Cctv Tenders

Cctv Tenders

LOOC ELEMENTARY SCHOOL VILLANUEVA, MISAMIS ORIENTAL Tender

Publishing and Printing
Philippines
Details: Description Procurement Of School Supplies And Equipments Of Looc Elementary School Looc, Villanueva, Misamis Oriental Fund Source: Regular Mooe Fund 2025 Please Contact Directly The Following Personnel Listed Below For More Information: Ma. Theresa L. Delegencia 09269681500 Eva Rose S. Lumahang 09916586177 Note To Suppliers For Submission Of Rfq Or Canvass: 1. Contact Directly The School Concern. Please See Above For Contact Numbers. 2. Request For Price Quotation (rfq) Must Be Submitted To The School Concern (hardcopy) Or Email To The Given Email Address Above On Or Before The Closing Date Of Posting. 3. Rfq Can Be Downloaded At The Associated Components Of This Posting. 4. Late Submission Of Rfq Will Not Be Accepted. Items Sticker Paper 3 Pack 210.00 Double-sided Tape 6 Roll 720.00 Photo Paper 10 Pack 1,000.00 Certificate Holder 150 Piece 10,500.00 Medal, Ordinary 150 Piece 4,500.00 Vellum Board, A4, White 50 Pack 3,000.00 Glue Stick (for Glue Gun) 3 Pack 750.00 Ink, Epson 003, Black 18 Bottle 4,662.00 Ink, Epson 003, Magenta 18 Bottle 4,662.00 Ink, Epson 003, Cyan 18 Bottle 4,662.00 Ink, Epson 003, Yellow 18 Bottle 4,662.00 Ink, Epson 664, Black 3 Bottle 777.00 Ink, Epson 664, Magenta 3 Bottle 777.00 Ink, Epson 664, Yellow 3 Bottle 777.00 Ink, Brother Btd60, Black 8 Bottle 3,600.00 Ink, Brother Bt5000, Magenta 8 Bottle 3,600.00 Ink, Bt5000, Cyan 8 Bottle 3,600.00 Ink, Brother Bt5000, Yellow 8 Bottle 3,600.00 Ink, Hp 682, Tri-color 1 Bottle 480.00 Ink, Hp 682, Black 1 Bottle 480.00 Sign Pen, Medium Tip, Black 34 Piece 1,938.00 Sign Pen, Medium Tip, Blue 34 Piece 1,938.00 Sign Pen, Medium Tip, Red 34 Piece 1,938.00 Trashbag, Xl Size 10 Pack 925.00 Envelope, Documentary, A4 5 Box 4,149.60 Rubber Band, No. 18 1 Box 135.20 Paper, Multipurpose, A4 45 Ream 6,198.30 Paper, Multipurpose, Legal 60 Ream 9,534.60 Tissue, Interfolded Paper Towel 10 Pack 338.00 Cleaner, Toilet Bowl And Urinal 5 Bottle 208.00 Detergent Powder, All Purpose 17 Pack 919.36 Floor Wax, Paste Type, Red 19 Can 5,885.44 Air Conditioning Unit, 1 Hp, Inverter, Window Type 1 Unit 24,000.00 Glue Gun 17 Unit 2,380.00 Ethnic Lace 6 Roll 900.00 Satin Ribbon, 1.5", Red 2 Roll 300.00 Satin Ribbon, 1.5", Yellow 2 Roll 300.00 Satin Ribbon, 1.5", Blue 2 Roll 300.00 Satin Ribbon, 1.5", Green 2 Roll 300.00 Satin Ribbon, 1.5", Fuschia Pink 2 Roll 300.00 Glitter Golden Ribbon, Metallic Cluster 3 Roll 450.00 Solar Light, 600watts 2 Unit 2,602.00 Cctv Bulb With Camera 1 Unit 1,800.00 Curtains 8 Piece 4,000.00 Table Cloth 1 Piece 810.00 Emergency Light 1 Unit 2,000.00 Flashlight, Rechargeable 2 Unit 682.00
Closing Date10 Feb 2025
Tender AmountPHP 132.7 K (USD 2.2 K)

BASILAN NATIONAL HIGH SCHOOL ISABELA CITY BASILAN Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq:2025-02-15-007 Shopping - Ordinary/regular Office Supplies & Equipment (sec. 52.1.b) The Department Of Education, Basilan National High School Located At Eastside, Isabela City, Philippines, Through Its Bids And Awards Committee, Intends To Apply The Sum Of Four Hundred Fifty Thousand Pesos Only (php. 450,000.00) Being The Approved Budget Contract (abc) For The Procuremnt Of Supply And Delivery Of Electrical Wiring Of Aircon And Generator Unit Of Basilan National High School Chargeable Against The General Fund. The Department Of Education, Basilan National High School Bac Now Request Procurement For Supply And Delivery Of Cctv Equipment With Installation Of Basilan National High School And Posted The Request For Quotation At The Philgeps Website On February 16, 2025 Up To The Opening Of Bids Dated February 20, 2025. Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Price Quotations. Sir/madam: Please Quote Your Lowest Price On The Items Listed Below. Item No.: -unit: -item & Description: -qty: 1 Mtrs Tthn Stranded Wire 60mm 130 2 Mtrs Tthn Stranded Wire 38mm 130 3 Box Tthn Stranded Wire #8 2 4 Box Tthn Stranded Wire #10 1 5 Roll Rubber Tape (3m) 4 6 Roll Electrical Tape (3m) 6 7 Units Abb Breaker 2p (125 Amps) 1 8 Units Double Throw Breaker Set 2 9 Piece Split Bolt Copper 6 10 Unit 225amp 2p 1 11 Piece Holderless Connector 2/0 8 12 Piece Nun 3r Enclosure Arc 10 13 Piece Secondary Rocks Sway W/ Spool 10 14 Piece Circuit Breaker 30amp Koten 10 Note: Including Installation. Bid Opening Shall Be At Exactly 10:00 A.m. Of February 20, 2025 At The Basilan National High School Administration Building . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Please Submit Your Duly Signed Quotations/proposals By You Or Your Representative Not Later Than February 20, 2025 At 10:00 Am At The Basilan National High School - Bac Secretariat Office Bldg. No. 3, Leroy S. Brown St., Eastside Brgy. Isabela City, Basilan, Philippines. Open Submission May Be Submitted Manually In A Sealed Enveloped Or Through Email At Juniccinuj@gmail.com With Subject Title: Quotation Re. Procuremnt Of Supply And Delivery Of Electrical Wiring Of Aircon And Generator Unit A Copy Of Your Latest Mayors’s /business Permit Registration Number, Income/ Business Tax Return, Philgeps Registration Number, Omnibus Sworn Statement (gppb Format) Are Also Required To Be Submitted Along With Your Quotation/proposal. Interested Suppliers May Obtain Further Information From Mr. Junic P. Bernardo, Bnhs,– Bac Secretariat At Cellphone Number 09755230963 Or Email Address:juniccinuj@gmail.com Joel B. Saavedra Bnhs- Bac Chairman • In Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. Provided That The Renewal Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. • In Case Of Unnotarized Omnibus Sworn Statement. It Shall Be Accepted Provided That Notarized Omnibus Sworn Statement Shall Submitted After Award Of Contract But Before Payment In Accordance With Item 6.3 Gppb No. 09-20 Pre-bid Conference Pre-bid Conference
Closing Date20 Feb 2025
Tender AmountPHP 450 K (USD 7.7 K)

Municipality Of Jasaan , Misamis Oriental Tender

Others
Philippines
Details: Description Request For Quotations Date: February 13, 2025 Rfq Reference No.: 2025-rfq-024 Company / Business Name : _______________________________________________________________ Address : _______________________________________________________________ Business / Mayor's Permit : _______________________________________________________________ Tax Identification Number : _______________________________________________________________ Philgeps Registration No. (required): _______________________________________________________ The Local Government Unit Of Jasaan, Jasaan, Misamis Oriental, Through Its Bids And Awards Committee (bac), Intends To Procure Safety Equipment- Menro Through Section 53.9 Negotiated Procurement – Small Value Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before 11:00 Am Of February 18, 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Allan A. Jumuad Bac Chairperson Office Of The Bids And Awards Committee, Ground Floor, New Municipal Hall Building, Pres. Quirino St., Upper Jasaan, Jasaan, Misamis Oriental, Mindanao, Philippines 9003 Interested Service Provider Shall Also Submit A Copy Of The Following Documents And Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Mayor’s Permit B. Omnibus Sworn Statement And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. The Head Of The Procuring Entity (hope) Of The Local Government Unit Of Jasaan, Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Procurement, 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. For Any Clarification, You May Visit Us At The Bac Secretariat, Bac Office, Ground Floor, New Municipal Hall Building, Upper Jasaan, Jasaan, Misamis Oriental. By The Authority Of The Bids And Awards Committee: Date: February 13, 2025 Allan A. Jumuad Bac Chairperson Instructions Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. 4. Quotations May Be Submitted In Person At Bac Secretariat, Bac Office. 5. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The E-mail Shall Be Considered. Terms And Conditions A. Bidders Shall Provide Correct And Accurate Information Required In This Form. B. 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. C. Price Quotation/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. D. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. E. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. F. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Head Of The Procuring Entity (hope) Of The Local Government Unit Of Jasaan Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. G. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. H. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. I. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Lgu - Jasaan. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. J. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. K. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Head Of The Procuring Entity (hope) Of The Local Government Unit Of Jasaan May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. L. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. M. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Procurement Reference No. : 2025-rfq-021 Project Name : Procurement Of Safety Equipment- Menro Approved Budget For The Contract (pesos) : 123,400.00 This Procurement Is For Various Training And Consultation Activities. Exact Dates And Number Of Participants Per Activity Will Be Confirmed Within Three (3) To Five (5) Calendar Days Before The Activity. Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Item No. Technical Specifications Quantity Unit Of Statement Of Compliance Issue (“comply” / “not Comply”) 1 Cctv (dahua Technology Complete 4 Units ________________________ Package) Dahua Wiz Hdcvi 4 Channel Kit W/ Audio Night Version (2.0mp) Waterproof Monitor Screen W/ 2tb Hdd 2 Flashlight 4 Pcs ________________________ (firefly Led Usb Charging Port Fel556) 3 Radio Walkie Takie 2 Units ________________________ (motorola X8 10km High Power Long Range) 4 Rubber Boots (size 8;9) 4 Pairs ________________________ 5 Field Bucket Hat 4 Pcs ________________________ Financial Offer: Terms Of Payment Payments Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer Facility, Within Thirty (30) Days After Receipt Of Billing. In Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details Banking Institution : ________________________________________________ Account Number : ________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank) : ________________________________________________ Bank Branch : ________________________________________________ Note: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Procurement Reference No. : 2025-rfq-021 Project Name : Procurement Of Safety Equipment- Menro Approved Budget For The Contract (pesos) : 123,400.00 Item No. Technical Specification Quantity Offered Price Total Offered / Unit Per Unit Per Item 1 Cctv (dahua Technology Complete 4 Units ________________________ Package) Dahua Wiz Hdcvi 4 Channel Kit W/ Audio Night Version (2.0mp) Waterproof Monitor Screen W/ 2tb Hdd 2 Flashlight 4 Pcs ________________________ (firefly Led Usb Charging Port Fel556) 3 Radio Walkie Takie 2 Units ________________________ (motorola X8 10km High Power Long Range) 4 Rubber Boots (size 8;9) 4 Pairs ________________________ 5 Field Bucket Hat 4 Pcs ________________________ Approved Budget Total Offered Quotation: In Words _____________________________ For The Contract ______________________________________________________________________ (abc): P 123,400.00 _______________________________________________________________________ In Figures (pesos): ______________________________ _________________________________________ Signature Over Printed Name _________________________________________ Position/designation _________________________________________ Office Telephone/fax/mobile Nos. _________________________________________ Email Address/es
Closing Date18 Feb 2025
Tender AmountPHP 123.4 K (USD 2.1 K)

Department Of Education Division Of Surigao Del Sur Tender

Others
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Patong Es, San Miguel 2, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pcs. Styrofoam 1/2 10 350.00 3,500.00 2 Pack Ballons, Assorted 10 70.00 700.00 3 Pcs. Certificate Holder, A4 Size 30 100.00 3,000.00 4 Meter Cloth, Chair, White 40 100.00 4,000.00 5 Meter Cloth, Sablay For Graduates 30 100.00 3,000.00 6 Meter Cloth, Table, Assorted 7 100.00 700.00 7 Pack Flower, Assorted 8 250.00 2,000.00 8 Pcs. Stick Glue, Big 10 25.00 250.00 9 Pcs. Glue Gun 2 200.00 400.00 10 Pcs. Monoblock Chair, Assorted Color 25 550.00 13,750.00 11 Pcs. Paper Bag, Medium 5 50.00 250.00 12 Pcs. Personalized Medal 15 150.00 2,250.00 13 Pcs. Pesonalized Plaque 3 1,000.00 3,000.00 14 Box. Pins 8 80.00 640.00 15 Ream Pvc Cover , Long 1 1,000.00 1,000.00 16 Roll Ribbons, Red 3 150.00 450.00 17 Roll Ribbons, Yellow 3 150.00 450.00 18 Roll Ribbons, Green 3 150.00 450.00 19 Roll Ribbons, Orange 3 150.00 450.00 20 Roll Ribbons, Pink 3 150.00 450.00 21 Pcs. Ring Binder, 6mm, 8mm 30 50.00 1,500.00 22 Bot. Rugby 5 100.00 500.00 23 Pcs. Glue, All Purpose,130 Ml 10 70.00 700.00 24 Meter Tassel, Assorted Color 20 50.00 1,000.00 25 Pack Vellum Paper, A4 Size 20 150.00 3,000.00 26 Set Megaphone 1 3,000.00 3,000.00 27 Unit Printer 1 10,000.00 10,000.00 28 Unit Sound System 1 10,000.00 10,000.00 29 Set Cctv, 8 Channel, 5 Mega Pixel W/ Storage 1 30,000.00 30,000.00 30 Bottle Liquid Soap 2 300.00 600.00 31 Pcs. Faucet, Plastic 7 60.00 420.00 32 Can Floor Wax, Paste Type, Red 10 309.70 3,097.00 33 Pc. Philippine National Flag 1 300.00 300.00 34 Box Staple Wire, 23/6 5 50.00 250.00 35 Pack Cartolina, Assorted Color 20 150.00 3,000.00 36 Pcs. Scissors Symmetrical / Asymmetrical 10 70.00 700.00 37 Pack Epson Ink 003 Black 3 300.00 900.00 38 Pack Epson Ink 003 Cyan 3 300.00 900.00 39 Bottle Epson Ink 003 Magenta 3 300.00 900.00 40 Bottle Epson Ink 003 Yellow 3 300.00 900.00 41 Bottle Epson Ink 664 Black 3 300.00 900.00 42 Bottle Epson Ink 664 Cyan 3 300.00 900.00 43 Bottle Epson Ink 664 Magenta 3 300.00 900.00 44 Bottle Epson Ink 664 Yellow 3 300.00 900.00 Abc: 115,957.00 Note: To Be Delivered At Patong Es, San Miguel, Surigao Del Sur
Closing Date17 Feb 2025
Tender AmountPHP 115.9 K (USD 2 K)

City Of Trece Martires Tender

Others...+1Electrical and Electronics
Philippines
Details: Description Repair & Maintenance Of Ac Units At Different Offices 4ps-gen Cleaning Window Type 1.5 Non Invtr. 1 Unit ₱2,000.00 Koppel 1.5hp Split Type Non Inverter Gen. Cleaning 1 Unit ₱4,800.00 System Reprocess/charging Of Freon 1 Unit ₱10,200.00 Replacement Capacitor 1 Unit ₱1,100.00 Cho/lab- Re-insulate Going To Ob & Hallway 1 Unit ₱5,700.00 Acctg.-replacement Of Waterpump Hose To Copper Tube 1 Unit ₱10,500.00 Comm. Cntr. Cctv,public Address Sys. Office Gen. Cleaning 2 Unit ₱12,000.00 Delivery Charge & Toll 1 Unit ₱1,700.00 Hr-carrier 3tr. Floormounted Non Invertyer Gen. Cleaning 1 Unit ₱4,800.00 Insulate & Repair Water Leak 1 Unit ₱1,600.00 Gen. Cleaning Of (2) Units Carrier (1) Koppel 3 Unit ₱14,400.00 Cbo-carrier 2.5hp Wallmounted Gen. Clesaning 1 Unit ₱4,800.00 Sanggunian Off. 5tr Flr. Mounted-gen. Cleaning Replacement Air Sensor & Coil Sensor 1 Unit ₱6,000.00 Charging Freon 1 Unit ₱15,000.00 Carrier & Koppel 3tr. Flr. Mounted Non Invtr. Gen. Cleaning 2 Unit ₱12,000.00 Sanggunian Session Hall-carrier Wall Mounted Gen. Cleaning 1 Unit ₱4,800.00 Replacement Indoor Board Assy. & Receiver 1 Unit ₱14,000.00 Acctg./carrier 2.5hp Wallmounted Intre. Repair Leak 1 Unit ₱2,000.00 Trece Med. Pavillion Opd Rm./gen. Cleaning 1 Unit ₱4,800.00 Trece Med. Pavillion Infirmary Rm./carrier 1.5hp System Reprocess/charging Of Freon/unit Align Repair Leak 1 Unit ₱15,000.00 Cho. Carrier 3tr Flr. Mounted-installation 2 Unit ₱43,904.00 Excess Piping 76ft 76 Unit ₱63,080.00 Comm. Wire 26mtrs. 26 Ft ₱7,800.00 Feeder Line 26mtrs. 26 Mtrs ₱11,700.00 Breaker 2 Mtrs ₱9,600.00 Daikin Wallmounted Gen. Cleaning 1 Pcs ₱6,000.00 Sys. Reprocess Charging Freon/unit Align 1 Unit ₱15,200.00 Carrier 1hp-gen, Cleaning 1 Unit ₱7,500.00 Ceo-carrier 3hp Flr. Mounted Inverter Charging Freon R22/gen. Cleaning/sys. Reprocess 1 Lot ₱21,168.00 Carrier 3tr. Flr.mounted Gen. Cleaning/repiping Drain Line & Insulatyed 1 Lot ₱14,896.00 Carrier 3tr. Flr.mounted Gen, Cleaning/charging Freon R22/sys.reprocess Replacement Magnetic Contactor & Insulated 1 Lot ₱27,440.00 Koppel Wallmounted Gen. Cleaning/charging Freon R10a 1 Lot ₱10,976.00 Cto-repair Service Pump Down Cleaning/gen. Cleaning/flr. Mounted 1 Lot ₱17,985.00 Assessor.-pump Down Cleaning/gen, Cleaning 1 Lot ₱14,058.00 Repair Service Floor Mounted-pump Down Cleaning/gen. Cleaning 1 Lot ₱17,985.00 General Cleaning Services For: Animal Bite Rm. Split Btype 1 Lot ₱4,702.50 X-ray Rm/split Type 1 Lot ₱4,702.50 Environmental Sanitation/window Type 1 Lot ₱1,870.00 Central Supply Rm./split Type 1 Lot ₱4,702.50 Adolescent Friendly Health Facility/split Type 1 Lot ₱4,702.50 Tb Dots/split Type 1 Lot ₱4,702.50 Treatment Rm./split Type 1 Lot ₱4,702.50 Ward Room/split Type 1 Lot ₱4,702.50 Birthing Room/split Type 1 Lot ₱4,702.50
Closing Date2 Jan 2025
Tender AmountPHP 475.9 K (USD 8.2 K)

Department Of Agriculture Tender

Others
Philippines
Details: Description Request For Quotation For The Provision Of Food And Venue During The Economic Development Committee (edc) Meeting On February 13, 2025 At Uptown Cebu City… 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 Seventy-five Thousand Pesos (₱75,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Provision Of Food And Venue During The Economic Development Committee (edc) Meeting On February 13, 2025 At Uptown Cebu City. 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For Provision Of Food And Venue During The Economic Development Committee (edc) Meeting On February 13, 2025 At Uptown Cebu City With The Following Specification: -50 Pax Live-out: 2 Meals (lunch & Dinner) And 2 Snacks @ 1,500.00 Unit Cost Specifications: *strategically Located Within Uptown Cebu City; *spacious, Airconditioned, Comfortable Function Room That Can Accommodate The Required Number Of Participants *duration Of Activity Is 8:00 Am To 6:00 Pm And Can Be Extended Upon Request (free Of Charge) * Audible And Operational Sound System With At Least Four (4) Wireless Microphones Preferably Wireless *with Back Up Generator; *no Extra Charges For Laptops, Portable Printers, Projector, Lcd Screen And Other Portable Electronic Equipment/devices, Free Use Of White Board With Marker, Microphones And Extensions Cords/wires; *free And Strong/steady Wifi/ Internet Connection In The Activity Venue (minimum Of 50mbps) *with Functional Elevator (at Least 2 Elevators) For Accessibility For Pwd And Senior Citizen; *with Ample (at Least 30 Vehicles) Free Parking Space Reserved Within Hotel Premises And With Cctv; *standby Waiter During The Entire Session *catering/food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee/tea, And Fruits In Season To Be Served Every Mealtime *can Serve Food/drinks For Vegetarian, Pescatarian’s Or Non-pork-eating Participants (upon Request) *backdrop And Welcome Tarpaulin *registration Set-up At The Function Hall Lobby *secretariat And Vip Speakers Set-up *free Use Of Hotel Amenities And Facilities 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.) Fabio G. Enriquez, Ph.d. Bac Chairperson
Closing Date10 Feb 2025
Tender AmountPHP 75 K (USD 1.2 K)

Department Of Social Welfare And Development Region Xii Tender

Others
Philippines
Details: Description Request For Quotation Rfq No. 2025-02-0073 Date: February 14, 2025 Company/business Name: ____________________________________________________ Address: __________________________________________________________________ Business/mayor’s Permit No.:__________________________________________________ Tin: ______________________________________________________________________ Philgeps Registration Number (required) ________________________________________ The Department Of Social Welfare Development Field Office Xii (dswd Fo Xii), Through Its Bids And Awards Committee (bac), Intends To Procure Accommodation And Catering Services For The Use Of Tara, Basa!tutoring Program Staff Meeting Cum Planning Workshop Through Section 53.9 Small Value Mode Of Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot No. Description Approved Budget For The Contract (abc) 1 Accommodation And Catering Services For The Use Of Tara, Basa!tutoring Program Staff Meeting Cum Planning Workshop ₱130,000.00 Interested Service Providers Shall Submit A Quotation For The Above Enumerated Lots Or Items, And Evaluation, Including Award Of Contract, Will Be Undertaken On Per Total Quoted. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before, 9:30 Am Of 18 February 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Ms. Jackiya A. Lao Chairperson, Bids And Award Committee Dswd Xii, Regional Center, Brgy. Carpenter Hills, City Of Koronadal, South Cotabato Telephone No.: (083)-228-8637 Email: Procurement.fo12@dswd.gov.ph Interested Service Provider Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Copy Of Mayors/business Permit; B. Copy Of Philgeps Certificate; C. Copy Of Registration Certificate From Sec, Dti, Or Cda Or Its Equivalent; D. Copy Of Bir Certificate Of Registration; And E. Omnibus Sworn Statement (for Abc Above P50,000.00) For Any Clarification, You May Contact The Bac Secretariat At (083)-228-8637 Or Send Email To Procurement.fo12@dswd.gov.ph. Abdulqudduz R. Barambangan Procurement Head After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Accommodation And Catering Services For The Use Of Tara, Basa!tutoring Program Staff Meeting Cum Planning Workshop Minimum Technical Specifications Offered Technical Specification/ Service Statement Of Compliance (“comply” Or “not Comply” Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Requirements: 1 Accommodation And Catering Services For 50 Participants X 1 Day A. Room Accommodation Only Double To Triple Room Occupancy Is Allowed (fully Air-conditioned); A Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks, And Rags; Bathroom Amenities Must Be Regularly Provided For Each Guest; Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves, And Other Sanitation Waste Materials Must Be Provided; An Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper, And Paper Towels In The Restrooms Must Be Ensured. B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle/glass (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle/glass *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; Breakfast Viands/veg Selection; Fruits C. Function Rooms Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection (within Rooms And Function Hall); Free Use Of Lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event Other Amenities Free Use Of Hotel Amenities Free 5x6 Tarpaulin; Discount At The Business Center For Fax, Printing, Photocopying, Etc. Notes Hotel Location Must Be Appropriate For The Conduct Of Professional Discussion And Conducive For Productivity And Creative Thinking; Hotel Should Not Be Offering Short-term Lodging Associated With Motels And Should Not Be Situated Beside Or Across Gambling Establishments/ Casinos And Should Not Beside Or Across Funeral Parlor; Sanitizing Mats Must Be Available At All Entry Points; Cleaning And Disinfection Measures In Common Areas (e.g. Lobby, Restrooms, Halls, Corridors, Elevators, Etc.) Must Be Applied As A General Preventive Measure. Special Attention Must Be Given To Objects That Are Frequently Touched Such As Elevator Button, Handles, Handrails, Switches, Doorknobs, Kitchen Surfaces, Etc., And Information, Education, And Communication (iec) Materials On Proper Handwashing, Respiratory Etiquette, And Proper Use Of Face Masks Must Be Posted In Conspicuous Areas, Particularly At The Restrooms And Other Wash Areas. Financial Offer: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Accommodation And Catering Services For The Use Of Tara, Basa!tutoring Program Staff Meeting Cum Planning Workshop Approved Budget For The Contract Offered Quotation One Hundred Thirty Thousand Pesos Only (₱130,000.00) In Words: ________________________________________________ In Figures: ______________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ______________________ Signature Over Printed Name _______________________ Position/designation _______________________ Tel./fax/mobile No. _______________________ Email Address/es Canvassed By: Certified As To Propriety Of The Canvassing: ____________________ _______________________________ (signature Over Printed Name) Abdulqudduz R. Barambangan Procurement Head Price Schedule For Goods Offered For Accommodation And Catering Services For The Use Of Tara, Basa!tutoring Program Staff Meeting Cum Planning Workshop Name Of Bidder ______________________________________________ Rfq No. _____________________ Page ___of___ 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) 1 Accommodation And Catering Services For 50 Participants X 1 Day A. Room Accommodation Only Double To Triple Room Occupancy Is Allowed (fully Air-conditioned); A Sanitation Kit Shall Be Provided For Each Guest Which May Include 70% Solution Alcohol Or Alcohol-based Sanitizers, Disinfectant Sprays, Face Masks, And Rags; Bathroom Amenities Must Be Regularly Provided For Each Guest; Trash Bins Must Be Provided Inside The Guest Room. A Separate Trash Bag Or Bin Intended For Used Ppe Such As Face Mask, Gloves, And Other Sanitation Waste Materials Must Be Provided; An Adequate Supply Of Soaps, Alcohol-based Hand Sanitizer, Toilet Paper, And Paper Towels In The Restrooms Must Be Ensured. 50 Pax B. Meals Requirement (am Snack) Heavy Snack Served With Cold Beverage In Can/bottle (lunch) 4 Viands With Rice,1 Vegetable, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle/glass (pm Snack) Heavy Snack Served With A Cold Beverage In Can/bottle (dinner) 4 Viands With Rice, 1 Dessert, 1 Soup And Cold Beverage In Can/bottle/glass *choices Of Viands (beef, Chicken, Fish & Vegetable) (breakfast) Coffee/choco/tea Drinks; Plain Rice; Egg; Breakfast Viands/veg Selection; Fruits C. Function Rooms Compliance To Batas Pambansa 344 Or An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices; Free Use Of Function Room That Can Accommodate Number Of Participants For Plenary And Breakout Rooms Whenever Necessary; Function Room Should Have No Pillars That Can Block The View Of Participants And Speaker; With Good Sound System With At Least 3 Microphones And Audio Jack (audio Technician On Standby); Sound Proof, Well-lighted And Ventilated; Free And Strong Wi-fi Connection (within Rooms And Function Hall); Free Use Of Lcd Projector, Wide Screen And Electrical Connections Including Extension Cords For The Use Of Participants And Secretariat; Free Use Of Whiteboard And Eraser; Free Flowing Coffee/tea/water With Hot And Cold Water Dispenser; With 2 Standby Waiters; Cctv Protected And Function Venues Must Be Disinfected During Break Time Or After Every Meeting Or Event
Closing Date18 Feb 2025
Tender AmountPHP 130 K (USD 2.2 K)

City Of Cagayan De Oro Tender

Others
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Installation Of Closed Circuit Television With Pedestal, Barangay 18; Sn 349a - 2024 1. The City Government Of Cagayan De Oro, Through Current Appropriation, Annual Budget Cy 2024 Of Non-office: Economic Services Sector - Infrastructure Projects And Program - Other Development Programs & Projects - Barangay Empowerment Program & Projects, Intends To Apply The Sum Of Nine Million One Hundred Thirty Thousand Nine Hundred Sixty Six And 87/100 (php9,130,966.87) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Closed Circuit Television With Pedestal, Barangay 18; Sn 349a - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: A) Removal Of Existing Concrete Pavement B) Footing Excavation C) Construction Of Pedestal; Including But Not Limited To Footing & Column D) Installation Of Steel Works: Brackets, Pipes, Steel Plates & Rectangular Tubing E) Installation Of Electrical Works: Pipe, Connector. Coupling, Condulet Body, Service Entrance Cap, Wires, Breaker, Clamp & Grounding Rod F) Installation Of Cctv System: Nvr, Monitor, Hdd, Cameras (bullet & Ptz), Fiber Optic, Twisted Pair, Power Wire, Switches & Utilities. Completion Of The Works Is Required Fifty Two (52) Calendar Days From The Effectivity Date Stipulated In The Notice To Proceed. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below From Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 23 January 2025; 2:00 P.m At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 06 February 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 06 February 2025; 2:00 P.m At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd)atty. Joeffrey D. Namalata Bac Chairperson
Closing Date6 Feb 2025
Tender AmountPHP 9.1 Million (USD 156.1 K)

Land Bank Of The Philippines Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Project/services Requirement: With At Least Five (5) Years Minimum Experience As A General Contractor Related To Construction/renovation Of Commercial Buildings, Hospitals, Multi-storey School Buildings, Bpo’s And Banks With At Least Two (2) Fit-out Projects. Fit-out Projects Shall Refer To Projects Which Include The Electrical, Data And Communications, Mechanical, Water And Sanitary Systems With Inferior Finishes, Fixtures, Office Furnishings And Equipment- I.e Workstations, Air-conditioning Units And Generator Sets. Major Scope Of Works Includes The Following: Site Works; Concrete Works Including Rebarworks & Formworks; Masonry Works; Carpentry Works; Finishing Works; Metal/steel Works; Glass & Aluminum Works; Doors & Door Jambs; Painting Works; Plumbing Works; And Electrical Works. Likewise, Dismantling, Re-orientation/relocating/hauling And Reinstallation Of Existing (i) Cash Vault System; And (ii) Steel Cabinets; And Supply, Delivery, Installation, Testing And Commissioning Of The Following Office Furnishing And Equipment (ofe): (i) Various Chairs; (ii) Steel Cabinets; (iii) Roller Blinds; (iv) Office Furniture; (v) Systems Furniture; (vi) Various Signages And Branch Merchandising; (vii) Air-conditioning Units (acus);and (viii) Closed Circuit Television (cctv) 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operations Budget Intends To Apply The Sum Of Thirteen Million Nine Hundred Two Thousand Seven Hundred Sixty-six Pesos Only (₱13,902,766.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of A General Contractor For The Landbank Masbate Branch Relocation/ Fit-out Located At Osmeña St., Corner Quezon St. Brgy. Bagumbayan, Masbate City With Project Identification No. Itb-lbp-rbacv-0125-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Land Bank Of The Philippines Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 165 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 Land Bank Of The Philippines- Regional Bids And Awards Committee V (rbac V) And Inspect The Bidding Documents At The Address Given Below During Banking Hours 8:30 A.m. To 3:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (p 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipt Issued By The Landbank Branch From Where The Bidding Documents Were Purchased Upon The Submission Of The Bidding Documents On The Day Of The Scheduled Opening Of Bids. 6. The Land Bank Of The Philippines Will Hold A Pre-bid Conference On January 31, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City Through Face-to-face Meeting And Videoconferencing Using Microsoft (ms) Teams Application, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Send A Request Email To Lbprbacv@yahoo.com For The Meeting Link. 7. Bids Must Be Duly Received By The Rbac V Secretariat Through Manual Submission At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City On February 12, 2025 Not Later Than 12:00 P.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 12, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Land Bank Of The Philippines Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date30 Jan 2025
Tender AmountPHP 13.9 Million (USD 237 K)

Department Of Agriculture Tender

Others
Philippines
Details: Description Request For Quotation For The Procurement Of Food, Venue And Accommodation For The Conduct Of Agribusiness Investment Promotions And Business Development Services Within Mandaue City/cebu City Uptown Area 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of ₱ 330,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Food, Venue And Accommodation… 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Procurement Of Food, Venue And Accommodation…with The Following Details: Activity No. 1 1.) Coordination And Consultation Meeting For The Young Farmers Challenge Program On March 26, 2025 Food And Venue For 1 Day 50 Pax Live Out Pax- Lunch & Am Snacks @ 1,000.00/pax Activity No. 2 2.) Financial Management Training For Micro & Small Enterprises On June 10-11, 2025 Food, Venue And Accommodations For 2 Days 30 Pax 1st Day : Live-in Pax - Breakfast, Lunch ,dinner, Am & Pm Snacks @ 2,200.00/pax 10 Pax Live -out Pax - Breakfast, Lunch , Dinner, Am & Pm Snacks @ 1,800.00/pax 40 Pax 2nd Day :live Out Pax -breakfast , Lunch , Am & Pm Snacks @ 1400.00/pax Activity No. 3 3.) Business Registration/ Certification Orientation Seminar On Fda-lto/cpr On August 7-8, 2025 Food, Venue And Accommodations For 2 Days 30 Pax 1st Day : Live-in Pax - Breakfast, Lunch ,dinner, Am & Pm Snacks @ 2,200.00/pax 10 Pax Live -out Pax - Breakfast, Lunch , Dinner, Am & Pm Snacks @ 1,800.00/pax 40 Pax 2nd Day :live Out Pax -breakfast , Lunch , Am & Pm Snacks @ 1,400.00/pax Amenities * Free Flowing Coffee * With Standby Generator * W/24 Hours Cctv Cameras * With Standby Hot And Cold Water Dispenser * Air-conditioned Room Accommodation W/own Bath And Cr * Air-conditioned Functions Room * Free Use Of Lcd Projector And Screen *free Welcome Tarpaulin *24 Hrs Security Guard * With High Speed Wifi 3. The Bidder Must Submit Legal Documents Such As Mayor’s Permit, Philgeps Certificate And/or Registration Number. The Office Will Require The Winning Bidder To Submit Income/ Business Tax Return (for Abc ₱ Above 500,000.00) And Omnibus Statement Prior Recommendation Of Award (bac Resolution). 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 The Bac Chairperson Office / Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. Failure To Submit The Said Legal Documents Will Disqualify The Bidder. 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 Address And Contact Numbers Indicated Below. Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 Telefax No. 032-268-2698 Darfu7@ymail.com / Da7ps@yahoo.com / Da7gs@yahoo.com 7. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 8. 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. 9. For Further Information And Required Documents To Be Submitted , Please Contact : Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date14 Feb 2025
Tender AmountPHP 330 K (USD 5.6 K)
3341-3350 of 3429 archived Tenders