Cctv Tenders
Cctv Tenders
Department Of Agriculture Tender
Others
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 330 K (USD 5.6 K)
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
Department Of Agriculture Tender
Food Products
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 288 K (USD 4.9 K)
Details: Description Request For Quotation For The Provision Of Food And Venue For Municipal Corn Coordinators Quarterly Meeting And Corn Stakeholders Meeting For Cebu Province 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 ₱ 288,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision Of Food And Venue … 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Provision Of Food And Venue …with The Following Details: Municipal Corn Coordinators Quarterly Meeting For Cebu Province 1st Quarter 55 Pax Live-out (2 Meals & 2 Snacks) @ 1,800.00/pax Date: March 4, 2025 2nd Quarter 55 Pax Live-out (2 Meals & 2 Snacks) @ 1,800.00/pax Date: June 26, 2025 Corn Stakeholders Meeting For Cebu Province 50 Pax Live-out (2 Meals & 2 Snacks) @ 1,800.00/pax Date: April 25, 2025 Package Inclusions And Specifications: 1. Strategically Located And Preferably In The Uptown Or North Reclamation Area Of Cebu City; 2. High Ceiling, Spacious And Comfortable Function Room; 3. Duration Of The Activity Is 8:00 Am To 6:00 Pm And Can Be Extended Upon Request (free Of Charge); 4. No Extra Charges For Laptops, Portable Printers, Projectors, Lcd Screen And Other Portable Electronic Equipment/devices, Free Use Of White Board With Marker, Microphones, And Extension Cords/wires; 5. Audible And Operational Sound System With At Least Four (4) Microphones (preferably Wireless); 6. Free And Strong/steady Wifi/internet Connection In The Activity Venue (minimum Of 100mbps); 7. With Backup Generator; 8. With Functional Elevators (at Least 2 Elevators) For Accessibility For Pwd And Senior Citizens; 9. With Ample (at Least 30 Vehicles Within The Hotel Premises And At Least 10 Vehicles Within The Open Ground Of The Hotel) Free Parking Space Reserved And With Cctv; 10. Standby Waiter During The Entire Session; 11. Catering/food (buffet): The Location Should Be Inside The Main Function Room, With Free-flowing Coffee/tea, And Fruits In Season Served Every Mealtime; 12. Can Serve Foods/drinks For Vegetarians, Pescetarians, Or Non-pork-eating Participants (upon Request); 13. Registration Set-up At The Function Hall Lobby; 14. Secretariat And Vip Speakers Set Up; 15. Backdrop And Welcome Tarpaulin; And 16. Free Use Of Hotel Amenities And Facilities. 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
Department Of Agriculture Tender
Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 223.6 K (USD 3.8 K)
Details: Description Request For Quotation For The Provision Of Food, Venue, And Accommodation For The Conduct Of Young Farmers Challenge Awarding Ceremony And Business Networking On April 10-11, 2025 In Cebu City 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 ₱ 223,600.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision 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 Provision Of Food, Venue And Accommodation….with The Following Details: 52 Pax 1st Day : Live-in Pax - Breakfast, Lunch, Dinner, Am & Pm Snacks @ 2,200.00/pax 26 Pax Live-out Pax - Breakfast, Lunch, Am & Pm Snacks @ 1,400.00/pax 52 Pax 2nd Day : Live-out Pax - Breakfast, Lunch, Am & Pm Snacks @ 1,400.00/pax Package Inclusions And Specifications: 1. Strategically Located Within Uptown Or Reclamation Area In Cebu City 2. All Participants Should Be Accommodated In One Hotel Venue (accommodation Of Live-in Participants Outside Or Other Than The Hotel Venue Is Strictly Not Allowed) 3. For Room Accommodation, Room Sharing Is Preferred. If Twin Sharing, The Bed Should Big Enough To Accommodate 3-4 Persons. Double Decker Bed Is Not Allowed. Room Must Have An Own Cr. 4. High Ceiling, Spacious And Well-lighted Function Room Conducive Enough To Accommodate 80-100 Participants; 5. Audible And Operational Sound System With At Least Four (4) Microphones (wireless Microphones Is Preferred) 6. Free Use Of Led Wall 7. Free Access To Strong And Steady Internet Connection Of 100 Mbps Capable For Live Streaming 8. With Two (2) Functional Elevators For Accessbility To Pwds And Senior Citizens 9. With Wide And Well-lighted Parking Space (15 Vehicles Or More) Integrated Within The Hotel Premises And With Cctv; 10. Standby Waiter And Audio Technician During The Entire Session; 11. Catering / Food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee / Tea, And Fruits In Season Be Served Every Mealtime; 12. Can Serve Foods / Drinks For Vegetarians Or Non Pork-eating Participants (upon Request); 13. Backdrop And Welcome Tarpaulin 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
City Of Winnipeg Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Canada
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: D4. Scope Of Services D4.1 The Services Required Under This Contract Shall Consist Of Professional Consulting Services In Accordance With The Following Phases Of Work: (a) Preliminary Design Services As Outlined In D5 (b) Detailed Design Services As Outlined In D5.6(a) (i) Design And Specification Development; (ii) Drawing Preparation; (iii) Procurement Process (c) Contract Administration Services As Outlined In D7; (d) Post-construction Services As Outline In D8. D4.1.1 The Services Shall Be In Accordance With The City’s Project Management Manual Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2 And Templates Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#4 . Notwithstanding The Foregoing, The Consultant Is Being Engaged By The City For Their Professional Expertise; The Consultant Shall Bring To The Consulting Contract Administrator’s Attention Any Aspect Of The City’s Project Management Manual Or Templates Which The Consultant Is Of The Opinion Is Not Consistent With Good Industry Practice. D4.2 The Following Shall Apply To The Services: (a) Universal Design Policy Http://clkapps.winnipeg.ca/dmis/docext/viewdoc.asp?documenttypeid=2&docid=3604 (b) Should This Project Include A Public Engagement Aspect, It Will Be Required To Meet: Public Engagement Guidelines Https://winnipeg.ca/publicengagement/pdfs/publicengagementrequirements.pdf D4.3 Within The Project Phases In D4, The Consultant May Be Required – Depending Upon Location And Technical Scope Of Services – To Conduct Site Investigation Services, Materials Testing Services, Geotechnical Services, Underground Structures Acquisitions, Pipeline Loading Assessments, Ground-penetrating Radar Inspections, And/or Closed-circuit Television (cctv) Sewer Inspection And Sewer Assessment. D4.3.1 Notwithstanding C11, Fees For Subconsultants Engaged To Perform Services In D4.3 Shall Be Payable As Invoiced By The Subconsultant, Plus An Allowed Handling Fee Of 5%. D4.3.2 Consultant Fees For Supervision Of Subconsultants Required To Perform Any Services In D4.3 Shall Be Included In The Consultant’s Fees. D4.4 The Consultant Will Coordinate Their Activities With (including But Not Limited To): (a) City Of Winnipeg (various Departments And Branches), Including But Not Limited To Public Works Engineering, Parks And Open Spaces, Traffic Signals, Traffic Services, Traffic Management, Street Lighting, Underground Structures, Streets Maintenance, Transportation Planning Division, Transit Department, Planning Property & Development Department, Real Estate, Urban Design, Insurance, Legal Services, And Purchasing; (b) The Water And Waste Department And/or Their Representative(s), For The Renewal Or Abandonment Of The Water Mains, For The Televising And Renewal Or Abandonment Of The Sewer Mains, Water And Sewer Repairs, And New Infrastructure ; (c) Public Information Preparation/coordination During Construction; (d) Identify And Coordinate As Applicable With Development Projects, Events, Festivals; (e) Coordinating With Individual Fronting Businesses And Residences, In Advance Of And During Construction; (f) Coordinate Access With Schools And Daycares Within The Project Limits, Construction Should Occur While School Is Not In Session; (g) The Winnipeg Parking Authority; (h) Winnipeg Transit Regarding The Impact Of The Project On Their Operations And Bus Stops; (i) Any And All Utilities Or Agencies Having Infrastructure In The Project Area, Or That May Be Impacted By The Project; And, (j) City Of Winnipeg Forestry Branch And The Consultant Contract Administrator For Review Of Tree Protection, Removals And Plantings For All Locations. D4.5 The Project Locations/limits And Technical Scope Is Subject To Final Approval Of The Consultant Contract Administrator. D4.5.1 Substitutions And/or Deletions May Occur Within The Consulting Assignment And May Result In An Adjustment In Fees As Per B8. Work Already Completed For Work Identified In The Consulting Assignment Prior To The Notification Of Adjustment In The Consulting Assignment Will Be Paid At Hourly Rates Identified In The Proposal For The Actual Time Completed Prior To Notification. There Will Be No Financial Compensation If There Is A Reduction In The Consulting Assignment. D4.6 Where Applicable, The Following Shall Apply To The Services: (a) City Of Winnipeg’s Accessibility Design Standards (2015) And Universal Design Policy At: Www.winnipeg.ca/ppd/universal_design.stm; (b) The Most Current Edition Of The City Of Winnipeg Standard Construction Specifications City Of Winnipeg Standard Construction Specifications; (c) City Of Winnipeg’s Project Management Manual, Also At Link; (d) Manual For The Production Of Construction Drawings – City Of Winnipeg (november 1984); D4.7 The Consultant Will Be Responsible For Project Reporting And Support To The Consultant Contract Administrator For Project Reporting In Accordance With The City Of Winnipeg’s Project Management Manual And Templates At Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2
City Of Cagayan De Oro Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 10 Million (USD 171 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For 2 Storey Multipurpose Building At Puerto, Barangay Puerto; Sn 327a - 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 Ten Million And 0/100 (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2 Storey Multipurpose Building At Puerto, Barangay Puerto; Sn 327a - 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 (daycare Center, 2 Solid Waste Building And Part Of Cap’t Office) B) Construction Of Structural Supports: 1. Footing, Column And Beam 2. Wall Footing, Slab And Tie Beams 3. Stairs C) Installation Of Pre-painted Metal Sheets D) Masonry Works (for Ground Flr. And Firewall Only) E) Fabrication And Installation Of Structural Steel (truss) F) Electrical Works (rough Ins) G) Plumbing Works (rough-ins) H) Fdas And Cctv (rough-ins H) Airconditioning (rough-ins) I) Construction Of Septic Tank J) Installation Of Reflective Insulation. Completion Of The Works Is Required Two Hundred Forty Three (243) 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
City Of Alaminos Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 58.7 K (USD 1 K)
Details: Description Date: February 10,2025 Project Reference No: 25-02-0370 Quotation No. _________ Name Of Project: Procurement Of Meals And Snacks To Be Served During The Event Of The Voice Of Pangasinan Season 3, Alaminos City Location Of The Project: Alaminos City, Pangasinan Request For Quotation Dear Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions At The Dorsal Of This Rfq, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 17,2025 At The Bids And Awards Committee Secretariat, 2nd Floor,bac Office, Alaminos City, Pangasinan. Open Quotations May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Rowena F. Ruiz Bac Chairperson Special Instructions - (please Read Carefully) Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within 10 Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By Procuring Entity 4. Price Validity Shall Be For A Period Of 30 Calendar Days 5. Bidders Must Have Logged-in At Philgeps. (proof Of Log-in Must Be Attached) 6. Phil-geps Registration Number ______________________ 7. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 8. Approved Budget For Contract (abc) Php 59,706.00 Item No. Unit Item & Description Qty Unit Price Total Amount Sabangan E.s. Unit Smart Tv 43" 1.00 - Description/ Features: - - 43 Inch 1080p Full Hd Display | Ultra-slim Design - Screen Mirroring For Android And Ios Devices - Built-in Extra Loud Speakers - - Ports: Hdmi X3 | Usb X2 | Coax X 1 | Rf X 1 | Earphone X 1 | Av X 1 | Rj45 (lan) X 1 - - Aspect Ratio: 16:9 | Power Input: Ac 100v-240v | Wattage: 55w | Refresh Rate: 50-60hz | Processor/os/storage/memory: 4core/android 11 /8gb/1gb - - Usb Supported Formats: [video] Avi | Mp4 | Mpeg | Ts | Quicktime [audio] Mp3 | Wav | Mka | Ogg | Ape [image] Jpeg | Png | Gif | Bmp - - Alaminos City National High School Grade 12 - Unit Smart Tv 32" 1.00 - Description/ Features: - - Fullhd Screen Resolution - - Smart Energy Saving - - Hdmi - - Ultra Slim Design - - Usb - - Av Input - - Audio Output - - Alaminos City National High School Grade 9 - Unit Smart Tv 32" 1.00 - Description/ Features: - - Fullhd Screen Resolution - - Smart Energy Saving - - Hdmi - - Ultra Slim Design - - Usb - - Av Input - - Audio Output - - Alaminos Central School - Unit Digital Video Recorder 1.00 - Specifications: - - " H.265+/h.265 Dual-stream Video Compression " - - " Supports Hdcvi/ahd/tvi/cvbs/ip Video Inputs " - - 4 Channels 1080p Analog Input - - Support 1080n/720p Recording - - Supports Full-channel Ai-coding - - " Max 5 Channels Ip Camera Inputs, Each Channel Up To 2mp " - - " Up To 4 Channels Video Stream ( Analog Channel ) Smd Plus " - - Supports 1 Sata Hdd, Up To 6 Tb - Unit Cctv Camera 4.00 - Specifications: - - 2mp Full-color Hdcvi Bullet Camera - - " 24/7 Color Imaging, Max. 30 Fps@1080p " - - 20 M Illumination Distance - - Super Adapt, 130 Db True Wdr, 3d Nr - - 3.6 Mm Fixed Lens (2.8 Mm Optional) - - Cvi/cvbs/ahd/tvi Switchable - - Ip67, Dc 12 V - Unit 1 Tb Hard Drive Storage 1.00 Pc Bnc Connector 8.00 Pc Dc Plug Male Connector 4.00 Pc Junction Box Small 4.00 Pc Junction Box Big 1.00 Total: - Brand And Model : Delivery Period : Warranty : After Having Carefully Read And Accepted Your General Conditions, I/we Qoute You On The Item At Prices Noted Above. Quoted By: Printed Name/signature Tel. No. / Cellphone No. E-mail Address Date
Department Of Agriculture Tender
Food Products
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 204.7 K (USD 3.5 K)
Details: Description Request For Quotation For The Procurement Of Food And Venue For Various Activities Under Agribusiness Investment Promotions And Business Development Services In Dumaguete City, Negros Oriental 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 ₱ 204,700.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Food And Venue … 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 And Venue …with The Following Details: A. Food And Venue For 1 Day 1.) Promotion Of Agribusiness Opportunities: Usapang Agribiz On April 3, 2025 54 Pax Live-out Pax - Lunch, Am & Pm Snacks @ 1,100.00/pax B. Food, Venue And Accomodation For 2 Days 2.) Training On Product Development And Packaging On May 14-15, 2025 30 Pax 1st Day : Live-in Pax - Breakfast, Lunch ,dinner & 1 Snack @ 2,100.00/pax 13 Pax Live -out Pax - Breakfast, Lunch , Dinner & 1 Snack @ 1,700.00 /pax 43 Pax 2nd Day :live Out Pax -breakfast , Lunch , Am & Pm Snacks @ 1,400.00/pax Package Inclusions And Specifications: 1. Strategically Located Within Dumaguete City, Negros Oriental 2. All Participants Should Be Accommodated In One Hotel Venue (accommodation Of Live-in Participants Outside Or Other Than The Hotel Venue Is Strictly Not Allowed) 3. For Room Accommodation, Room Sharing Is Preferred. If Twin Sharing, The Bed Should Big Enough To Accommodate 3-4 Persons. Double Decker Bed Is Not Allowed. Room Must Have An Own Cr. 4. Audible And Operational Sound System With At Least Four (4) Microphones (wireless Microphones Is Preferred) 5. Free Access To Strong And Steady Internet Connection Capable For Live Streaming 6. With Parking Space Of Least (10 Vehicles Capacity) Within The Hotel Premises And Cctv; 7. Standby Waiter And Audio Technician During The Entire Session; 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; 9. Can Serve Foods / Drinks For Vegetarians Or Non Pork-eating Participants (uponrequest); 10. Backdrop And Welcome Tarpaulin 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
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 24.8 Million (USD 428.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00150 : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱24,875,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00150: Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital Contract Id No. : 24b00150 Location : Kasibu, Nueva Vizcaya Brief Project Description : Construction Of Kasibu Municipal Hospital With Power House: Structural Works (excavation, Embankment, Grave Fill, Steel Works(trusses Of Hospital Building), Structural Concrete And Reinforcing Steel Bar, Soil Poisoning, Plumbing Works (installation Of Sewer Line Works, Waterline Works), Finishing Works (masonry, Plastering, Painting Works Of Steel, Metal Deck Installation, Installation Of Door Jambs, Installation Of Roofing Sheets At Hospital Building With Reflective Insulation, Cement Floor Finishes At Power House), Electrical Works (installation Of Conduits, Boxes And Fittings With Wires And Wiring Devices, Panel Boards With Main And Branches Breakers, Installation Of Lighting Fixtures (powerhouse Only), Electronics Works(installation Of Conduits(rough-ins) Of Network Cabling, Cctv, Public Address System) And Mechanical Works(conduits Of Airconditioning System, Automatic Fire Sprinkler System Pipings With Fittings Only, Fire Alarm System Conduits And Wire Without Fixtures) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization • Geotechnical Investigation (soil) Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Cold Water Lines • Frames • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Cement (floor,broom, Plaster) Finish • Non -slip Finish • Painting Works, (steel) • Metal Deck Panel • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Louver Block • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses, Purlins) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv • Public Address System Mechanical Works • Automatic Fire Sprinkler System • Fire Alarm System Approved Budget For The Contract (abc) : ₱24,875,000.00 Contract Duration : 150 Calendar Days Inclusive Of 10 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, From The Address Given 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 (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025
Department Of Agriculture Tender
Food Products
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 216 K (USD 3.7 K)
Details: Description Request For Quotation For The Procurement Of Food, Venue And Accommodation For The Conduct Of Assessment Of Kadiwa Financial Grant Beneficiaries-post Project Implementation Assessment On March 4-6, 2025 At Uptown Cebu City… 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 ₱ 216,000.00 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: Day 1: March 4, 2025 40 Pax Hotel Live-in: 2 Meals ( Lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 1,900.00/pax 5 Pax Hotel Live-out: 2 Meals ( Lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 1,000.00/pax Day 2: March 5, 2025 40 Pax Hotel Live-in: 3 Meals ( Breakfast, Lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 2,200.00/pax 5 Pax Hotel Live-out: 3 Meals ( Breakfast ,lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 1,300.00/pax Day 3: March 6, 2025 45 Pax Hotel Live-out: 2 Meals ( Breakfast, Lunch ) & 2 Snacks (a.m, P.m) @ 900.00 /pax Package Inclusions And Specifications: 1. Strategically Located Within Uptown, Cebu City 2. All Participants Should Be Accommodated In One Hotel Venue (accommodation Of Live-in Participants Outside Or Other Than The Hotel Venue Is Strictly Not Allowed) 3. For Room Accommodation, Room Sharing Is Preferred. If Twin Sharing, The Bed Should Big Enough To Accommodate 3-4 Persons. Double Decker Bed Is Not Allowed. Room Must Have An Own Cr. 4. Spacious And Well-lighted Function Room Conducive Enough To Accommodate 80-100 Participants; 5. Audible And Operational Sound System With At Least Two To Three (2-3) Microphones (wireless Microphones Is Preferred) 6. Free Access To Strong And Steady Internet Connection Capable For Live Streaming 7. With Functional Elevators For Accessbility To Pwds And Senior Citizens 8. With Wide And Well-lighted Parking Space (10 Vehicles Or More) Integrated Within The Hotel Premises And With Cctv; 9. Standby Waiter And Audio Technician During The Entire Session; 10. Catering / Food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee / Tea, And Fruits In Season Be Served Every Mealtime; 11. Can Serve Foods / Drinks For Vegetarians Or Non Pork-eating Participants (upon Request); 12. Backdrop And Welcome Tarpaulin 13.with Complementary Room For Secretariate 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
City Of Ozamis, Misamis Occidental Tender
Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 29.9 Million (USD 518.6 K)
Details: Description Sf-good-05 Invitation To Bid The Local Government Of Ozamiz City, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project/description & Location: Traffic System, Network And Systems Integration (phase Ii) (equipments, Engineering And Installation Works) 7 Pcs Traffic Controller With Video Interface Board And Adaptive Vehicular Countdown Timer 47 Pcs 300mm Traffic Signal Heads 6 Pcs 300mm Traffic Signal Heads W/ Arrow 8 Pcs Pedestrian Signal Head 8 Pcs Pedestrian Push Button 42 Pcs 4m Pole 32 Pcs Flasher 300mm Solar 16 Pcs Signage 12 Pcs Cantilever Pole W/ 5m Arm 53 Pcs Back Plate 350 Meters Flexible Cable 2300 Meters Signal Cables 1 Lot As Built Drawing / Documentation 1 Lot Engineering Design 8 Units Ups (input Voltage/frequency: Single Phase 115- 300vac/40hz -60hz Output Voltage/frequency: 220vac±2%/50hz (±0.2%) Maximum Output Power: 2kw Battery Specifications: 72v/38ah Working Method: Online Backup Time: 12 Hours (200w Load) Conversion Time: Mains To Bypass Mode ≤4ms, Mains To Battery Mode 0ms Power Failure/incoming Call Alarm Function: Optional Other Functions: Snmp Communication Function Working Environment Temperature -20 To 70 Degree Centigrade) (civil Works) 42 Pcs Pole Foundation (60cm X 60cm X 70cm W/ 45deg Sweep 3" Elbow) 12 Pcs Pole Foundation (100cm X 100cm X 200cm W/ 45deg Sweep Elbow) 38 Pcs Hand Hole (60cm X 60cm X 70cm) 7 Pcs Controller Foundation (65cm X 55cm X 70cm) 500 Linear Meter Trenches (30cm X 40cm X With 3" Upvc Pipe) 800 Linear Meter Under Carriage (supplier's Qualification) Supplier Must Have Completed At Least 1 Similar Project Within The Last 5 Years (similar Projects Includes Outdoor Traffic And Network Management System Or Outdoor Cctv With Command Center With Wired Fiber Optic And Wireless Network System; Supplier Must Have Inspected The Ozamiz Locations Where Traffic Controllers, Traffic Lights And Central Traffic Monitoring System Will Be Installed; Supplier Should Have Been Operating In The Philippines For At Least Ten (10) Years And Is Registered With Sec And/or Dti; Supplier Should Provide Manufacturer's Letter Of Support Stating That The Supplier Is Authorized To Bid And Sell The Items/products To Be Offered; Supplier Should Provide A Valid Ntc Vas Certificate; Supplier Should Provide Iso 9001:2015 Certification For The Last 2 Years; Supplier Should Have At Least One (1) Certified Traffic Engineer And Five (5) Certified Electronics And Network Engineers Who Will Oversee Implementation Of The Project; Supplier Should Provide On-site Basic Users Training For The End-user (operation And Troubleshooting). Approved Budget For The Contract (php) Grand Total 29,998,500.00 Contract Duration/delivery Period (maximum): 180 Cd Project Reference No.: G-hfo-001-25 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulation (irr). Issuance Of Bid Documents: January 30, 2025 To February 18, 2025 At 1:59 P.m. Pre-bid Conference: February 6, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Opening Of Bids:february 18, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: February 19, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: February 20, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Local Government Of Ozamiz Cashier. The Local Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/general Services Officer
3351-3360 of 3429 archived Tenders