Cars Tenders
Cars Tenders
Commission On Elections Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Cordillera Administrative Region Baguio City Request For Quotation For Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Ifugao In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 005-2025) 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Quotation For The Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Ifugao In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 005-2025), With The Following Details: Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Approved Budget For The Contract (in Php) Clear/transparent Plastic Envelope With Button-lock, Size: Long 909 Piece 40.00 36,360.00 Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 909 Piece 60.00 54,540.00 Black Ballpen, Retractable 909 Piece 25.00 22,725.00 Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 909 Piece 40.00 36,360.00 Paper, Multi-purpose Paper, Long, 80 Gsm 25 Ream 290.00 7,250.00 Brown Envelope, Expanding, Legal Size 60 Piece 55.00 3,300.00 Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 12 Piece 40.00 480.00 Permanent Marker, Bullet Point, Black 15 Piece 88.33 1,324.95 White Board Marker, Bullet Point, Black 15 Piece 85.00 1,275.00 Tape, 2" Wide, Transparent 15 Piece 55.00 825.00 Heavy Duty Scissors (6''), Stainless Steel 12 Piece 131.67 1,580.04 Heavy Duty Stapler With Remover, 26/6 6 Piece 760.00 4,560.00 Staple Wire, Standard, (26/6) 6 Box 60.00 360.00 "sign Here" Sticker, Any Color, Standard Size 5 Pack 50.00 250.00 Folder, Size: Long, White, 100pcs/pack 1 Pack 850.00 850.00 Multi-purpose Glue, 130g, Non-toxic 10 Piece 120.00 1,200.00 Paper Clip, Vinyl-coated, Colored, Length: 50mm 15 Box 70.00 1,050.00 Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 15 Box 150.00 2,250.00 White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm 10 Piece 75.00 750.00 Place Of Delivery: Opes Ifugao - Capitol Compound, Lagawe, Ifugao. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Total: 177,289.99 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope Thru (i) Manual Submission Or (ii) Courier Submission At The Office Address Indicated Below Using The Prescribed Form, See Annex “a”, Not Later Than February 10, 2025 At 10:00 O’clock In The Morning At The (office Of The Regional Election Director – Cordillera Administrative Region, Commission On Elections, Gov. Pack Road, Baguio City) (c/o Atty. Vanessa M. Roncal, Rbac Chairperson). 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid) A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No./certificate. C. Duly Notarized Omnibus Sworn Statement (see Annex B For The Sample). 5. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Ricardo L. Lampac Head, Rbac Secretariat Company Name: _________________________ Company Address: ______________________ Contact No.: ______________________________ Email Address: __________________________ Price Quotations Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price / Unit 909 Piece Clear/transparent Plastic Envelope With Button-lock, Size: Long 909 Piece Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 909 Piece Black Ballpen, Retractable 909 Piece Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 25 Ream Paper, Multi-purpose Paper, Long, 80 Gsm 60 Piece Brown Envelope, Expanding, Legal Size 12 Piece Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 15 Piece Permanent Marker, Bullet Point, Black 15 Piece White Board Marker, Bullet Point, Black 15 Piece Tape, 2" Wide, Transparent 12 Piece Heavy Duty Scissors (6''), Stainless Steel 6 Piece Heavy Duty Stapler With Remover, 26/6 6 Box Staple Wire, Standard, (26/6) 5 Pack "sign Here" Sticker, Any Color, Standard Size 1 Pack Folder, Size: Long, White, 100pcs/pack 10 Piece Multi-purpose Glue, 130g, Non-toxic 15 Box Paper Clip, Vinyl-coated, Colored, Length: 50mm 15 Box Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 10 Piece White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm Place Of Delivery: Opes Ifugao - Capitol Compound, Lagawe, Ifugao. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _________________________________________ Address: ______________________________________________________________________ Emb And Telephone Number: ______________________________________________ _______________________________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued By The Bac. 10. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, Issued On ______ At ______, Valid Until _____________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________ Notary Public For _____ Until ______ Roll Of Attorneys No. _____ Ptr No. __, [date Issued], [place Issued] Ibp No. __, [date Issued], [place Issued] Doc. No. ___ Page No. ___ Book No. ___ Series Of ___.
Closing Date10 Feb 2025
Tender AmountPHP 177.2 K (USD 3 K)
Commission On Elections Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Cordillera Administrative Region Baguio City Request For Quotation For Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Kalinga In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 005-2025) 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Quotation For The Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Kalinga In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 006-2025), With The Following Details: Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Approved Budget For The Contract (in Php) Clear/transparent Plastic Envelope With Button-lock, Size: Long 909 Piece 40.00 36,360.00 Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 909 Piece 60.00 54,540.00 Black Ballpen, Retractable 909 Piece 25.00 22,725.00 Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 909 Piece 40.00 36,360.00 Paper, Multi-purpose Paper, Long, 80 Gsm 25 Ream 290.00 7,250.00 Brown Envelope, Expanding, Legal Size 60 Piece 55.00 3,300.00 Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 12 Piece 40.00 480.00 Permanent Marker, Bullet Point, Black 15 Piece 88.33 1,324.95 White Board Marker, Bullet Point, Black 15 Piece 85.00 1,275.00 Tape, 2" Wide, Transparent 15 Piece 55.00 825.00 Heavy Duty Scissors (6''), Stainless Steel 12 Piece 131.67 1,580.04 Heavy Duty Stapler With Remover, 26/6 6 Piece 760.00 4,560.00 Staple Wire, Standard, (26/6) 6 Box 60.00 360.00 "sign Here" Sticker, Any Color, Standard Size 5 Pack 50.00 250.00 Folder, Size: Long, White, 100pcs/pack 1 Pack 850.00 850.00 Multi-purpose Glue, 130g, Non-toxic 10 Piece 120.00 1,200.00 Paper Clip, Vinyl-coated, Colored, Length: 50mm 15 Box 70.00 1,050.00 Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 15 Box 150.00 2,250.00 White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm 10 Piece 75.00 750.00 Place Of Delivery: Opes Kalinga - Bulanao, Tabuk City, Kalinga Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Total: 177,289.99 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope Thru (i) Manual Submission Or (ii) Courier Submission At The Office Address Indicated Below Using The Prescribed Form, See Annex “a”, Not Later Than February 10, 2025 At 10:00 O’clock In The Morning At The (office Of The Regional Election Director – Cordillera Administrative Region, Commission On Elections, Gov. Pack Road, Baguio City) (c/o Atty. Vanessa M. Roncal, Rbac Chairperson). 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid) A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No./certificate. C. Duly Notarized Omnibus Sworn Statement (see Annex B For The Sample). 5. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Ricardo L. Lampac Head, Rbac Secretariat Company Name: _________________________ Company Address: ______________________ Contact No.: ______________________________ Email Address: __________________________ Price Quotations Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price / Unit 909 Piece Clear/transparent Plastic Envelope With Button-lock, Size: Long 909 Piece Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 909 Piece Black Ballpen, Retractable 909 Piece Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 25 Ream Paper, Multi-purpose Paper, Long, 80 Gsm 60 Piece Brown Envelope, Expanding, Legal Size 12 Piece Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 15 Piece Permanent Marker, Bullet Point, Black 15 Piece White Board Marker, Bullet Point, Black 15 Piece Tape, 2" Wide, Transparent 12 Piece Heavy Duty Scissors (6''), Stainless Steel 6 Piece Heavy Duty Stapler With Remover, 26/6 6 Box Staple Wire, Standard, (26/6) 5 Pack "sign Here" Sticker, Any Color, Standard Size 1 Pack Folder, Size: Long, White, 100pcs/pack 10 Piece Multi-purpose Glue, 130g, Non-toxic 15 Box Paper Clip, Vinyl-coated, Colored, Length: 50mm 15 Box Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 10 Piece White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm Place Of Delivery: Opes Kalinga - Bulanao, Tabuk City, Kalinga Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _________________________________________ Address: ______________________________________________________________________ Emb And Telephone Number: ______________________________________________ _______________________________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued By The Bac. 10. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, Issued On ______ At ______, Valid Until _____________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________ Notary Public For _____ Until ______ Roll Of Attorneys No. _____ Ptr No. __, [date Issued], [place Issued] Ibp No. __, [date Issued], [place Issued] Doc. No. ___ Page No. ___ Book No. ___ Series Of ___.
Closing Date10 Feb 2025
Tender AmountPHP 177.2 K (USD 3 K)
Commission On Elections Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Cordillera Administrative Region Baguio City Request For Quotation For Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Benguet In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 004-2025) 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Quotation For The Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Benguet In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 004-2025), With The Following Details: Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Approved Budget For The Contract (in Php) Clear/transparent Plastic Envelope With Button-lock, Size: Long 2,181 Piece 40.00 87,240.00 Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 2,181 Piece 60.00 130,860.00 Black Ballpen, Retractable 2,181 Piece 25.00 54,525.00 Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 2,181 Piece 40.00 87,240.00 Paper, Multi-purpose Paper, Long, 80 Gsm 80 Ream 290.00 23,200.00 Brown Envelope, Expanding, Legal Size 150 Piece 55.00 8,250.00 Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 15 Piece 40.00 600.00 Permanent Marker, Bullet Point, Black 15 Piece 88.33 1,324.95 White Board Marker, Bullet Point, Black 15 Piece 85.00 1,275.00 Tape, 2" Wide, Transparent 25 Piece 55.00 1,375.00 Heavy Duty Scissors (6''), Stainless Steel 20 Piece 131.67 2,633.40 Heavy Duty Stapler With Remover, 26/6 15 Piece 760.00 11,400.00 Staple Wire, Standard, (26/6) 20 Box 60.00 1,200.00 "sign Here" Sticker, Any Color, Standard Size 20 Pack 50.00 1,000.00 Folder, Size: Long, White, 100pcs/pack 10 Pack 850.00 8,500.00 Multi-purpose Glue, 130g, Non-toxic 20 Piece 120.00 2,400.00 Paper Clip, Vinyl-coated, Colored, Length: 50mm 20 Box 70.00 1,400.00 Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 20 Box 150.00 3,000.00 White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm 16 Piece 75.00 1,200.00 Place Of Delivery: Opes Benguet - Comelec Compound, Gov. Pack Rd., Baguio City. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Total: 428,623.35 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope Thru (i) Manual Submission Or (ii) Courier Submission At The Office Address Indicated Below Using The Prescribed Form, See Annex “a”, Not Later Than February 10, 2025 At 10:00 O’clock In The Morning At The (office Of The Regional Election Director – Cordillera Administrative Region, Commission On Elections, Gov. Pack Road, Baguio City) (c/o Atty. Vanessa M. Roncal, Rbac Chairperson). 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid) A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No./certificate. C. Duly Notarized Omnibus Sworn Statement (see Annex B For The Sample). 5. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Ricardo L. Lampac Head, Rbac Secretariat Company Name: _________________________ Company Address: ______________________ Contact No.: ______________________________ Email Address: __________________________ Price Quotations Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price / Unit 2,181 Piece Clear/transparent Plastic Envelope With Button-lock, Size: Long 2,181 Piece Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 2,181 Piece Black Ballpen, Retractable 2,181 Piece Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 80 Ream Paper, Multi-purpose Paper, Long, 80 Gsm 150 Piece Brown Envelope, Expanding, Legal Size 15 Piece Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 15 Piece Permanent Marker, Bullet Point, Black 15 Piece White Board Marker, Bullet Point, Black 25 Piece Tape, 2" Wide, Transparent 20 Piece Heavy Duty Scissors (6''), Stainless Steel 15 Piece Heavy Duty Stapler With Remover, 26/6 20 Box Staple Wire, Standard, (26/6) 20 Pack "sign Here" Sticker, Any Color, Standard Size 10 Pack Folder, Size: Long, White, 100pcs/pack 20 Piece Multi-purpose Glue, 130g, Non-toxic 20 Box Paper Clip, Vinyl-coated, Colored, Length: 50mm 20 Box Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 16 Piece White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm Place Of Delivery: Opes Benguet - Comelec Compound, Gov. Pack Rd., Baguio City. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _________________________________________ Address: ______________________________________________________________________ Emb And Telephone Number: ______________________________________________ _______________________________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued By The Bac. 10. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, Issued On ______ At ______, Valid Until _____________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________ Notary Public For _____ Until ______ Roll Of Attorneys No. _____ Ptr No. __, [date Issued], [place Issued] Ibp No. __, [date Issued], [place Issued] Doc. No. ___ Page No. ___ Book No. ___ Series Of ___.
Closing Date10 Feb 2025
Tender AmountPHP 428.6 K (USD 7.3 K)
Commission On Elections Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Cordillera Administrative Region Baguio City Request For Quotation For Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Apayao In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 003-2025) 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Quotation For The Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Apayao In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 003-2025), With The Following Details: Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Approved Budget For The Contract (in Php) Clear/transparent Plastic Envelope With Button-lock, Size: Long 579 Piece 40.00 23,160.00 Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 579 Piece 60.00 34,740.00 Black Ballpen, Retractable 579 Piece 25.00 14,475.00 Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 579 Piece 40.00 23,160.00 Paper, Multi-purpose Paper, Long, 80 Gsm 10 Ream 290.00 2,900.00 Brown Envelope, Expanding, Legal Size 25 Piece 55.00 1,375.00 Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 6 Piece 40.00 240.00 Permanent Marker, Bullet Point, Black 9 Piece 88.33 794.97 White Board Marker, Bullet Point, Black 9 Piece 85.00 765.00 Tape, 2" Wide, Transparent 9 Piece 55.00 495.00 Heavy Duty Scissors (6''), Stainless Steel 6 Piece 131.67 790.02 Heavy Duty Stapler With Remover, 26/6 6 Piece 760.00 4,560.00 Staple Wire, Standard, (26/6) 6 Box 60.00 360.00 "sign Here" Sticker, Any Color, Standard Size 4 Pack 50.00 200.00 Folder, Size: Long, White, 100pcs/pack 1 Pack 850.00 850.00 Multi-purpose Glue, 130g, Non-toxic 5 Piece 120.00 600.00 Paper Clip, Vinyl-coated, Colored, Length: 50mm 5 Box 70.00 350.00 Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 5 Box 150.00 750.00 White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm 10 Piece 75.00 750.00 Place Of Delivery: Opes Apayao - G/f Precious Sarah Residence, San Isidro Sur, 3813 Luna, Apayao. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Total: 111,314.99 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope Thru (i) Manual Submission Or (ii) Courier Submission At The Office Address Indicated Below Using The Prescribed Form, See Annex “a”, Not Later Than February 10, 2025 At 10:00 O’clock In The Morning At The (office Of The Regional Election Director – Cordillera Administrative Region, Commission On Elections, Gov. Pack Road, Baguio City) (c/o Atty. Vanessa M. Roncal, Rbac Chairperson). 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid) A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No./certificate. C. Duly Notarized Omnibus Sworn Statement (see Annex B For The Sample). 5. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Ricardo L. Lampac Head, Rbac Secretariat Company Name: _________________________ Company Address: ______________________ Contact No.: ______________________________ Email Address: __________________________ Price Quotations Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price / Unit 579 Piece Clear/transparent Plastic Envelope With Button-lock, Size: Long 579 Piece Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 579 Piece Black Ballpen, Retractable 579 Piece Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 10 Ream Paper, Multi-purpose Paper, Long, 80 Gsm 25 Piece Brown Envelope, Expanding, Legal Size 6 Piece Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 9 Piece Permanent Marker, Bullet Point, Black 9 Piece White Board Marker, Bullet Point, Black 9 Piece Tape, 2" Wide, Transparent 6 Piece Heavy Duty Scissors (6''), Stainless Steel 6 Piece Heavy Duty Stapler With Remover, 26/6 6 Box Staple Wire, Standard, (26/6) 4 Pack "sign Here" Sticker, Any Color, Standard Size 1 Pack Folder, Size: Long, White, 100pcs/pack 5 Piece Multi-purpose Glue, 130g, Non-toxic 5 Box Paper Clip, Vinyl-coated, Colored, Length: 50mm 5 Box Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 10 Piece White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm Place Of Delivery: Opes Apayao - G/f Precious Sarah Residence, San Isidro Sur, 3813 Luna, Apayao. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _________________________________________ Address: ______________________________________________________________________ Emb And Telephone Number: ______________________________________________ _______________________________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued By The Bac. 10. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, Issued On ______ At ______, Valid Until _____________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________ Notary Public For _____ Until ______ Roll Of Attorneys No. _____ Ptr No. __, [date Issued], [place Issued] Ibp No. __, [date Issued], [place Issued] Doc. No. ___ Page No. ___ Book No. ___ Series Of ___.
Closing Date10 Feb 2025
Tender AmountPHP 111.3 K (USD 1.9 K)
Commission On Elections Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Cordillera Administrative Region Baguio City Request For Quotation For Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Mt. Province In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 007-2025) 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Quotation For The Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Mt. Province In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 007-2025), With The Following Details: Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Approved Budget For The Contract (in Php) Clear/transparent Plastic Envelope With Button-lock, Size: Long 847 Piece 40.00 33,880.00 Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 847 Piece 60.00 50,820.00 Black Ballpen, Retractable 847 Piece 25.00 21,175.00 Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 847 Piece 40.00 33,880.00 Paper, Multi-purpose Paper, Long, 80 Gsm 25 Ream 290.00 7,250.00 Brown Envelope, Expanding, Legal Size 50 Piece 55.00 2,750.00 Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 12 Piece 40.00 480.00 Permanent Marker, Bullet Point, Black 15 Piece 88.33 1,324.95 White Board Marker, Bullet Point, Black 15 Piece 85.00 1,275.00 Tape, 2" Wide, Transparent 15 Piece 55.00 825.00 Heavy Duty Scissors (6''), Stainless Steel 12 Piece 131.67 1,580.04 Heavy Duty Stapler With Remover, 26/6 6 Piece 760.00 4,560.00 Staple Wire, Standard, (26/6) 6 Box 60.00 360.00 "sign Here" Sticker, Any Color, Standard Size 5 Pack 50.00 250.00 Folder, Size: Long, White, 100pcs/pack 1 Pack 850.00 850.00 Multi-purpose Glue, 130g, Non-toxic 6 Piece 120.00 720.00 Paper Clip, Vinyl-coated, Colored, Length: 50mm 10 Box 70.00 700.00 Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 10 Box 150.00 1,500.00 White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm 10 Piece 75.00 750.00 Place Of Delivery: Opes Mt. Province - 2/f Provincial Capitol Building Poblacion, Bontoc, Mountain Province Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Total: 164,929.99 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope Thru (i) Manual Submission Or (ii) Courier Submission At The Office Address Indicated Below Using The Prescribed Form, See Annex “a”, Not Later Than February 10, 2025 At 10:00 O’clock In The Morning At The (office Of The Regional Election Director – Cordillera Administrative Region, Commission On Elections, Gov. Pack Road, Baguio City) (c/o Atty. Vanessa M. Roncal, Rbac Chairperson). 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid) A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No./certificate. C. Duly Notarized Omnibus Sworn Statement (see Annex B For The Sample). 5. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Ricardo L. Lampac Head, Rbac Secretariat Company Name: _________________________ Company Address: ______________________ Contact No.: ______________________________ Email Address: __________________________ Price Quotations Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price / Unit 847 Piece Clear/transparent Plastic Envelope With Button-lock, Size: Long 847 Piece Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 847 Piece Black Ballpen, Retractable 847 Piece Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 25 Ream Paper, Multi-purpose Paper, Long, 80 Gsm 50 Piece Brown Envelope, Expanding, Legal Size 12 Piece Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 15 Piece Permanent Marker, Bullet Point, Black 15 Piece White Board Marker, Bullet Point, Black 15 Piece Tape, 2" Wide, Transparent 12 Piece Heavy Duty Scissors (6''), Stainless Steel 6 Piece Heavy Duty Stapler With Remover, 26/6 6 Box Staple Wire, Standard, (26/6) 5 Pack "sign Here" Sticker, Any Color, Standard Size 1 Pack Folder, Size: Long, White, 100pcs/pack 6 Piece Multi-purpose Glue, 130g, Non-toxic 10 Box Paper Clip, Vinyl-coated, Colored, Length: 50mm 10 Box Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 10 Piece White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm Place Of Delivery: Opes Mt. Province - 2/f Provincial Capitol Building Poblacion, Bontoc, Mountain Province Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _________________________________________ Address: ______________________________________________________________________ Emb And Telephone Number: ______________________________________________ _______________________________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued By The Bac. 10. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder’s Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, Issued On ______ At ______, Valid Until _____________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________ Notary Public For _____ Until ______ Roll Of Attorneys No. _____ Ptr No. __, [date Issued], [place Issued] Ibp No. __, [date Issued], [place Issued] Doc. No. ___ Page No. ___ Book No. ___ Series Of ___.
Closing Date10 Feb 2025
Tender AmountPHP 164.9 K (USD 2.8 K)
City Of Mati Tender
Scraps
Philippines
Details: Description Itb-auction-2025-03 Republic Of The Philippines Province Of Davao Oriental City Of Mati City Mayor’s Office Request For Quotation (negotiated Procurement - Two Failed Biddings) For The Sale Of Unserviceable Equipment The Asset Disposal Committee In Behalf Of Lgu – City Of Mati Invites Bidders To Bid For The Purchase Of Unserviceable Property, As Follows: Description Quantity Lot 1a - Heavy Equipment 1. Shantui Bulldozer - Engine No: 41178768, Chassis No: Sd22aa115251 1 Unit 2. Tata Daewoo Garbage Compactor - Engine No: De12tis218321, Chassis No: Kl3f4cefidk000248, Temp Plate No: 1201-121867 1 Unit 3. Tata Daewoo Garbage Compactor - Engine No: De12tis218561cc, Chassis No: Kl3f4cefidk000249, Temp Plate No: 1201-136308 1 Unit 4. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543922cc, Chassis No: Kl3f4cefifk000339, Temp Plate No: 1201-152709 1 Unit 5. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543925cc, Chassis No: Kl3f4cefifk000338, Temp Plate No: 1201-152710 1 Unit 6. John Deere Backhoe Loader - Engine No: T04045d748994, Chassis No: 70310ex841884, Plate No: Jd-310e 1 Unit 7. Tata Daewoo Dumptruck - Engine No: De12tis547504cc, Chassis No: Kl3f3defifk000173, Temp Plate No: 1201-141546 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 2,628,000.00 Actual Bid Price Lot 1b – Light Vehicles Quantity 1. Jinbei General Utility Response Vehicle - Engine No: Ca4d32090112131, Chassis No: Lsycjd459ah082133, Plate No: Skk-364 1 Unit 2. Ford Ranger 2.2l 4x2 Xlt M/t Pickup - Engine No: P4at1180160, Chassis No: Mnclmff80ew267672, Plate No: Saa-4368 1 Unit 3. Mitsubishi Delica Van - Engine No: D4bf-t652586, Chassis No: P25w-1101367, Plate No: Shn-683 1 Unit 4. Ford Everest 4x4 Suv - Engine No: Wlat437611, Chassis No: Mncls4d403w104178, Plate No: Skb-548 1 Unit 5. Ford Ranger 2.2l 4x2 Xlt M/t - Engine No: P4at1178978, Chassis No: Mnclmff80ew266423, Plate No: Saa-4374 1 Unit 6. Suzuki Multicab - Engine No: Fga5565087, Chassis No: Dc51t-115604, Plate No: Sjj-882 1 Unit 7. Suzuki Multicab (conversion From Left To Right Assemble Car Patrol Body) - Engine No: 7183129, Chassis No: Da52t-245246 1 Unit 8. Suzuki Multicab - Engine No: 5153769, Chassis No: Db51t150630, Plate No: Sha-290 1 Unit 9. 2010 Foton View 2.4l M/t Ambulance - Engine No: Bj486zqa60147, Chassis No: Lvcb1dba8ab004627 1 Unit 10. Suzuki Multicab - Engine No: Fga6215004, Chassis No: Dc51t355554, Plate No: Sgx-878 1 Unit 11. Suzuki Multicab - Engine No: Dk51t304183, Chassis No: F6a6197125, Plate No: 1201-47381 1 Unit 12. Mitsubishi Delica Van - Engine No: 4d56eq6998, Chassis No: P35w0219012, Plate No: Shm-947 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 403,200.00 Actual Bid Price ______________________________ Signature Of Bidder Deadline Of Submission Of Sealed Proposal Is On February 12, 2025, Wednesday At 2:00pm Thru Asset Disposition Committee (adc) And The Bids And Awards Committee At Bac Conference Room, 2f Annex Bldg., City Hall, City Of Mati, Davao Oriental. Ocular Inspection Is Scheduled On January 25 - 31, 2025 At 9:00 Am To 3:00pm (working Days Only) Interested Parties May Secure Copy Of This Invitation To The Asset Disposition Committee (adc). 1. Bidders Are Required To Enclose/post A Bidder’s Bond In The Form Of Cash, Cashier Or Manager’s Check Equivalent To Ten Percent (10%) Of The Appraised Value Per Lot. All Bonds Of Non-winning Bidders Are Refundable Immediately After Selection Of Winning Bidder. However, The Winning Bidder’s Bond Shall Only Be Withdrawn Upon Perfection/ Completion Of The Contract. 2. Appraised Value Of The Property For Sale Is Non-negotiable And On An “as-is-where-is” Basis 3. All Expense Related To The Hauling Of These Items Shall Be Borne By The Buyer. 4. Date Of Completion And Full Payment Shall Be Made Not Later Than Three (3) Calendar Days Upon Issuance Of Noticed Of Awards. 5. Non-compliance Of The Winning Bidder On The Above Stipulated Terms And Conditions Shall Be Grounds For The Rejections Of The Bid Without Prejudice To A Re-bidding As The Situation Warrants. The Bidder Is Encouraged To Conduct An Ocular Inspection Of The Property For Sale Before Submitting His/her Proposal. The Head Of The Agency Reserves The Right To Reject Any Or All Of The Bids With Or Without Cause, To Annul The Auction Process, To Waive Any Defect In Them And To Award The Bidder Whose Bid Is The Most Advantageous To The Government. Engr. Crosby B. Balaneg, Ce, Se, Rea, Mpa Chairperson, Asset Disposition Committee
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 52.2 K)
Stadt Hilden Tender
Services
Civil And Construction...+1Road Construction
Germany
Details: Title: Generalplanungsleistungen Zur Erweiterung Der Feuerwache Hilden, Inkl. Neubau Einer Parkpalette
description: Leistungen Der Generalplanung (lph. 1-9) Für Die Erweiterung Der Feuerwache Hilden Und Den Neubau Einer Parkpalette Der Stadtwerke Hilden. Die Feuerwache In Hilden Liegt Auf Einem Ca. 6.250 M² Großen Grundstück In Hilden-mitte. An Der Südlichen Seite Des Grundstücks Befinden Sich Die Straße Am Feuerwehrhaus Und Hieran Angrenzend Der Hauptfriedhof Mit Ehrenfriedhof. An Der Östlichen Seite Stehen Wohngebäude In Direkter Nähe. Das Gebäude Der Stadtwerke Hilden Grenzt An Die Westliche Seite Des Bestehenden Baukörpers Mit Fahrzeughalle Der Feuerwache. An Der Nördlichen Seite Grenzt Das Grundstück An Grundstücke Der Katholischen Kirchengemeinde St. Josef Mit Krankenhaus Und Kita An. Die Flurstücke 1076, 1074, 1078 Und 1080 Sind Mit Der Kita Der Katholischen Kirchengemeinde St. Josef Bebaut. Gegenwärtig Läuft Die Abwicklung Des Kaufs Dieser Flurstücke Durch Die Stadt Hilden. Die Flurstücke Sind Somit Als Bestandteil Der Planungsbetrachtungen Zu Berücksichtigen. Bauliche Bestandssituation: Der Gesamte Gebäudekomplex Der Feuerwehr Besteht Aus Einem "altbau" Von 1957 Entlang Der Straße "am Feuerwehrhaus", Einer Fahrzeughalle Von 1957 Entlang Der Östlichen Grundstücksgrenze Zur Angrenzenden Wohnbebauung, Die Im Jahr 2010 Um Eine Waschhalle Und Eine Werkstatt Erweitert Wurde Und Einem "neubau" Aus Dem Jahr 2010 Entlang Der Westlichen Grundstücksgrenze Zu Den Angrenzenden Stadtwerken Hilden. Der Altbau Ist Ein Zweigeschossiges Gebäude, Welches Im Erdgeschoss Fahrzeughallen Mit Den Dazugehörigen Nebenräumen, Inkl. Dem Schwarz- Und Weißbereich, Sowie Einem Sportraum Abbildet. Im Obergeschoss Liegen Der Sitzungssaal, Ein Besprechungsraum Und Der Ruhebereich. Im Jahr 2010 Wurde Ein Neues Foyer Vor Dem Altbau Errichtet. Dieser Foyerbereich, Der Neben Dem Erschließenden Treppenhaus Mit Aufzugsanlage Auch Einen Direkten Zugang Zum Angrenzenden Gebäude Der Stadtwerke Hilden Aufweist, Ist Mit Der Umsetzung Der Gegenständlichen Erweiterungsmaßnahme Zwingend Zu Erhalten Bzw. In Identischer Funktion Nachzubilden. Der "neubau" Ist Ebenso Ein Zweigeschossiges Gebäude, Das An Der Westlichen Grenze Des Grundstücks Errichtet Wurde. Im Erdgeschoss Befinden Sich Weitere Fahrzeughallen. Im Obergeschoss Sind Sowohl Die Büros Der Feuerwehr Als Auch Eine Mensa Mit Küche Vorzufinden. Der "neubau" Ist Über Ein Treppenhaus Direkt Mit Dem Bestandsgebäude Verbunden. Durch Die Derzeitige Auslastung Und Die Sich Ändernden Anforderungen Der Arbeitsstättenrichtlinien Besteht Der Bedarf Nach Zusätzlichen Erweiterungsflächen, Die Durch Einfache Anbauten Bzw. Bauliche Erweiterungen Des Bestands Nicht Ohne Kompromisse Umzusetzen Sind. Zudem Werden Nach Einschätzung Der Bezirksregierung Düsseldorf Als Zuständige Aufsichtsbehörde Bauliche Lösungen Verlangt. Planungsziel: Es Soll Auf Den Zur Verfügung Stehenden Grundstücken Der Feuerwehr Und Der Angrenzenden Kita Eine Freie Beplanung Zur Umsetzung Des Vorliegenden Raumprogramms Unter Berücksichtigung Einer Möglichen Baulichen Modifikation (umbau / Aufstockung) Des Aktuellen "neubaus" Aus 2010 Erfolgen. Dabei Sollen Die Im Außenbereich Erforderlichen Stellplätze Für Berufsfeuerwehr, Freiwillige Feuerwehr Und Besucher, Inkl. Alarmstellplätze, Barrierefreie Stellplätze Und Fahrradstellplätze In Einem Autarken Parkhausgebäude Auf Dem Gelände Der Stadtwerke Hilden Realisiert Werden. Es Sind Bis Zu 4 Parkebenen Vorzusehen. Ebenerdig Sind Bürgernahe Dienste Wie Z. B. Ehubs, Car-sharing Und Ggf. Eine Radwerkstatt Angedacht. Die Dachfläche Sollte Nach Möglichkeit Für Die Aufstellung Von Pv-modulen Konzipiert Sein. Eine Machbarkeitsstudie Der Buddenberg Tauchmann Architekten Düsseldorf Vom 23.01.2024 Zur Unterbringung Der Stellplätze Wurde Im Vorfeld Im Auftrag Der Stadt Hilden Erstellt Und Ist Dieser Unterlage Zur Kenntnisnahme Beigefügt. Ein Verbindungsbauwerk Soll Die Parkpalette In Höhe Des 1. Obergeschosses Mit Dem Feuerwehrhaus Für Fußgänger Verbinden, Da Die Stadtwerke Hilden Als Betreiber Kritischer Infrastrukturen Hohen Auflagen Unterliegt, Ist Mit Der Planung Zu Gewährleisten, Dass Feuerwehr-einsatzkräfte Von Der Parkpalette Zum Feuerwehrhaus Gelangen, Ohne Das Gelände Der Stadtwerke Hilden Zu Betreten. Eine Eigene Zufahrt Zur Parkpalette Unterstützt Diesen Ansatz. Im Vorprojekt Wurde Ein Raumprogramm Durch Die Buddenberg Tauchmann Architekten Düsseldorf Im Auftrag Der Stadt Hilden Erstellt, Das Zur Weiteren Ausarbeitung Freigegeben Und Grundlage Dieser Leistungsbeschreibung Ist. Hauptaugenmerk Der Aufgabenstellung Liegt In Der Koordination Zur Umsetzung Der Baumaßnahme Unter Aufrechterhaltung Der Ständigen Einsatzfähigkeit Der Örtlichen Feuerwehr. Hierfür Sind Sachgerechte Bauabschnittsbildungen Vorzusehen. Zusammenfassend Sind Mit Der Gegenständlich Beschriebenen Maßnahme Folgende Leistungsbestandteile Zu Realisieren: - Neukonzipierung Und Neuplanung Der Feuerwehr Hilden Am Standort "am Feuerwehrhaus" - Vollständige Überplanung Der Grundstücke Der Feuerwehr Und Der Kita - Erhaltung Bzw. Übernahme Der Eingangssituation "foyer" Mit Treppenhaus, Aufzugs- Und Zugangssituation Zu Den Stadtwerken Hilden - Unabhängige 72-h- Notstromversorgung Für Die Gesamte Feuerwehr - Bildung Von Bauabschnitten / Bauphasen Und Interimslösungen Zur Umsetzung Der Maßnahme Unter Gewährleistung Der Ständigen Einsatzbereitschaft Der Feuerwehr Vor Ort - Planung Einer 4-geschossigen Nicht Öffentlichen Parkpalette Auf Dem Gelände Der Stadtwerke Mit Separater Zufahrt Zur Vermeidung Von Betriebsfremden Auf Dem Gelände Der Stadtwerke Hilden - Planung Eines Verbindungsbauwerks Zwischen Parkpalette Und Feuerwehrgebäude Auf Höhe Des 1. Obergeschosses ("fußgänger") - Planung Einer Sachgerechten Außenanlagenfläche Für Die Feuerwehr (ggf. Unter Berücksichtigung Eines Hubschrauberlandeplatzes). Die Gegenständlichen Planungsleistungen Werden In Der Form Einer Generalplanung Stufenweise Beauftragt.
Closing Date21 Jan 2025
Tender AmountRefer Documents
City Of Mati Tender
Scraps
Philippines
Details: Description Rfq-auction-2025-04 Republic Of The Philippines Province Of Davao Oriental City Of Mati City Mayor’s Office Request For Quotation (negotiated Procurement - Two Failed Biddings) For The Sale Of Unserviceable Equipment The Asset Disposal Committee In Behalf Of Lgu – City Of Mati Invites Bidders To Bid For The Purchase Of Unserviceable Property, As Follows: Description Quantity Lot 1a - Heavy Equipment 1. Shantui Bulldozer - Engine No: 41178768, Chassis No: Sd22aa115251 1 Unit 2. Tata Daewoo Garbage Compactor - Engine No: De12tis218321, Chassis No: Kl3f4cefidk000248, Temp Plate No: 1201-121867 1 Unit 3. Tata Daewoo Garbage Compactor - Engine No: De12tis218561cc, Chassis No: Kl3f4cefidk000249, Temp Plate No: 1201-136308 1 Unit 4. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543922cc, Chassis No: Kl3f4cefifk000339, Temp Plate No: 1201-152709 1 Unit 5. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543925cc, Chassis No: Kl3f4cefifk000338, Temp Plate No: 1201-152710 1 Unit 6. John Deere Backhoe Loader - Engine No: T04045d748994, Chassis No: 70310ex841884, Plate No: Jd-310e 1 Unit 7. Tata Daewoo Dumptruck - Engine No: De12tis547504cc, Chassis No: Kl3f3defifk000173, Temp Plate No: 1201-141546 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 2,305,200.00 Actual Bid Price Lot 1b – Light Vehicles Quantity 1. Jinbei General Utility Response Vehicle - Engine No: Ca4d32090112131, Chassis No: Lsycjd459ah082133, Plate No: Skk-364 1 Unit 2. Ford Ranger 2.2l 4x2 Xlt M/t Pickup - Engine No: P4at1180160, Chassis No: Mnclmff80ew267672, Plate No: Saa-4368 1 Unit 3. Mitsubishi Delica Van - Engine No: D4bf-t652586, Chassis No: P25w-1101367, Plate No: Shn-683 1 Unit 4. Ford Everest 4x4 Suv - Engine No: Wlat437611, Chassis No: Mncls4d403w104178, Plate No: Skb-548 1 Unit 5. Ford Ranger 2.2l 4x2 Xlt M/t - Engine No: P4at1178978, Chassis No: Mnclmff80ew266423, Plate No: Saa-4374 1 Unit 6. Suzuki Multicab - Engine No: Fga5565087, Chassis No: Dc51t-115604, Plate No: Sjj-882 1 Unit 7. Suzuki Multicab (conversion From Left To Right Assemble Car Patrol Body) - Engine No: 7183129, Chassis No: Da52t-245246 1 Unit 8. Suzuki Multicab - Engine No: 5153769, Chassis No: Db51t150630, Plate No: Sha-290 1 Unit 9. 2010 Foton View 2.4l M/t Ambulance - Engine No: Bj486zqa60147, Chassis No: Lvcb1dba8ab004627 1 Unit 10. Suzuki Multicab - Engine No: Fga6215004, Chassis No: Dc51t355554, Plate No: Sgx-878 1 Unit 11. Suzuki Multicab - Engine No: Dk51t304183, Chassis No: F6a6197125, Plate No: 1201-47381 1 Unit 12. Mitsubishi Delica Van - Engine No: 4d56eq6998, Chassis No: P35w0219012, Plate No: Shm-947 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 362,880.00 Actual Bid Price ______________________________ Signature Of Bidder Deadline Of Submission Of Sealed Proposal Is On February 26, 2025, Wednesday At 2:00pm Thru Asset Disposition Committee (adc) And The Bids And Awards Committee At Bac Conference Room, 2f Annex Bldg., City Hall, City Of Mati, Davao Oriental. Ocular Inspection Is Scheduled On February 18 - 25, 2025 At 9:00 Am To 3:00pm (working Days Only) Interested Parties May Secure Copy Of This Invitation To The Asset Disposition Committee (adc). 1. Bidders Are Required To Enclose/post A Bidder’s Bond In The Form Of Cash, Cashier Or Manager’s Check Equivalent To Ten Percent (10%) Of The Appraised Value Per Lot. All Bonds Of Non-winning Bidders Are Refundable Immediately After Selection Of Winning Bidder. However, The Winning Bidder’s Bond Shall Only Be Withdrawn Upon Perfection/ Completion Of The Contract. 2. Appraised Value Of The Property For Sale Is Non-negotiable And On An “as-is-where-is” Basis 3. All Expense Related To The Hauling Of These Items Shall Be Borne By The Buyer. 4. Date Of Completion And Full Payment Shall Be Made Not Later Than Three (3) Calendar Days Upon Issuance Of Noticed Of Awards. 5. Non-compliance Of The Winning Bidder On The Above Stipulated Terms And Conditions Shall Be Grounds For The Rejections Of The Bid Without Prejudice To A Re-bidding As The Situation Warrants. The Bidder Is Encouraged To Conduct An Ocular Inspection Of The Property For Sale Before Submitting His/her Proposal. The Head Of The Agency Reserves The Right To Reject Any Or All Of The Bids With Or Without Cause, To Annul The Auction Process, To Waive Any Defect In Them And To Award The Bidder Whose Bid Is The Most Advantageous To The Government. Engr. Crosby B. Balaneg, Ce, Se, Rea, Mpa Chairperson, Asset Disposition Committee
Closing Date26 Feb 2025
Tender AmountPHP 2.6 Million (USD 46.1 K)
Province Of Negros Oriental Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Invitation To Bid Bid No. B-430-2024 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: General Fund Proper/responsibility Center:1999-365(24) Intends To Apply The Sum Of Nine Million Eight Hundred Thousand Seven Hundred One Pesos And 81/100 (php 9,800,701.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 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 The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-111, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 Up To 1:00 In The Afternoon 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 Nine Thousand Five Hundred Pesos (php 9,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 30, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 14, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 14, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat. 12. The Bac Of The Province Of Negros Oriental 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. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I Construction Of Elevator Shaft 1 General Requirements A. Mobilization /demobilization 1 Lot B. Temporary Facility 1 Lot C. Occupational Safety & Health Program 1 Lot D. Signages 1 Lot 2 Site Preparation 1 Lot 3 Reinforced Concrete Works (elevator Pit) 1 Lot 4 Roofing Works 1 Lot 5 Structural Steel (elev. Shaft Framing) 1 Lot 6 Painting Works 1 Lot 7 Electrical Works 1 Lot 8 Forms & Scaffoldings 1 Lot 9 Glass Works 1 Lot Ii Purchase And Installation Of Elevator Includes: Design, Supply, Installation & Commissioning A .equipment Cost: -630 Kgs. Capacity, 1.0 M/s, 3 Floors, 3 Stops, 3 Opening Imported Equipments Including Tempered Glass And Accessories. -includes:duties, Brokerage, Delivery And Unloading At Site, Hauling At Site, Installation Price For Elevator Car & Tempered Glass Local Materials, Labor Test And Commissioning. Terms And Conditions: 1.imported Equipment From Plan/drawing Approval To Manufacturing, Shipments, Port Releasing & Delivery At Site Should Be Sixty (60) Days From The Date Of Purchased Order Approval. 2.project Management, Installations, Test & Commissioning, Local Materials, Delivery & Unloading Will Immediately Be Engaged And Mobilization Will Commence Upon The Arrival Of Equipment’s. 3.completion And Hand-over Will Be On Or Before One Hundred Twenty (120) Calendar Days From The Start Of Mobilization Including Start-up And Commissioning. 4.warranty Of Two (2) Years From The Date Of Turn-over. 5.a Service Center And Equipment Parts Should Be Available Within Negros Oriental. 6.technical Team Available Within 24 Hours Upon The Request Of The End User. 7.must Have Business Permit Within Negros Oriental. 8.businesscenter Should Be At Least 5 Years Of Existence Of The Province Of Negros Oriental. Contract Duration: 120 Calendar Days Abc:p9,800,701.81
Closing Date14 Jan 2025
Tender AmountPHP 9.8 Million (USD 167.7 K)
Rizal Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description Request For Quotation Rfq No. 2025-053 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 28 January 2025. Name Of Project: Supply And Delivery Of Vein Viewer/ Vein Scanner Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Five Hundred Sixty Thousand Pesos (php560,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 Vein Viewer/ Vein Scanner A. Technical Specification Standard Brightness: With 6 Lumens Dimension: At Least 11” X 4” X 1.5” Weight: At Least 1.5 Lbs. (0.7 Kg) S-mount C-clamp: 0.5” (13 Mm) To 2.5” (64mm) S-mount Super Clamp: Max 1.3” (32mm) Flat Surface; 0.5” (13mm) To 2.1” (53 Mm) Round Surface S-mount Maximum Extension: Vertical - 19.6” (49.8 Cm) Horizontal - 25.6” (65 Cm) Durability: Drop Tested Per Iec/ul 60601-1 Power Source: Fast Swap Lithium Ion Battery Or Ac (outlet) Power: 100 - 240 Vac Power Cord: Ac Power Adapter Provided; Input: 9-12vdc,2a Battery Charger: Input: 9-12vdc,2a Battery: 2 Cell Lithium Ion Rechargable Battery 2 Hours Continuous Run Time 3-4 Hours Charging Imaging/focal Distance:12” (30cm), Meets With Ast Recommendations For Safe Distance From The Sterile Field Ir Wavelength, Peak: Approximately 850nm Visible Wavelength, Peak: Approximately 530nm Ratings: 9v Dc, 1.1a Maximum Voltage Requirements: 100-240 Vac, 1.3-0,7a, 50-60hz Duty Cycle: Continuous Operating Temperature: +60°f To 86°f (+16°c To +30°c) Storage Temperature: -10°f To 140°f (-23°c To + 60°c) Humidity (storage And Operating): 10% To 90%; Non-condensing Atmospheric Pressure (storage And Operating): 700hpa - 1,060 Hpa Emission: Vein Viewer Has Been Tested To And Complies With Iec 60601-1-2 Standard For Electromagnetic Compatibility (emc) And For Radiated And Conducted Emissions. Emc Classified: B Regulatory Classified: Fda Class 1 Exempt B. Accessories • 2 Fast-swap Rechargeable Lithium Ion Battery • Battery Charger - Can Be Powered Via Ac Power Or Car Charger (optional) • Ac Power Cord - To Be Plugged Into An Outlet • 2 S-mounts • 2 Clamps - Super Clamp: The Super Clamp Is Provided To Allow Mounting To A At Surface As Well As Alternate Round Or Square Surfaces Such As A Bed Rail Or Iv Pole - C-clamp: The C-clamp Is Provided To Attach Veinviewer Flex To Flat Surface Such As A Table Or Countertop • Power Adaptor • Nylon Storage Case: For Convenient Storage Of Flex Unit • Usb Cable: For Connection To Veinviewer Connect To Pc Software 1 Unit 560,000.00 560,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Income/business Tax Return D) Valid License To Operate Issued By Philippines Food And Drug Administration E) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification. F) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: 5. Warranty: Two (2) Years On Parts And Labor. 6. Product Description/ Brochure. 7. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 560 K (USD 9.5 K)
7331-7340 of 7531 archived Tenders