Catering Tenders
Catering Tenders
Department Of Environment And Natural Resources - DENR Tender
Environmental Service
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 96 K (USD 1.6 K)
Details: Description The Department Of Environment And Natural Resources Hereinafter Referred To As “the Purchaser” Now Requests You To Submit Price Quotation/s For The Supply And Delivery Of The Following Items Based On The Approved Procurement Plan/supplemental Plan Description: Title : Pr No. 2025-01-0007-rscig- Layouting & Printing Of Denr V Saringaya Newsletter For Cy 2025 (rfq No. 0007-01-2025-rscig) Abc = P 96,000.00 (please See Attached Associated Components) 2. A Set Of Technical Specifications For The Above Items Are Provided In Attachment/s # 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. (i) Evaluation Procedures Of Quotations Will Be Conducted By The Bids And Awards Committee (bac) In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. Offers Determined To Be Substantially Responsive To The Technical Specifications Will Be Evaluated By Comparison Of Their Prices. In Evaluating The Quotations, The Bids And Awards Committee, Thru The Technical Working Committee (twg), Will Determine The Evaluated Price For Each Proposal By Adjusting The Price Quotation To Correct Any Arithmetical Errors As Follows: (a) Where There Is A Discrepancy Between Amounts In Figures And In Words, The Amount In Words Will Govern; (b) Where There Is A Discrepancy Between The Unit Rate And The Line Item Total Resulting From Multiplying The Unit Rate By The Quantity, The Unit Rate As Quoted Will Govern; (c) If A Supplier Refuses To Accept The Correction, His Quotation Will Be Rejected. 3. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive 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. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 4. Quotations Must Be Delivered At The Address Below Not Later Than 9:00am, January 20, 2025. Bids And Awards Committee C/o Bac Secretariat Department Of Environment And Natural Resources Regional Office No.5, Rawis, Legaspi City 5. Your Prices Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 6. All Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “ Pr No. 2025-01-0007-rscig- Layouting & Printing Of Denr V Saringaya Newsletter For Cy 2025 (rfq No. 0007-01-2025-rscig)" 7. Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission. 8. The Delivery Period For Items/services Shall Be Within Thirty (30) Calendar Days From Receipt Of The Job Order (jo) Or In The Case Of Catering Services, On The Date/s Specified In The Request For Quotation (rfq). The Supplier/service Provider Shall Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Shall Be Made Only During Working Days And Hours, In Case Of Supplies/materials/equipment. 9. Delivery Site: For Supplies/materials/equipment: General Services Section (gss) Administrative Division Department Of Environment And Natural Resources Regional Office No. 5, Rawis, Legaspi City 10. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Shopping/small Value Procurement Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/service Provider. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 11. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specification/terms Of Reference C) Proof Of Philgeps Registration D) Proof Of Valid Mayor’s Permit E) Proof Of Dti/sec/cda (in Case Of Cooperatives) Registration F) Notarized Omnibus Sworn Statement ( If Abc Is Above Php 50,000.00) G) Updated Bir Tax Clearance (if Above Abc: 500k) Sgd. Ronnel B. Astor Bac Chairperson
Department Of Environment And Natural Resources - DENR Tender
Transportation and Logistics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description The Department Of Environment And Natural Resources Hereinafter Referred To As “the Purchaser” Now Requests You To Submit Price Quotation/s For The Supply And Delivery Of The Following Items Based On The Approved Procurement Plan/supplemental Plan Description: Title : Pr No. 2025-01-0013-denr V - Procurement Of Courier Services For The Period Of February To December 2025 (rfq No. 0013-01-2025-denr V) Abc = P 500,000.00 (please See Attached Associated Components) 2. A Set Of Technical Specifications For The Above Items Are Provided In Attachment/s # 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. (i) Evaluation Procedures Of Quotations Will Be Conducted By The Bids And Awards Committee (bac) In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. Offers Determined To Be Substantially Responsive To The Technical Specifications Will Be Evaluated By Comparison Of Their Prices. In Evaluating The Quotations, The Bids And Awards Committee, Thru The Technical Working Committee (twg), Will Determine The Evaluated Price For Each Proposal By Adjusting The Price Quotation To Correct Any Arithmetical Errors As Follows: (a) Where There Is A Discrepancy Between Amounts In Figures And In Words, The Amount In Words Will Govern; (b) Where There Is A Discrepancy Between The Unit Rate And The Line Item Total Resulting From Multiplying The Unit Rate By The Quantity, The Unit Rate As Quoted Will Govern; (c) If A Supplier Refuses To Accept The Correction, His Quotation Will Be Rejected. 3. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive 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. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 4. Quotations Must Be Delivered At The Address Below Not Later Than 9:00am, February 3, 2025. Bids And Awards Committee C/o Bac Secretariat Department Of Environment And Natural Resources Regional Office No.5, Rawis, Legaspi City 5. Your Prices Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 6. All Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “ Pr No. 2025-01-0013-denr V - Procurement Of Courier Services For The Period Of February To December 2025 (rfq No. 0013-01-2025-denr V)" 7. Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission. 8. The Delivery Period For Items/services Shall Be Within Thirty (30) Calendar Days From Receipt Of The Job Order (jo) Or In The Case Of Catering Services, On The Date/s Specified In The Request For Quotation (rfq). The Supplier/service Provider Shall Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Shall Be Made Only During Working Days And Hours, In Case Of Supplies/materials/equipment. 9. Delivery Site: For Supplies/materials/equipment: General Services Section (gss) Administrative Division Department Of Environment And Natural Resources Regional Office No. 5, Rawis, Legaspi City 10. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Shopping/small Value Procurement Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/service Provider. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 11. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specification/terms Of Reference C) Proof Of Philgeps Registration D) Proof Of Valid Mayor’s Permit E) Proof Of Dti/sec/cda (in Case Of Cooperatives) Registration F) Notarized Omnibus Sworn Statement ( If Abc Is Above Php 50,000.00) G) Updated Bir Tax Clearance (if Above Abc: 500k) Sgd. Ronnel B. Astor Bac Chairperson
Department Of Education Division Of Ilocos Sur Tender
Food Products
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 75.6 K (USD 1.2 K)
Details: Description The Department Of Education - Schools Division Of Ilocos Sur Is In Need Of Suppliers For The Procurement Of Venue Rental, Meals And Snacks Of Participants To The Orientation Workshop On The Preparation Of Fy 2026 Budget Proposal With The Following Details: Item Description/quantity/unit 1. Venue Rental, Meals And Snacks (am And Pm) Of Participants 42 Pax Day 1-february 05, 2025 Am Snack: ● Sotanghon ● Biko-biko ● Soda (less Sugar) In Can 320ml ●unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Lunch: ● Rice ● Chicken Inasal ● Beef Steak ● Adobong Sitaw ● Dessert (vegetable Salad/ Fruits/pastries/ Sweets) ● Bottled Water (500 Ml) Pm Snack: ● Empanada ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Day 2-february 06, 2025 Am Snack: ● Arroz Caldo ● Boiled Egg ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Lunch: ● Rice ● Fried Fish ● Ginisang Mongo With Bagnet ● Pork Fillet ● Dessert (vegetable Salad/ Fruits/pastries/ Sweets) ● Bottled Water (500 Ml) Pm Snack: ● Empanada ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Day 3-february 07, 2025 Am Snack: ● Miki ● Tuna Sandwich ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Lunch: ● Rice ● Fried Chicken ● Sinigang ● Laing ● Dessert (vegetable Salad/ Fruits/pastries/ Sweets) ● Bottled Water (500 Ml) Pm Snack: ● Cheeseburger ● Soda (less Sugar) In Can 320ml ● Unlimited Coffee/chocolate Drink/tea (found In Coffee Station) Administrative Arrangement: Capacity And Spacing: The Venue Can Accommodate 42 People. Chair Spacing Allows Easy Movement. Table Spacing Shall Be 5-6 Feet (1.5-1.8 Meters) Between Tables To Accommodate Chairs And Movement. The Main And Side Aisle Should Be Wide To Facilitate Movement. Emergency Exits Should Be Clear And Easily Accessible, With No Obstructions. Outdoor Space/parking Lot: The Parking Lot Must Have The Capacity To Accommodate A Great Number Of Cars, With The Possibility For Expansion If Required. Adequate Space Should Be Provided To Ensure Smooth Traffic Flow And Easy Maneuverability. Internet: High-speed Internet Access Is Available All The Time Throughout The Venue. Location: Within The Province Of Ilocos Sur Amenities: Audiovisual Equipment, And Comfortable Seating. Must Have Provision For Power Strips And Extension Outlets. Separate Tables For Top Management, Participants, And Registration Area. An In-house Audio-visual System Must Have Microphones, Audio Connectors, And Multimedia Projectors. Provide 4 Ft X 5 Ft Tarpaulin Catering Services And Menu Variety: Buffet-style Dining Options Are Available. Meals: Lunch, Morning And Afternoon Snacks. Plated Meal Services Must Include At Least The Following Service: Steamed Rice, Three Main Dishes, (chicken/pork/beef, Fish, And Vegetable), Desert (pastries, Fresh Fruits And/or Other Confectionery, And Drinks (soft Drinks, Iced Tea, And/or Fruit Juices. Purified Drinking Water And Free-flowing Brewed Coffee And Tea With Cream/milk And Sugar In The Venue. Medical Assistance: Ensure There Is A Designated Area For Basic Medical Assistance And Have Qualified Nurses Available To Provide Immediate Medical Attention If Needed. Emergency Protocols: Confirm That The Venue Has Clear Emergency Protocols In Place. Accessibility Features: The Venue Is Equipped With Ramps, Elevators, And Accessible Restrooms For Persons With Disabilities (pwd). Gad (gender And Development) Friendly: Facilities That Support Gender Diversity And Inclusivity Are Available. The Required Documents Are The Following: 1. Mayor’s Permit 2. Philgeps Registration 3. Omnibus Sworn Statement (oss) The Submission Of Quotation And Required Documents Should Not Be Later Than February 3, 2025 @ 9:00 Am At The Schools Division Office, Bantay, Ilocos Sur And Shall Be On A Per Lot Basis. For More Details, Please Visit Our Office Or Contact Division Bac At This Number (007) 722-2055.
Department Of Social Welfare And Development Region Vi Tender
Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 175 K (USD 2.9 K)
Details: Description The Department Of Social Welfare And Development, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Community Or Social Groups (csgs) To Quote Their Lowest Price/s For The Procurement Of Well-milled Rice For The Consumption Of Rehabilitation Center For Youth (rrcy) Residents For Cy 2025 Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery And Submit The Same In A Sealed Envelope Marked With The Corresponding Rfq Number And Title, Duly Signed By Their Authorized Representatives Not Later Than January 22, 2025 At 10:00 Am At The Ground Floor, Bac-secretariat Office, Field Office Vi, M.h. Del Pilar St., Molo, Iloilo City Or Email To Bac.fo6@dswd.gov.ph . Quotations Submitted To Different Email Address As Stated Shall Not Be Considered For Evaluation. The Following Documents (whichever Is Applicable) Are Also Required To Be Submitted Along With Your Quotation On The Specified Deadline Above: 1. Certificate Of Registration From The Dti/sec/cda/da; 2. Notarized Sworn Statement (gppb-prescribed Form) Executed By The Head Or Its Authorized Representative; 3. Statement Of All Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Of Indicating The Work Experiences Of Their Members; 4. Photocopy Or Scanned Copy Of Passbook; 5. Latest Income Tax Return (itr); 6. Updated Audited Financial Statement (afs); Joselito G. Estember Arda/concurrent, Admin-chief Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. All Entries Shall Be Filled-up, Written Or Printed Legibly; 2. 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; 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable; 4. Complete Bid. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Disqualified; 6. Non-submission Of Eligibility Documents Shall Be Ground For Disqualification; 7. For Equipment And Supplies With Free Delivery At The Stated Drop Off Points. Delivery Period Within 30 Days From Receipt Of Purchase Order. 8. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Winning Bidder Shall Be Determined By “draw Lots” Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With Government Procurement Policy Board (gppb) Circular 06-2005; 9. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein; 10. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder; 11. Warranty Shall Be Valid For A Period Of Three (3) Months For Supplies And One (1) Year For Equipment, After Performance Of The Contract. Warranty Obligation For Equipment Shall Be Covered By Either Retention Money Or Special Bank Guarantee In An Amount Equivalent To At Least 10% Of The Total Amount Of Quotation Which Will Be Released After The Lapse Of The Warranty Period; 12. Price Validity For Supplies And/or Equipment Shall Be For Ninety (90) Working Days While For Catering Services Shall Be For Sixty (60) Working Days And With Free Delivery To The Venue As The Case Maybe; 13. Items Quoted Shall Be Within Your Line Item And Inclusive Of Withholding Tax; 14. Payment Term Shall Be In "charge" Basis Only. Payment Upon Delivery Or Cash On Delivery Basis Is Not Allowed. Quantity Unit Of Issue Description 50 Sack Well Milled Rice, 50kg Terms And Conditions: Drop-off Area: Rrcy - Brgy. Concordia, Nueva Valencia, Guimaras *delivery Must Be Completed In Full Within 30 Days Upon Receiving The Purchase Order (po). * Upon Inspection Damaged/expired Goods Will Not Be Accepted By The End-user. *supplier Should Inform The Center In Charge Five (5) Working Days In Order To Ready The Storage Area. *all Goods Should Be In Good Condition Upon Delivery. To Be Procured Through Negotiated Procurement Community Participation. **nothing Follows** Reason For Negotiated Procurement: To Empower Local Communities Through Community Or Social Groups (csg's) And Members Thereof Is Promoted By Enhancing Their Knowledge And Skills, And Creating An Environment For Development;
Municipality Of Bugias Benguet Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 108 K (USD 1.8 K)
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Buguias Bids And Awards Committee Purchase Request Number: Date Released: Name Of The Project/activity: Catering Services And Accommodation During The Conduct Of Rdana Training Course - Mdrrmo 70% Location Of The Project/activity: Buguias,benguet Request For Quotation Sir/madam: Please Quote Your Price Of Item/s Listed Below As Per Specifications, Stating The Shortest Time Of Delivery. Please Submit Your Quotation Duly Signed By You Or Your Representative To The Bids And Awards Committee Not Later Than Fourteen (14) Days After The Period Of Publication C/o Bac Secretariat At 3rd Floor, Buguias, Municipal Hall, Abatan, Buguias, Benguet. You Can Email Your Quotations Through Email: Bacl45@yahoo.com We May Purchase The Item/s From Your Company If The Offer Is Found To Be Reasonable And Advantageous To The Municipality Of Buguias, Benguet, But We Reserve The Right To Accept Or Reject The Offer Or All Quotations Not Found In Order. Thank You Very Much. Elma L. Andres Chairperson Note: 1. All Entries Must Be Typewritten Or Handwritten (please Write Legibly & No Use Of Pencil). 2. Warranty Shall Be For A Period Of Three (3) Months For Supplies And Materials And One (1) Year For Equipment Reckoned From The Date Of Acceptance By The Procuring Entity. 3. Price Validity Shall Be For The Period Thirty (30) Calendar Days 4. Bidders Shall Submit Original Brochures Showing Certification Of The Products Being Offered, If Applicable. 5. The Procuring Entity Reserves The Right To Waive Any Defects In The Tender Or Offer As Well As The Right To Accept The Bid Most Advantageous To The Municipal Government. 6. All Erasures Should Be Countersigned 7. "please Seal Your Quotations" Item No. Qty Unit Item & Description Brand/specification Unit Price Total Day 1 1 30 Serve Am Snacks (arozcaldo, Bottled Water) 2 30 Serve Lunch (chicken Pochero, Bicol Express, Fried Tilapia, Black Beans) 3 30 Serve Pm Snacks (egg And Sweet Picke Sandwich, Juice) 4 30 Serve Dinner (ox Tripe Kare-kare, Pork Adobo, Sauteed Sayote) 5 5 Pax Accommodation Day 2 6 30 Serve Breakfast (skinless Longganisa, Scrambled Egg, Garlic Rice) 7 30 Serve Am Snacks (palabok , Juice) 8 30 Serve Lunch (paksiw Na Pata, Fried Tilapia, Beans And Carrots, Vanilla Cake) 9 30 Serve Pm Snacks (monte Cristo Sandwich, Juice) 10 30 Serve Dinner (chicken Inasal, Pork Nilaga, Fried Dalag Baybay, Sitaw Gisado, Apple) 11 5 Pax Accommodation Day 3 12 30 Serve Breakfast (skinless Longganisa, Scrambled Egg, Garlic Rice) 13 30 Serve Am Snacks (palabok , Juice) 14 30 Serve Lunch (hawaiian Chicken, Paksiw Na Pata, Fried Tilapia, Beans And Carrots) 15 30 Serve Pm Snacks (monte Cristo Sandwich, Juice) 16 30 Serve Dinner (chicken Inasal, Pork Nilaga,sitaw Gisado, Apple) 17 5 Pax Accommodation Day 4 18 30 Serve Breakfast (skinless Longganisa, Scrambled Egg, Garlic Rice) 19 30 Serve Am Snacks (palabok , Juice) 20 30 Serve Lunch (hawaiian Chicken, Paksiw Na Pata, Fried Tilapia, Beans And Carrots) 21 30 Serve Pm Snacks (monte Cristo Sandwich, Juice) Brand And Model Warranty Period For Supplies And Materials: Delivery Period After Having Carefully Read And Accepted Your General Conditions. I/we Quote You On The Item/s At Price/s Noted Above. Canvasser/s: Certification I Hereby Certify That I Have Personally Conducted This Canvass And That The Price/s Quoted Is/are True And Correct And The Signature Of The Representative Of The Company Who Submitted The Quotation/s Is/are Genuine. Name Of Owner/representative (signature Over Printed Name) Printed Name & Signature Of Authorized Canvasser Telephone / Cellphone Number E-mail Address Date:
Department Of Environment And Natural Resources - DENR Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 56.4 K (USD 972)
Details: Description The Department Of Environment And Natural Resources Hereinafter Referred To As “the Purchaser” Now Requests You To Submit Price Quotation/s For The Supply And Delivery Of The Following Items Based On The Approved Procurement Plan/supplemental Plan Description: Title : Pr No. 2025-02-0023-oardms- Labor And Materials For The Repair And Replacement Of Parts Of Oardms Service Vehicle With Plate No. Wob-799 (rfq No. 0023-02-2025-oardms) Abc = P 56,422.00 (please See Attached Associated Components) 2. A Set Of Technical Specifications For The Above Items Are Provided In Attachment/s # 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. (i) Evaluation Procedures Of Quotations Will Be Conducted By The Bids And Awards Committee (bac) In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. Offers Determined To Be Substantially Responsive To The Technical Specifications Will Be Evaluated By Comparison Of Their Prices. In Evaluating The Quotations, The Bids And Awards Committee, Thru The Technical Working Committee (twg), Will Determine The Evaluated Price For Each Proposal By Adjusting The Price Quotation To Correct Any Arithmetical Errors As Follows: (a) Where There Is A Discrepancy Between Amounts In Figures And In Words, The Amount In Words Will Govern; (b) Where There Is A Discrepancy Between The Unit Rate And The Line Item Total Resulting From Multiplying The Unit Rate By The Quantity, The Unit Rate As Quoted Will Govern; (c) If A Supplier Refuses To Accept The Correction, His Quotation Will Be Rejected. 3. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive 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. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 4. Quotations Must Be Delivered At The Address Below Not Later Than 9:00am, February 14, 2025. Bids And Awards Committee C/o Bac Secretariat Department Of Environment And Natural Resources Regional Office No.5, Rawis, Legaspi City 5. Your Prices Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 6. All Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “ Pr No. 2025-02-0023-oardms- Labor And Materials For The Repair And Replacement Of Parts Of Oardms Service Vehicle With Plate No. Wob-799 (rfq No. 0023-02-2025-oardms)" 7. Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission. 8. The Delivery Period For Items/services Shall Be Within Thirty (30) Calendar Days From Receipt Of The Job Order (jo) Or In The Case Of Catering Services, On The Date/s Specified In The Request For Quotation (rfq). The Supplier/service Provider Shall Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Shall Be Made Only During Working Days And Hours, In Case Of Supplies/materials/equipment. 9. Delivery Site: For Supplies/materials/equipment: General Services Section (gss) Administrative Division Department Of Environment And Natural Resources Regional Office No. 5, Rawis, Legaspi City 10. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Shopping/small Value Procurement Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/service Provider. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 11. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specification/terms Of Reference C) Proof Of Philgeps Registration D) Proof Of Valid Mayor’s Permit E) Proof Of Dti/sec/cda (in Case Of Cooperatives) Registration F) Notarized Omnibus Sworn Statement ( If Abc Is Above Php 50,000.00) G) Updated Bir Tax Clearance (if Above Abc: 500k) Sgd. Ronnel B. Astor Bac Chairperson
Offizielle Bezeichnung Landeshauptstadt Wiesbaden Der Magistrat Tender
Others
Germany
Closing Date4 Feb 2025
Tender AmountRefer Documents
Description: Negotiated award with public participation competition (service) Mobile water playground 7 weeks Wiesbaden Luisenplatz Mobile water playground for the historic pentagon in Wiesbaden Mobile water playground for the historic pentagon in Wiesbaden (ziz-pentagon) In order to make the summer heat in downtown Wiesbaden bearable for young and old and to improve the city climate, a mobile water playground is to be built. At the same time, it is to increase the attractiveness and liveliness of the city center and be a point of attraction in public space for children, families and adults. The creation of leisure attractions and holiday games for all generations of visitors to downtown Wiesbaden should help to increase the length of stay. Period and duration of the campaign: The campaign is planned for the Hessian summer holidays 2025 (Friday, July 4th - Sunday, August 17th, 2025) - Total duration: 6 weeks + 3 days (45 days) Optional: 1 week extension (7 days) To evaluate the price, the costs for the entire term (including optional extension) are taken into account Opening times/operating times Mobile water playground: Monday - Friday: 10:00 a.m. - 8:00 p.m., Saturday + Sunday: 12:00 p.m. - 6:00 p.m. Commissioning and securing of usage rights The presentation of the project goes beyond the contract term. For example, the website will continue to exist. The customer transfers to the customer all rights, which may be of a temporal, spatial and material nature. This also includes the unrestricted rights to all services created within the framework of the contractual relationship and protected by copyright. Once the contract has been paid in full, the rights to all deliveries and services pass exclusively to the client. The client also has the rights to edit, reproduce, publish or distribute the results. Upon conclusion of the contract, the rights to as yet unknown services also pass to the client. The client can also transfer the acquired rights to third parties or grant usage rights to third parties. Basic requirements for the provision and operation of a larger mobile water feature, particularly with regard to the following aspects: - Assembly and dismantling (including transport). Here we expect short assembly and dismantling times (a maximum of one day per assembly and dismantling) and a compact structure that allows a change of location at short notice - On-site support, particularly with regard to safety, also at night by our own employees. On-site contact in the event of technical problems (technical failure, cleaning mode of the system, etc.) - Consideration of resource conservation and sustainability: use of little water, a maximum of 1m³ per hour. We expect the water to be recycled and filtered (compliance with drinking water standards). - Water and electricity are available (connections in the floor) - Permits and the corresponding connections for operation are required (demand billing with meter). - The area, consisting of individual panels, should have a minimum size of 10x10m (non-slip/compliance with safety standards). - Water jets covering the entire inner surface, arranged close together (approx. 30 cm) and individually controlled. - Inner area, approx. 66% of the total area, consisting of active panels (water jets) - Border of the playing area made of passive panels that do not have water jets, but have illuminated LED strips. - Own sound system (for moderation, announcements, music, etc.) taking into account the noise protection regulations. - Light animation (color-changing light shows during operation). - It must be possible for children and adults to use it, so a minimum load-bearing capacity of 400kg/m² is required. - We assume that a heavy-duty floor measuring approximately 15.00 x 15.00 m will need to be built to compensate for differences in height. - 4 parasols with secure ground mounts (diameter: 4 MX 4 m) without advertising print (e.g. color cream) - 1 mobile unisex toilet (lockable) - Regular cleaning of the toilet (twice a day) Optional services (list separately on the price sheet, do not include in the total price) - Provision of drinks for sale on site Example: 0.5 L bottles of water (sales price max. 1 €, approx. 100 pieces/day), cooling via freezer on site The project should be self-financing - Implementation of a small evening event at low cost Music (DJ/band), and 1 catering stand + 1 drinks stand Number: 1 evening, duration: 7:30 p.m. - 10:00 p.m., operation + lighting of the water playground - Implementation of a children's activity at low cost Number: 1 afternoon, duration: 2 hours E.g. clown, musicians on the water playground General requirements Standard liability insurance is required.
Department Of Social Welfare And Development Region Vi Tender
Food Products
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 157.5 K (USD 2.6 K)
Details: Description The Department Of Social Welfare And Development, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Community Or Social Groups (csgs) To Quote Their Lowest Price/s For The Procurement Of Well-milled Rice For The Consumption Of Home For Girls (hfg) And Regional Center For Women (rcw) Residents For Cy 2025 Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery And Submit The Same In A Sealed Envelope Marked With The Corresponding Rfq Number And Title, Duly Signed By Their Authorized Representatives Not Later Than January 22, 2025 At 10:00 Am At The Ground Floor, Bac-secretariat Office, Field Office Vi, M.h. Del Pilar St., Molo, Iloilo City Or Email To Bac.fo6@dswd.gov.ph . Quotations Submitted To Different Email Address As Stated Shall Not Be Considered For Evaluation. The Following Documents (whichever Is Applicable) Are Also Required To Be Submitted Along With Your Quotation On The Specified Deadline Above: 1. Certificate Of Registration From The Dti/sec/cda/da; 2. Notarized Sworn Statement (gppb-prescribed Form) Executed By The Head Or Its Authorized Representative; 3. Statement Of All Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Of Indicating The Work Experiences Of Their Members; 4. Photocopy Or Scanned Copy Of Passbook; 5. Latest Income Tax Return (itr); 6. Updated Audited Financial Statement (afs); Joselito G. Estember Arda/concurrent, Admin-chief Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. All Entries Shall Be Filled-up, Written Or Printed Legibly; 2. 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; 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable; 4. Complete Bid. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Disqualified; 6. Non-submission Of Eligibility Documents Shall Be Ground For Disqualification; 7. For Equipment And Supplies With Free Delivery At The Stated Drop Off Points. Delivery Period Within 30 Days From Receipt Of Purchase Order. 8. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Winning Bidder Shall Be Determined By “draw Lots” Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With Government Procurement Policy Board (gppb) Circular 06-2005; 9. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein; 10. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder; 11. Warranty Shall Be Valid For A Period Of Three (3) Months For Supplies And One (1) Year For Equipment, After Performance Of The Contract. Warranty Obligation For Equipment Shall Be Covered By Either Retention Money Or Special Bank Guarantee In An Amount Equivalent To At Least 10% Of The Total Amount Of Quotation Which Will Be Released After The Lapse Of The Warranty Period; 12. Price Validity For Supplies And/or Equipment Shall Be For Ninety (90) Working Days While For Catering Services Shall Be For Sixty (60) Working Days And With Free Delivery To The Venue As The Case Maybe; 13. Items Quoted Shall Be Within Your Line Item And Inclusive Of Withholding Tax; 14. Payment Term Shall Be In "charge" Basis Only. Payment Upon Delivery Or Cash On Delivery Basis Is Not Allowed. Quantity Unit Of Issue Description Hfg 25 Sack Well Milled Rice, 50kg Rcw 20 Sack Well Milled Rice, 50kg Terms And Conditions: Drop-off Area: Hfg - Brgy. Pungtod, Cabatuan, Iloilo Rcw - Brgy. Wari-wari, New Lucena, Iloilo *delivery Must Be Completed In Full Within 30 Days Upon Receiving The Purchase Order (po). * Upon Inspection Damaged/expired Goods Will Not Be Accepted By The End-user. *supplier Should Inform The Center In Charge Five (5) Working Days In Order To Ready The Storage Area. *all Goods Should Be In Good Condition Upon Delivery. To Be Procured Through Negotiated Procurement Community Participation. **nothing Follows** Reason For Negotiated Procurement: To Empower Local Communities Through Community Or Social Groups (csg's) And Members Thereof Is Promoted By Enhancing Their Knowledge And Skills, And Creating An Environment For Development;
Department Of Agriculture Tender
Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 425.3 K (USD 7.3 K)
Details: Description Request For Quotation For The Provision Of Food, Venue And Accommodation… 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2024 Intends To Apply The Sum Of Four Hundred Twenty-five Thousand Three Hundred Pesos (₱425,300.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Provision Of Food, Venue And Accommodation. 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For Provision Of Food, Venue And Accommodation With The Following Specification: -70 Pax Day 1: Live-in (february 26, 2025) @ 2,200.00 Unit Cost (breakfast, Lunch, Dinner, Am Snacks & Pm Snacks) -15 Pax Day 1: Live-out (february 26, 2025) @ 1,800.00 Unit Cost (breakfast, Lunch, Dinner, Am Snacks & Pm Snacks) -63 Pax Day 2: Live-in (february 27, 2025) @ 2,200.00 Unit Cost (breakfast, Lunch, Dinner, Am Snacks & Pm Snacks) -17 Pax Day 2: Live-out (february 27, 2025)@ 1,400.00 Unit Cost (breakfast, Lunch, Am Snacks & Pm Snacks) -63 Pax Day 3: Live-out (february 28, 2025) @ 1,300.00 Unit Cost (breakfast, Lunch, Am Snacks) 1. Spacious And Comfortable Function Room With Extended Space That Can Be Utilized During Break-out Sessions; 2. Audible And Operational Sound System With At Least Two Microphones And Extension Cords; 3. Free Use Of Led Wall Display During The Whole Duration; 4. Free And Strong/steady Wifi/internet Connection In The Activity Venue (minimum Of 50mbps); 5. With Ample Free Parking Space Reserved Within The Venue; 6. Elevator Hub With At Least 2 Units; 7. Accessibility To Transportation (air, Sea & Land); 8. Catering/food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee/tea, And Fruits In Season Be Served Every Mealtime, Standby Waiter During The Entire Session; 9. Registration Set-up At The Function Hall Lobby; 10. Secretariat And Vip Speakers Set-up; 11. Free Use Of Hotel Amenities And Facilities; 12. Must Follow Strict Iatf Health Protocol. 3. The Bidder Must Submit Mayor’s Permit And Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Omnibus Sworn Statement Prior To The Issuance Of The Notice Of Award (noa). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m. - 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Bac Chairperson/ The Procurement Section At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-2682698 Fax No. 032-2563063 Telefax No. 032-2682698 Darfu7@ymail.com/da7ps@yahoo.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Wilberto O. Castillo, Ph.d. Bac Chairperson
Department Of Education Tender
Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.9 K)
Details: Description Invitation To Bid Procurement Of Food, Venue & Accommodation: Division Training On Expanded Career Progression System For Teachers Deepening On Classroom Observation And Portfolio Assessment: Batch 1: February 26-28, 2025 Batch 2: March 1-3, 2025 The Deped Sdo-tacloban City, Through The Bids And Awards Committee, Intends To Apply The Sum Of One Million Two Hundred Twenty-four Thousand Pesos Only (php 1,224,000.00) Being The Approved Budget For The Contract (abc) Corresponding To Payments Under The Contract For The Procurement Of Food, Venue & Accommodation. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1) The Deped Sdo-tacloban City, Through The Bids & Awards Committee, Invites Bids For Procurement Of Food, Venue & Accommodation. 2) Delivery Of The Goods And Services Is Required On The Date Of The Activity By The Successful Bidder. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project As Follows: (a) Previous Contract On Catering Services With Venue And Hotel Accommodation; 3) The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 4) 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. 5) Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 6) Prospective Bidders May Obtain Further Information From Deped Sdo-tacloban City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. During Mondays To Fridays. 7) A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Upon Presentation Of Special Power Of Attorney, If Not The Proprietor From The Given Address And Website(s) Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) From January 22, 2025, To February 3, 2025. 8) .bidding Documents (with Reference Control Number) May Also Be Sent To The Interested Bidders Via Email After Presentation Of A Special Power Of Attorney, If Not The Proprietor, And A Original Copy Of The Deposit Slip From The Bank As Proof Of Payment Of The Non-refundable Fee For The Bidding Documents By The Bac Secretariat (tcdobacsecretariat@gmail.com). 9) Payments Maybe Made Thru Cashier Or Should Be Deposited To The Land Bank Of The Philippines Under The Account Name Of Deped Tacloban City Division With Account No. 1732101108 (branch: Land Bank Real, Tacloban Branch). 10) The Deped Sdo-tacloban City Will Hold A Pre-bid Conference On January 22, 2025, 9:00 A.m. At Department Of Education (deped) – Schools Division Of Tacloban City Conference Hall, Real Street, Tacloban City, Leyte Which Shall Be Open To All Interested Parties. 11) Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 3, 2025, 9:00 A.m. At The 2nd Floor, Conference Room, Sdo Main Building, Real St., Tacloban City. Late Bids Shall Not Be Accepted. 12) All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 13) Bid Opening Shall Be On February 3, 2025, 9:00 A.m. At The 2nd Floor, Conference Room, Sdo Main Building, Real St., Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 14) The Deped Sdo-tacloban City 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. 15) For Further Information, Please Refer To: Signed Ronald B. Llaneta Bac Secretariat Chair Cellphone No.: 09083891455 Email Address: Tcdobacsecretariat@gmail.com Signed Henrietta T. Managbanag Edd, Ceso Vi Bac Chairperson
9131-9140 of 9575 archived Tenders