company. 10. Bswm Adheres To The Republic Act 10173 Data Privacy Act. 11. The Bswm 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: France Josephine C. Bautista Bids And Awards Committee Secretariat’s Office 2nd Floor, Srdc Bldg., Visayas Ave. Cor. Elliptical Road, Diliman, Quezon City Telefax Number: +63-2-8273-2474 Loc 3218 Email Address: Bac@bswm.da.gov.ph Or Bswm.bacsec@gmail.com Website: Www.bswm.gov.ph Fb Page: Https://www.facebook.com/bswmpms
Closing Date13 Feb 2025
Tender AmountPHP 71.1 Million (USD 1.2 Million)
City Of Bor Tender
Others
Czech Republic
Details: Implementation of a parking lot for 15 cars, of which 2 spaces are reserved for people with limited mobility. The parking lot is connected to Přimdská Street via a new car ramp and a pedestrian ramp. The ramp has already been built as part of the newly completed construction. The parking lot is connected to the nursing home complex by an internal walkway. The parking lot will be separated from other plots of land by a new fence, which will replace the current fence, which is already in an unsatisfactory condition.
Closing Date17 Jan 2025
Tender AmountCZK 2.3 Million (USD 95.5 K)
Offizielle Bezeichnung Magistrat Der Stadt Homberg Efze Tender
Civil And Construction...+1Civil Works Others
Germany
Description: Public tender (service) Investor selection process for the Homberg (Efze) clinic area In 2020, the city of Homberg (Efze) acquired the site of the former Asklepios or district clinic in order to develop it into a new, modern urban quarter. Reliable and experienced partners are needed to implement this project. To this end, the political bodies of the city of Homberg (Efze) have decided to initially sell the areas built up with the former ward house and the former nurses' residence of the old district clinic to suitable investors. It was also recommended that the existing buildings of the clinic, the former ward building including the atrium extension and the former nurses' residence, be retained as far as possible. The remaining buildings will be demolished. The open spaces created in this way will also be sold as the project progresses. Here, developers and construction groups will be given the opportunity to realize various types of residential projects. Concept tender The investors will be selected as part of concept tenders. A characteristic of a concept tender is that the investor is not selected based on the highest bid, but primarily on his concept for the project implementation. The quality of the submitted concepts will be assessed on the basis of an evaluation matrix that is drawn up before the start of the process and made known to interested parties. The evaluation matrix contains criteria for evaluating the concepts. The criteria reflect which developments are important both for the property/area in question and for the city itself and must or should be considered accordingly. Since not all criteria are equally important, different weightings are defined in the evaluation matrix for the various criteria for the subsequent evaluation of the concepts. This ensures in a transparent manner that the bidder who offers the best concept is selected as the investor. The concept is bindingly agreed upon with the investor in the purchase contract. Deadlines for the implementation of the concept are also regulated in the purchase contract. This creates a framework for the development of the area in question which, if well planned, has a positive effect on the urban development of the municipality. Concept tenders are now being used more and more frequently by German cities as an instrument to be able to control urban development in a targeted manner. Development goals The city of Homberg (efze) has set the following goals for the development of the new residential quarter: - Creation of a lively, green and traffic-safe residential quarter, - Mixture of the quarter with different types of construction and housing for families, senior citizens, young people, cross-generational and community groups, - Creation of a lively quarter center/quarter square in the sense of a quarter of short distances with a variety of additional uses (e.g. daycare center, hotel, medical facilities, fitness studio, services, office, social and cultural uses), - Appropriate building density and height development (approx. 2-3 floors + roof), - The public space of the quarter should primarily serve as a place for residents and employees to stay and should be equipped with economical development as a low-car quarter with an adapted parking space ratio, - Economical rainwater retention should be planned, - Green roofs and facades are desirable, - An energy supply close to the quarter is intended, - The ward block and the nurses' residence are to be retained. Process Firstly, the sub-areas with the existing buildings "ward block with atrium" and "nurses' residence" are to be marketed. These areas have been identified as key objects that are essential for successful district development. It is planned that at least the site of the former ward block with atrium extension will be sold in spring 2025. As soon as these sites have been successfully sold, the marketing of the remaining areas can begin. For the sale of the remaining sites, it is planned to carry out low-threshold concept tenders.
Closing Date21 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 4,949,998.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0057 - Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip-access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities - Construction Of Road, Barangay Maligcong, Bontoc, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Metropolis of Lyon DGEEP Tender
Services
Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
France
Details: Title: Neuville-sur-saône : Mission De Maîtrise D'oeuvre Pour La Rénovation Du Pont Bow-string Et La Création D'une Passerelle Modes Actifs Entre Neuville-sur-saône Et Albigny-sur-saône
description: Le Pont Actuel Permet De Relier Les Villes De Neuville Et Albigny, Il A Été Construit En 1931 En Remplacement De L'ouvrage D'origine Datant De 1831 (situé En Amont). Le Pont D'albigny-neuville Est Le Seul Pont De Type Bow-string En Béton Armé De L'agglomération Lyonnaise. Cet Ouvrage D'art Est Composé De Cinq Travées : Les Trois Travées Principales Sont De Type Bow-string Et Les Deux Travées Latérales D'accès Sont Des Ponts-à-poutres Multiples Sous Chaussée. La Travée Centrale A Été Dynamitée En Septembre 1944 Et Reconstruite À L'identique Après La Guerre. La Structure Connait Des Désordres Structurels Évolutifs Sur Des Organes Essentiels (arcs, Suspentes, Tablier, Appareils D'appui, Culées), Avec Un État De Fort Endommagement Dû À Des Réactions Généralisées De Gonflement Interne Du Béton. Les Corbeaux Et Les Poutres De Rives Situées Sous La Partie En Encorbellement Sont Les Points Les Plus Critiques De L'ouvrage. Il A Été Classé En 3 (note Qoa) Lors De La Dernière Idp. L'opération Consiste En La Réparation De L'ouvrage Routier Actuel Et Accolé À Celui-ci À L'amont La Création D'un Ouvrage Dédié Aux Modes Actifs : Piétons Et Cycles. La Réparation De L'ouvrage Existant Et La Création D'une Nouvelle Passerelle Font Partie Intégrante D'un Seul Et Même Projet Qui Vise Dans Un Premier Temps À Rétablir La Pérennité De L'ouvrage Existant Mais A Également Pour Objectif D'équilibrer Les Usages Au Sein De L'espace Public En Promouvant Les Modes Actifs. Cet Ouvrage Doit Permettre La Sécurisation De La Traversée Piétonne Et Cycles. Il Sera Réalisé À L'amont Immédiat Du Pont Actuel Et Devra Dégager Une Largeur Utile De 3,00 Mètres Pour Les Piétons Et De 3,00 Mètres Pour Les Cycles. Toute Proposition De Dimensionnement Inférieur Aux Valeurs Cibles Devra Être Justifiée Et Validée Par Les Instances Techniques Et Politiques Référentes Du Projet. Il Est À Noter Que La Surlargeur Créée Par Cette Nouvelle Passerelle Ne Pourra Être Supérieure À 5 Mètres Au-delà De L'ouvrage Existant. Cette Opération S'inscrit Dans Le Cadre Plus Général Des Différents Projets D'aménagement Du Secteur, Avec Notamment : - La Requalification Des Quais De Neuville (entrée Nord) ; - L'aménagement De La Voie Lyonnaise N° 3 Nord ; - La Piétonnisation De La Section Ouest De La Rue Victor Hugo ; - Le Renouvellement De La Conduite D'eau Potable Traversant L'ouvrage Par Edlg. Le Périmètre Géographique De L'opération Comprend L'ouvrage De Neuville Sur Saône Portant La Route Départementale D16 Et L'emprise De La Future Passerelle Accolée Au Pont. Le Périmètre Englobe Également Les Accès Immédiats À L'ouvrage (murs Des Culées, Intégrations Dans Les Giratoires, Raccordement Au Quai Bas Côté Neuville, Éclairage, Signalisation, Etc.). Ce Projet Devra Obtenir La Validation Des Architectes Des Bâtiments De France Car Le Pont Est Situé Dans Un Périmètre De Monument Historique. Lors Des Études De Faisabilité, Un Diagnostic Patrimonial De L'ouvrage Et Du Val De Saône A Été Mené. Ces Éléments Seront À Prendre En Compte Par La Maîtrise D'oeuvre
Closing Date17 Jan 2025
Tender AmountEUR 1.2 Million (USD 1.2 Million)
SCHOOLS DIVISION OFFICE OF CITY OF SAN PEDRO Tender
Machinery and Tools
Philippines
Details: Description Request For Quotation Date: February 11, 2025 To All Eligible Suppliers: Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Your Quotation Duly Signed By Your Representative At Schools Division Office San Pedro City, San Pedro, Laguna Or Via Email Address Bac.sanpedro@deped.gov.ph Not Later Than February 12, 2025 With Copies Of The Following Eligibility Requirements. 1. Dti/sec Registration 2. Certificate Of Philgeps Registration 3. Valid Business/ Mayor's Permit 4. Notarized Omnibus Sworn Statement (for Abcs Above Php50,000.00) 5. Income/business Tax Return (for Abcs Above Php500,000.00) 6. Bir 2303 For More Information Please Call Bac Secretariat At Cellphone No. 09088181850. Prospective Supplier Shall Be Responsible To Verify The Quoted Items From Above-stated Agency And Contact Number. Note: Non-submission Of The Aforementioned Documents Shall Result To Automatic Disqualification Of Proposal. Paul Jeremy I. Aguja Bac Chairperson Abc: 349,470.00 Lot No. Items & Description Qty Unit Supply And Delivery Of Office Supplies For Different Units In Sdo San Pedro City. 1 Albatross, Big 100 Pieces 2 Alcohol 70% Ethyl Scented Dr J, 1 Gallon 20 Gallon 3 Arch File Horizontal Royal Blue 100 Pieces 4 Binder Clips 32mm 100 Box 5 Binder Clips 41mm 100 Box 6 Binder Clips 51mm 100 Box 7 Bond Paper Short 70gsm 5 Box 8 Computer Speakers Logitech Z407 Bluetooth Subwoofer And Wireless Control, Immersive Sound Speaker 1 Piece 9 Daily Time Record, 1000's Per Booklet Csc Form No. 48 5 Pieces 10 Deli 2 Hole Punch Heavy Duty, 6mm Hole, 150 Pages/80g 10 Pieces 11 Double Sided Tape With Foam, 24mm X 5m, Strong Installation Double-sided 50 Pieces 12 Flaglets, For Signature Purposes, Super Adhesive 100 Pack 13 Folder White With Plastic, 100s/pack 3 Pack 14 Green Folder, Expanding Folder, Long 100's Per Pack 10 Pack 15 Highlighter Green, Stabilo 3 Box 16 Id Lanyards, Sdo San Pedro City 50 Pieces 17 Office Scissors, 8 Inches 50 Pieces 18 Paper Clips, 32mm, Coated 100 Box 19 Paper Clips, 50mm, Coated 150 Box 20 Parchment Paper 10 Pack 21 Pencil Faber Castel #2, 12's Per Box 10 Box 22 Photopaper Glossy 200 Gsm 20 Pack 23 Pine Tree Car Refreshner, Green 20 Pieces 24 Puncher, Heavy Duty 30 Pieces 25 Ruler, Metal Stainless Steel Measuring Tool, 12 Inches 50 Pieces 26 Scissors, Ingco, 8 Inches 20 Pieces 27 Scotch Tape 1 Inch By 50 Yards 200 Pieces 28 Short Brown Envelope, 100 Pieces Per Pack 10 Pack 29 Short White Folder, 100 Pieces Per Pack 10 Pack 30 Stapler (maped Universal 010894) 50 Pieces 31 Sticky Notes 4x4, Super Adhesive,500sheet/piece 100 Pieces 32 Sturdy Box Royal Blue 50 Pieces 33 Synthetic Chamois 20 Pieces 34 Table Sharpener 10 Pieces 35 Tape Dispenser Big 30 Pcs 36 Trodat Cancelled 1 Piece 37 Trodat Paid (cash) 1 Piece 38 Trodat Sign, Paul Jeremy I. Aguja 1 Piece 39 Trodat, Received (records) 1 Piece 40 Trodat, Released (records) 1 Piece 41 Tuff Tbc Toilet Bowl Cleaner 1000 Ml 50 Pieces 42 Twine, Plastic, Tali, Straw, Big Roll 15 Pieces 43 Umbrella, Blue And White Stripe, With Sdo San Pedro Logo, 41 Inches Long 100 Pieces 44 White Board Marker, 12s/box, Black 3 Box 45 White Board Marker, 12s/box, Blue 3 Box
Closing Date14 Feb 2025
Tender AmountPHP 349.4 K (USD 6 K)
Land Transportation Franchising And Regulatory Board, Region Tender
Publishing and Printing
Philippines
Details: Description 5 Gallon Alcohol, Ethyl, 1 Gallon 118 Piece Ballpen, Black 126 Piece Ballpen, Blue 10 Pack Battery, Dry Cell, Size Aa, Two (2) Pieces Per Blister Pack 13 Pack Battery, Dry Cell, Size Aaa, Two (2) Pieces Per Blister Pack 18 Piece Blank Cd 4 Piece Broom (walis Tambo) 3 Piece Broom, Stick (walis Ting-ting) 12 Can Car Freshener 19 Bottle Cleaner, Toilet Bowl And Urinal 18 Pack Cleanser, Scouring Powder 20 Piece Clearbook, Legal Size 8 Box Clip, Backfold, 19mm 14 Box Clip, Backfold, 25mm 4 Box Clip, Backfold, 32mm 18 Box Clip, Backfold, 50mm 116 Piece Correction Tape, 8 Meters 6 Piece Cutter/utility Knife 2 Piece Data File Box 5 Piece Dater Stamp 6 Pouch Detergent Powder 17 Piece Dishwashing Liquid, Refill 23 Can Disinfectant Spray 3 Piece Dust Pan 7 Box Envelope, Expanding, Kraft, Legal 6 Box Envelope, Documentary,a4 5 Box Envelope, Mailing 9 Box Fastener, Plastic 4 Box Folder, Pressboard 4 Pack Folder, Pressboard Long (2 Folds) 10 Pack Folder With Tab, Legal 12 Bottle Glue 9 Bottle Hand Soap, Liquid, 500ml 12 Piece Highlighter, Yellow 4 Piece Highlighter, Green 4 Piece Highlighter, Pink 9 Piece Highlighter, Orange 3 Can Insecticide 1 Roll Laminating Film #9 12 Piece Marker, Flourescent 29 Piece Marker, Permanent, Black 26 Piece Marker, Permanent, Blue 8 Piece Marker, Permanent, Red 6 Piece Marker, Whiteboard, Black 1 Pack Morocco Paper (blue), Short 7 Pad Notepad, Stick On, 50mmx76mm 9 Pad Notepad, Stick On, 76mmx100mm 9 Pad Notepad, Stick On, 76mmx76mm 36 Box Paper Clip, 33mm 46 Box Paper Clip, 50mm 19 Ream Paper, Short, 80gsm 11 Ream Paper, Whitewove, Legal 6 Piece Philippine National Flag 10 Pack Photopaper, 210gsm 4 Piece Puncher, Paper Heavy Duty 1 Pack Pvc Cover- Short 14 Kilo Rags 30 Book Record Book, 300pages 23 Book Record Book, 500pages 10 Piece Ring Binder, Plastic, 1", 2 Mts. Long 7 Piece Ring Binder, Plastic, 1 1/2", 2 Mts. Long 5 Box Rubber Band No. 18 8 Pair Scissors 32 Piece Sign Pen, Black, 0.5 44 Piece Sign Pen, Black, 1.0 28 Piece Sign Pen, Blue, 0.5 44 Piece Sign Pen, Blue, 1.0 11 Bottle Stamp Pad Ink, Violet 5 Piece Stamp Pad, Felt 23 Box Staple Wire 5 Piece Stapler, Heavy Duty 5 Piece Staple Wires Remover (plier Type) 5 Piece Steno Notebook 24 Pack Sticker Paper, A4 15 Pad Sticky Note (sign Here) 10 Pad Sticky Note (1" X 3") 11 Pad Sticky Note (4" X 3") 1 Piece Magnifying Glass 3 Piece Tape Dispenser, Table Top 3 Roll Tape, Electrical 14 Roll Tape, Double Sided 18 Roll Tape, Masking, 24mm 7 Roll Tape, Masking, 48mm 10 Roll Tape, Packing, 48mm 77 Roll Tape, Transparent, 24mm 22 Roll Tape, Transparent, 48mm 12 Pack Tissue Interfold Paper Towel 8 Piece Toilet Brush 20 Piece Toilet Deodorizer 2 Roll Trashbag, Large 2 Roll Trashbag, Xxl 10 Pack Vellum Board, A4 20 Pack Vellum Board, Legal 5 Pad Yellow Pad 12 Piece Glue Stick (for Glue Gun) 3 Piece Glue Gun X-x-x-x-x-x
Closing Date3 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
6931-6940 of 7179 archived Tenders