Chair Tenders
Chair Tenders
City Of Kenner, LA Tender
United States
Description: Sealed Bid 25-6874 Contract To Supply Mesh, Roll Wire, Rebar, Metal Keyway And Chairs As Needed
Closing Date12 Mar 2025
Tender AmountRefer Documents
180440019139 State institution Department of State Assets and Procurement of Karkaraly District Tender
180440019139 State institution Department of State Assets and Procurement of Karkaraly District Tender
Kazakhstan
Description: Office Chair For Staff
Closing Soon11 Feb 2025
Tender AmountKZT 50.8 K (USD 98)
Municipality Of Tabogon, Cebu Tender
Philippines
Details: Description 1 Vial Equine Rabies Immune Globulin (erig) 200 2 Amp Human Rabies Immune Globulin (hrig) 50 3 Vial Purified Chick Embryo Cell Vaccine (pcecv) 100 4 Vial Purified Verocell Rabies Vaccine (pvrv) 200 5 Amp Tetanus Toxoid 200 6 Vial Human Tetanus Immunoglobulin 100 7 Box Insulin Syringe 10 8 Unit Sterilizer For Instruments 1 9 Box 3cc Syringe 40 10 Box 5cc Syringe 40 11 Box Needle For Injection Gauge #26 40 12 Box Needle For Injection Gauge #23 40 13 Unit Refrigerator 1 14 Pc External Temperature 2 15 Pc Garbage Bins 4 16 Pc Tables 4 17 Pc Chairs 24 18 Gal Alcohol 70% 5 19 Roll Cotton 10 20 Unit 1.5 Hp Aircon 2
Closing Date6 Mar 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Municipality Of Bagumbayan, Sultan Kudarat Tender
Philippines
Description: Procurement Of 400 Pcs Monobloc Chairs For Brgy. Titulok And Brgy. Chua For Livelihood Assistance , General Merchandise ,municipality Of Bagumbayan, Sultan Kudarat
Closing Soon10 Feb 2025
Tender AmountPHP 199.9 K (USD 3.4 K)
BARANGAY LINGLINGAY Tender
Philippines
Description: Purchase Of Fabricated Tables And Chairs (curva) , General Merchandise ,barangay Linglingay
Closing Soon14 Feb 2025
Tender AmountPHP 105 K (USD 1.7 K)
Municipality Of San Vicente, Palawan Tender
Philippines
Details: Description 202 Pax Snacks For Vip 202 Pax Meals For Vip 2 Day Venue (with Tables, Chairs, Extension Wires, Wifi, Electric Fans, Speaker And Microphones) 9 Room Room Accomodation (air-conditioned)(inclusion With Breakfast And Dinner), 4 Pax Per Room X 1night 8 Room Room Accomodation (air-conditioned) (inclusion With Breakfast And Dinner), 2 Pax Per Room X 1 Night Inclusions: With Free Coffee, Creamer, Sugar, Hot Water And Wifi
Closing Soon10 Feb 2025
Tender AmountPHP 124.2 K (USD 2.1 K)
Bureau Of Fire Protection - BFP Tender
Philippines
Details: Description Project Reference Number : Rfq Number: 017-02-2025 Location Of The Project : Bureau Of Fire Protection - Mimaropa Region : District 1a, Brgy. Sta Rita, Pinamalayan, Oriental Mindoro Standard Form Number : Sf-good-60 Revised On : 24-may-18 Request For Quotation Supply And Delivery Of Office Supplies For Cy 2025 Operational Requirement Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below And Submit The Rfq In A Sealed Envelope Duly Signed By You Or Your Authorized Representative With Labels Addressed To Rbac Mimaropa, The Company Name And The Name Of The Project At The Bfp Mimaropa Regional Office, District 1a, Brgy. Sta. Rita, Pinamalayan, Oriental Mindoro Or Via Email Containing Only One (1) Pdf File Encrypted With Password Thru Bacbfpmimaropa@gmail.com. Notes For Online Submission: A. The Subject Must Be The Title Of The Procurement Project; B. There Should Be A Message Containing The Company/business Name, Name And An Active Contact Number Of The Bidder Or Its Authorized Representative To Be Contacted During The Bid Opening To Give The Password Of The Encrypted Pdf File; C. There Should Be Only 1 Pdf File Attached Containing This Form And Other Documentary Requirements Needed For The Project; And D. Unavailability Of The Contact Person During The Opening Of Bids Will Nullify And Disqualify Your Submitted Quotations. General Conditions: 1. Deadline Of Submission: Not Later Than 10 1300h February 2025 2. Instructions: Physical And Online Submision Of Rfq Are Accepted. Late Submission Is Not Allowed. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Expendable Supplies, Or A Minimum Of One (1) Year For Non-expendable Supplies From Date Of Final Acceptance By The Procuring Entity; 4. Price Validity Shall Be For A Period Of One Hundred Twenty (120) Calendar Days; And 5. The Following Documents Shall Be Attached To The Duly Accomplished Quotation Form, To Wit: Eligibility Requirements A. Mayor's/business Permit B. Philgeps Registration Number C. Omnibus Sworn Statement D. Bir Registration Item No. Description Qty Abc Unit Price Abc Total Price Unit Price Total Price Supply And Delivery Of Office Supplies For Cy 2025 Operational Requirement Sign Pen, Extra Fine Tip, Black 12 Piece 50.40 604.80 Battery, Dry Cell, Size Aa 16 Pack 89.60 1,433.60 Battery, Dry Cell, Size Aaa 8 Pack 106.40 851.20 Broom (walis Tambo) 8 Piece 162.40 1,299.20 Broom (walis Ting-ting) 4 Piece 44.80 179.20 Cleaner, Toilet Bowl And Urinal 36 Bottle 224.00 8,064.00 Detergent Powder, All Purpose 12 Pouch 168.00 2,016.00 Disinfectant Spray 18 Can 369.60 6,652.80 Hand Soap, Liquid, 500ml 40 Bottle 313.60 12,544.00 Rags 2 Kilo 168.00 336.00 Monobloc Chair, Beige 40 Piece 728.00 29,120.00 External Hard Drive 1t 2 Unit 4,480.00 8,960.00 Led Light Bulb, 10watts 28 Piece 201.60 5,644.80 Glue, All Purpose 8 Bottle 201.60 1,612.80 Tape, Electrical, 16m 4 Roll 61.60 246.40 Tape, Packaging, 48mmx100m 8 Roll 72.80 582.40 Ruler, Plastic, 450mm 4 Piece 50.40 201.60 Data File Box, 15in X 9.5 In X 4.5 In 40 Piece 392.00 15,680.00 Fastener, 4.5in, 50pcs 12 Box 84.00 1,008.00 Folder, Pressboard, Blue, 100pcs 8 Box 2,800.00 22,400.00 Marker, Permanent, Black 16 Piece 72.80 1,164.80 Marker, Permanent, Red 8 Piece 72.80 582.40 Marker, Whiteboard, Black 12 Piece 72.80 873.60 Marker, Whiteboard, Red 12 Piece 72.80 873.60 Stamp Pad, Felt 4 Piece 95.20 380.80 Stapler, Standard Type 8 Piece 728.00 5,824.00 Notepad, Stick-on, 76mm X 100mm 28 Pad 84.00 2,352.00 Paper, A4, 80gsm 4 Ream 263.20 1,052.80 Tissue, Interfolded Paper Towel 48 Pack 72.80 3,494.40 Insecticide, 600ml 16 Can 560.00 8,960.00 Flourescent Lamp, 14watts 16 Piece 336.00 5,376.00 Data Folder, Made Of Chipboard, Taglia Lock 32 Piece 117.60 3,763.20 Ballpen, Fine Tip, Black 2 Box 460.32 920.64 Double-sided Tape, 18mm X 10 Yrd 8 Roll 44.80 358.40 Bleaching Solution, Original Bleach Liquid, 4l 12 Bottle 336.00 4,032.00 Dishwashing Liquid, 475ml 80 Bottle 336.00 26,880.00 Plastic Fastener, 7cm, 50pcs 8 Box 75.20 601.60 Extension Cord, 50m, Heavy Duty, Cable Reel Extension Wire 2 Piece 6,159.00 12,318.00 Bond Paper, Legal, 80gsm 88 Ream 285.60 25,132.80 Door Mat 48 Piece 224.00 10,752.00 Deodorant Cake, 50g 40 Piece 72.80 2,912.00 Steel Rack, 5-layer Open-type Steel Rack- Adjustable Shelf Height, Powdercoated Finish, Heavy-duty-commercial Grade 4 Set 9,520.00 38,080.00 Epson Ink, 003, Black 20 Bottle 336.00 6,720.00 Epson Ink, 003, Cyan 20 Bottle 336.00 6,720.00 Epson Ink, 003, Magenta 20 Bottle 336.00 6,720.00 Epson Ink, 003, Yellow 20 Bottle 336.00 6,720.00 Brother Ink, Btd60, Black 12 Bottle 436.80 5,241.60 Brother Ink, Bt5000, Magenta 12 Bottle 436.80 5,241.60 Brother Ink, Bt5000, Yellow 12 Bottle 436.80 5,241.60 Brother Ink, Bt5000, Cyan 12 Bottle 436.80 5,241.60 Epson Ink, Gt53, Black 12 Bottle 336.00 4,032.00 Inclusive Of Semestral Delivery To Bfp Mimaropa Regional Office, District 1a Brgy Sta Rita Pinamalayan Oriental Mindoro (see Attached Distribution) Mode Of Procurement: Small Value Procurement Date Of Delivery/completion: Within 20 Days Upon Receipt Of Ntp (1st Semester Delivery: March/ 2nd Semester Delivery: July) Grand Total 328,000.24 (total Amount In Words) The Above Quoted Prices Are Inclusive Of All Cost And Applicable Taxes. Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Signature Full Name Of Authorized Representative Company Name/business Name Tel. No. / Cellphone No./ Email Address Date
Closing Soon10 Feb 2025
Tender AmountPHP 328 K (USD 5.6 K)
BARANGAY PAYAGAN EAST, BALLESTEROS, CAGAYAN Tender
Philippines
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Ballesteros Barangay Payagan East Invitation To Bid For Procurement Of Various Materials For The Improvement/rehabilitation Of Cooperative Recirculating Dryer & Milling Shed 1. The Barangay Government Of Payagan East, Through The Municipal Government Of Ballesteros Approved By The Sanggunian Intends To Apply The Sum Of Eighty Six Thousand Six Hundred Ninety Six Pesos & Seventy Six Centavos (p 86,696.76) Being The Abc To Payments Under The Contract For Project Reference No. 04-2024 – Procurement Of Various Materials For The Improvement/rehabilitation Of Cooperative Recirculating Dryer & Milling Shed. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Payagan East Now Invites Bids For The Fabrication, Supply And Delivery Of The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Government Of Payagan East And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am To 5:00pm, Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7 – February 26, 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 Five Hundred Pesos (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 11:30am Of February 26, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 1:30pm Of February 26, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Government Of Payagan East Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Aileen Aleste Barangay Treasurer Payagan East, Ballesteros, Cagayan 09161280714 (sgd.) Kagawad Esmael Lizardo Bac Chair
Closing Soon14 Feb 2025
Tender AmountPHP 86.6 K (USD 1.4 K)
Bureau Of Customs Tender
Philippines
Details: Description Procurement Of Furniture And Fixture (early Procurement Activity) Proposal-007mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Furniture And Other Office Fixtures 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Two Hundred Nineteen Thousand Pesos (₱219,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Furniture And Fixture For Fy 2025 With Project Identification Number Proposal-007mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period March 1, 2025 To June 30, 2025. Bidders Should Have Completed, Within Two (2 Years) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 12, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 12, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Furniture And Fixture For Fy 2025 With Identification Number Proposal-007mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2025 In The Amount Of Two Hundred Nineteen Thousand Pesos (₱219,000.00). 2.2 The Source Of Funding Is Fy 2025 Semi Expendable Furniture And Fixture. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. 16.2 In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.3 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Furniture And Fixture For Fy 2025, With Abc Of ₱ 219,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. 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. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Furniture And Fixture Qty Item Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1 High-back Office Chair,pu Leather Upholstered Seat, Metal Based, Black 20 Office Visitor Chair, Pu Leather Upholstered, With Metal Arm, Black 40 Plastic Lowback Office Chair, Pu Leather, No Arm, Black *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. ___________________ Signature Over Printed Name ___________________ Position/designation ___________________ Office Telephone No. ___________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Furniture And Fixture Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Furniture And Fixture The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award ___________________ Signature Over Printed Name ___________________ Position/designation ___________________ Office Telephone No. ___________________ Email Address/es Section Vii Financial Offer Procurement Of Furniture And Fixture Qty Product Offered Quotation 1 High-back Office Chair, Pu Leather Upholstered Seat, Metal Based, Black 20 Office Visitor Chair, Pu Leather Upholstered, With Metal Arm, Black 40 Plastic Low-back Office Chair, Pu Leather, No Arm, Black __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And F) ☐ Original Duly Signed Omnibus Sworn Statement (oss) For Above ₱50000.00; And If Applicable/unless Needed, 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. Ii. Financial Component Envelope G) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And H) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) I) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. J) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Unless Otherwise Needed (format) Unless Otherwise Needed (format)
Closing Soon12 Feb 2025
Tender AmountPHP 219 K (USD 3.7 K)
91-100 of 2208 active Tenders