Chair Tenders
Chair Tenders
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date1 Mar 2025
Tender AmountRefer Documents
Description: The 379th Efss Has A Requirement For A Auab Cc Theater Refresh. The Contractor Shall Provide All Supervision, Personnel, Labor, Tools, Materials, And Equipment For Installation/refresh Of Chairs, Flooring And Curtains Iaw The Statement Of Need At The Auab Cc Theater.
BARANGAY RIZAL IBABA, CALAUAG, QUEZON Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 110.9 K (USD 1.9 K)
Details: Description Construction Of Concrete/steel Perimeter Fence Including Plastering Construction Of Concrete Chair Installation Of Tiles On Newly Constructed Concrete Chair
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Details: Description Invitation To Bid For The Procurement Of 2 Units Hauling Vehicle Delivery Truck (dropside Cargo) Under Corn Program Fy 2024 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Five Million Pesos (ᵽ 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Hauling Vehicle Delivery Truck (dropside Cargo) Under Corn Program Fy 2024 With Project Identification No.: Itb-2025-01-145. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Hauling Vehicle Delivery Truck (dropside Cargo) A. Prime Mover Type: Diesel Engine Engine Displacement: 1400 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power-assisted Steering Transmission System: Constant Mesh-synchromesh (manual) No. Of Drive: Two Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Up To Six (6) Wheels Payload: 900 Kg, Minimum Gross Vehicle Weight: 16880 Kg, Maximum Front Cabin : Single Rear Body Type: Dropside Cargo D. Other Requirements / Inclusion 1. Fuel Tank Capacity: 100 Liters, Minimum 2. Output Power: 120 Ps, Minimum 3. Engine Torque: 300 N-m, Minimum 4. With Canopy And Two (2) Pieces Retractable Chair At Least 8-ft Long "5. Canopy Specifications: Made Of Metal Sheet At Least Gauge 18 (1.2mm) Thickness, Painted Finish (white) Dimensions: 8-ft Long X 1.5 Meters High X 2.1 Meters Wide, Minimum" 6. Rear Body / Container Dimension (lxwxh): 4900 (16 Ft) X 1524 (5 Ft) X 426 Mm (1.3 Ft), Minimum 7. Warranty: 3 Years Or 100,000 Km Whichever Comes First 8. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 9. Complete Set Of Tools As Per Manufacturer's Specifications, Tint, Seat Cover, Matting (cab), Air-conditioning System, With First Three Years Free Lto Registration, Tpl And Comprehensive Insurance, Freight And Da Logo And "for Official Use Only" 10. Radio And Speakers: Tuner Radio With Usb, 2 Speakers 12. Provision Of Vehicle Brochure And List Of Service Center In The Bidding Documents 13. With Certificate Of Conformity (coc) Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81 14. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 15. With 100% Available Stocks In The Warehouse Of The Bidder During Post-qualification Complete With Canopy And Retractable Chair. Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. 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) 9184. A. 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 Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid 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 Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 24, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 24, 2025 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva 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. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
DR ARCADIO SANTOS NATIONAL HIGH SCHOOL Tender
Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 205.5 K (USD 3.5 K)
Description: Fabrication/ Installation Of Whiteboard, Laboratory Tables & Chairs In Science Laboratory In 3rd Floor Of Building 5 , Construction Projects ,dr. Arcadio Santos National High School
Municipality Of San Isidro, Surigao Del Norte Tender
Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 243.3 K (USD 4.1 K)
Details: Description Republic Of The Philippines Province Of Surigao Del Norte Municipality Of San Isidro San Isidro, Surigao Del Norte Section I. Invitation To Bid (rebid) Procurement Of Goods For 1st Quarter Common Supplies For Offices 1. The Municipal Local Government Unit Of San Isidro, Through 2. The Municipal Bids And Awards Committee Now Invites Bids For The Procurement Of Goods For 1st Quarter Common Supplies, Source Of Fund From General Fund To Apply The Sum Of Two Hundred Forty Three Thousand Three Hundred Seventy One & 12/100 (php243,371.12) Being The Approved Budget For The Contract(abc) To Payments Under The Contract For The “procurement Of Goods For 1st Quarter Common Supplies”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. Prospective Bidders Should Have Experience In Undertaking Similar Projects Within Two (2) Years From The Deadline Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Municipal Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 9:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 4, 2025 To February 11, 2025 From The Address Below And Upon Payment Of A Non- Refundable Fee In The Amount Of Five Hundred Pesos (p500.00). 7. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:30 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 And Bid Security Declaration. 8. Bid Opening Shall Also Be Held On February 12, 2025 At 2:00 Pm At Conference Room, Municipal Hall, San Isidro, Surigao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Or Their Authorized Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipal Local Government Of San Isidro 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. For Further Information, Please Refer To: Lgu-bac Secretariat Mrs. Gina B. Consigna Cell Number;09171078715 (sgd) Ismael L. Macalos, Jr. Bac-chairperson Cell Number: 09128053100/09177004958 Item No. Unit Description Qty Pcs 10 Liters Orocan Pail 1 Ream A3 Bond Paper 1 A4 ,joy Plastic Cover,thick 2 Bot Air Freshener,aerosol Type 8 Pcs Albatross 5 Bot Alcohol, 70% Isoprophyl 42 Gal. Alcohol Ethyl 2 Pcs Ballpen Black 290 Pcs Ballpen Blue 142 Box Binder Clip,1inch 2 Box Binder Clips,(2'') 1 Bdle Binding Ring/com.plastic,12mm 2 Bdle Binding Ring/com.plastic,14mm 2 Ream Bond Paper A4 Multi Copy 139 Ream Bond Paper Legal Multi Copy 82 Ream Bond Paper Short 5 Pcs Boots 25 Pcs Bromm Stick,ting2x 3 Pc Broom Soft Tamboo 12 Pcs Calculator 12 Digits 7 Pcs Calculator,compact 4 Pcs Calculator,scientific 1 Pcs Car Freshener 4 Pack Cartolina,assorted Color 1 Pcs Cleaner,toilet And Urinal 1 Pc Clear Book,legal 5 Box Clip Backfold,25mm 12 Box Clip,backfold,50mm 2 Box Coin Envelope (8 1/2) 2 Pcs Correction Tape 69 Pcs Curtain (2mx4m), Maroon/green 2 Pcs Cutter Knife 4 Pcs Data File Box 8 Pcs Detergent Bar 5 Kl Detergent Powder 2 Pouch Detergent Powder,all Purpose 3 Pcs Dipper(kabo) 1 Pcs Dish Drainer Cabinet 1 Unit Dish Rack ,dish Cabinet 1 Can Dish Washing Paste 10 Bot Dishwashing Liquid,780ml 1 Bot Disinfectant Spray,aerosol Type 3 Pc Document Paper Tray,3 Layer(file Rack Metal) 1 Roll Double Sided Tape 2 Doz Downy 1 Pouch Downy,antibac,1.38l 1 Pcs Dust Pan 7 Bot Elmers Glue 4 Pcs Envelop Brown , A4 22 Pcs Envelop Brown , Legal 67 Pcs Envelope,brown,legal,expanded 89 Box Envelope,documentary,legal 1 Box Envelope,expanding,kraft 1 Pc Eraser,plastic Rubber 2 Ream Expanded Envelope Long 1 Box Expanded Envelope,brown,legal 1 Pcs Expanded,folder,long 10 Box Fastener,metal 5 Box Fastener,plastic 7 Pcs Columnar Book (4 Cols.) 5 Pc File Box,stand Box 3 Pcs File Folder,long 17 Pack File Folder,l-type,legal 1 Pc File Orgnizer 1 Pcs Filer 5 Pack Folder,a4 1 Box Folder,brown,legal,50/box 2 Pcs Folder,long 20 Pack Folder,tagboard,legal,pack 4 Ream Folder,white,legal 3 Box Friction Pen 2 Pcs Friction Pen,black 9 Pcs Friction Pen,blue 9 Pair Garden Gloves 45 Jar Glue All Purpose,300 Grams 9 Pcs Glue Gun 1 Jar Glue,all Purpose,500 Ml 1 Pcs Hats 25 Pcs Heavy Duty Padlock 4 Can Insecticide,aerosol Type 2 Pcs Legislative Picture W/ Frame 1 Pcs Marking Pen,permanent,black 1 Pcs Marking Pen,permanent,blue 1 Pcs Marking Pen,permanent,bullet Type,black 1 Pcs Mechanical Sharpener 2 Pcs Mop With Spinner 2 Pad Notepad 2x3 14 Unit Office Swivel Chair 1 Box Paper Clip,33mm,100's/box 5 Box Paper Clip,gen Type,48mm 4 Box Paper Fastener,long 2 Ream Paper,multi-copy,80 Gsm 9 Box Pencil Mongol #2 3 Pcs Pencil,sharpener,big 1 Pcs Pentel Pen,black 4 Pcs Pentel Pen,ink,black 1 Pc Philippine Flag (regular Size) 2 Pack Photo Paper,a4 4 Pc Plastic Chair/ruby 58 Meter Plastic Cover,thick(15m) 15 Kl Powder Detergent 1 Pc Puncher Heavy Duty 3 Box Push Pin 3 Pcs Received Stamp Big 2 Pc Record Book Official,500 Pages 22 Pc Record Book,300 Pages 10 Unit Rice Cooker,2 Kls 1 Box Rubber Band (arrow) 2 Box Rubber Band No.18 4 Pc Ruler,plastic,450mm 4 Pcs Scissor Big 7 Pcs Scouring Pad 1 Pcs Sign Pen,blue 2 Pcs Sign Pen,extra Fine Tip,black 70 Kls. Soap Powder,100 Grams 4 Pc Spinning Mop 2 Box Stabello Yellow 1 Pcs Stamping Pad 3 Bot Stamping Pad Ink 4 Box Staple Wire No.35 13 Pcs Stapler No.35 With Remover 7 Pack Sticker Paper,a4,pack 1 Pack Surf Powder 1 Pc Tape Dispenser,table Top 1 Pcs Tape Measure 2 Roll Tape Packing 2 Inch 3 Roll Tape Transparent 2 Inch 8 Roll Tape Transparent,24mm 7 Roll Tape,masking,48mm 1 Box Thumbtacks 2 Pack Toilet Tissue,12 Roll/pack 18 Pcs Toilet Cleaner (tuff) 4 Trash Bag (big Plastic Celophane) 7 Pcs Trash Bin With Cover 13 Trashbag Xxl Size 2 Pcs T-shirt 40 Pcs T-shirt Printing 40 Pcs Umbrella 7 Pc Wall Clock 2 Pc Waste Basket 4 Pc White Board Eraser 1 Bot Zonrox 1
City Of Bais Tender
Chemical Products
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Notice For Negotiated Procurement (53.9) (small Value Procurement) The City Government Of Bais Invites Interested Suppliers To Apply For Small Value Procurement For The Supply And Delivery Of The Following Items, Viz: Item Approved Budget For The Contract (abc) Pr 15-25 – To Wash And Sanitize Hands Of Garbage Collectors And Vehicles, City Environment And Natural Resources Office, Viz: Php 60,000.00 1 300 Pairs Cotton Knited Gloves, Orange Rubber Palm, Ordinary 2 250 Pcs Bath Soap, 90 Grams, Antibacterial 3 12 Gals Rubbing Alcohol, 70% Solution 4 4 Gals Disinfectant Concentrated, Fresh Scent, Gallon 5 11 Pcs. Car Air Freshener, Gel (apple Scent) The City Thru The Bids And Awards Committee (bac) Passed Resolution No. 020a. Duly Approved By The Head Of Procuring Entity Which Provides That The City Shall Opt To Procure The Foregoing Request/project Thru Small Value Procurement. In View Thereof, You Are Hereby Advised To Submit The Following Documents On February 11, 2025 At 2:00 In The Afternoon At City Budget Office, 2nd Floor, City Hall Annex Building, Bais City At Which Date, Time And Place, The Said Documents Will Be Opened And Evaluated, Viz: 1. Request For Quotation 2. Registration Certificate From Sec, Dti For Sole Proprietorship, Or Cda For Cooperatives. 3. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 4. Tax Clearance. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 7. License To Operate (bfad). (for Medicine Or Medical Supplies/equipments) 8. Pca - For Coco Lumber; Denr Certificate - For Good Lumber (for Construction Materials Only) 9. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 10. Certificate Of Philgeps Registration Please Be Guided Accordingly. Very Truly Yours, (sgd)mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
City Of Bais Tender
Publishing and Printing
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 125.7 K (USD 2.1 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Notice For Negotiated Procurement (53.9) (small Value Procurement) The City Government Of Bais Invites Interested Suppliers To Apply For Small Value Procurement For The Supply And Delivery Of The Following Items, Viz: Item Approved Budget For The Contract (abc) Pr 32-25 – To Be Used As Office Supplies In The Office Of The City Civil Registrar, Viz: Php 125,795.00 1 25 Reams Bondpaper Long Substance 20 2 25 Reams Bondpaper Short Substance 20 3 2 Boxes Ballpen (box Of 50) Black 4 5 Boxes Sign Pen (box Of 12) Black, Hitech Point V5 5 3 Boxes Sign Pen (box Of 12) Red, Hitech Point V5 6 3 Boxes Sign Pen ( Box Of 12) Blue, Hitech Point V5 7 1 Box Correction Pen 8 20 Pcs Correction Tape 5mm X 10m 9 1 Box Fastener (plastic Coated) 10 10 Pcs Folder, Long 11 1 Dozen Transparent Plastic Tape ( 1 Inch ) 12 1 Pc Tape Dispenser (for 1 Inch) 13 2 Pcs Stapler With Remover # 35 14 5 Boxes Staple Wire # 35 15 1 Pc Multi-purpose Glue (225 Grms) 16 1 Box Pencil #2 17 12 Bottles Stamp Pad Ink 18 2 Pcs Log Book, 300 Pages, 214mm X 278min 19 3 Pcs Toner Cartridge Mx-237ft (for Sharp Ar-6020nv) 20 1 Pc Toner Tn 116 (for Develop Ineo165en) 21 1 Pc Toner Tnp79 Black (for Develop Ineo+3351) 22 1 Pc Toner Tnp79 Yellow (for Develop Ineo+3351) 23 1 Pc Toner Tnp79 Magenta (for Develop Ineo+3351) 24 1 Pc Toner Tnp79 Cyan (for Develop Ineo+3351) 25 15 Pcs Ink Bottle, Black (003) For L3210 (bk) 26 5 Pcs Ink Bottle, Yellow (003) For L3210 (y) 27 5 Pcs Ink Bottle, Cyan, (003) For L3210 (c ) 28 5 Pcs Ink Bottle, Magenta (003) For L3210 (m) 29 9 Pcs Ink Bottle, Black (664) For L360 (bk) 30 3 Pcs Ink Bottle, Yellow (664) For L360 (y) 31 3 Pcs Ink Bottle, Cyan, (664) For L360 (c ) 32 3 Pcs Ink Bottle, Magenta (664) For L360 (m) 33 6 Pcs Typewriter Ribbon 34 1 Pc Stamp Pad (4" X 6") 35 5 Pcs Sticky Notes 3x3 Strips, Small, 4 Colors 36 1 Pc Steel Puncher, Heavy Duty 37 1 Pc Rubber Stamp, Certified Machine Copy 38 1 Pc Rubber Stamp, Delayed Registration 39 1 Pc Stamp Dater 40 2 Units Self Inking Stamp With Name & Designation The City Thru The Bids And Awards Committee (bac) Passed Resolution No. 033a. Duly Approved By The Head Of Procuring Entity Which Provides That The City Shall Opt To Procure The Foregoing Request/project Thru Small Value Procurement. In View Thereof, You Are Hereby Advised To Submit The Following Documents On February 11, 2025 At 2:00 In The Afternoon At City Budget Office, 2nd Floor, City Hall Annex Building, Bais City At Which Date, Time And Place, The Said Documents Will Be Opened And Evaluated, Viz: 1. Request For Quotation 2. Registration Certificate From Sec, Dti For Sole Proprietorship, Or Cda For Cooperatives. 3. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 4. Tax Clearance. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 7. License To Operate (bfad). (for Medicine Or Medical Supplies/equipments) 8. Pca - For Coco Lumber; Denr Certificate - For Good Lumber (for Construction Materials Only) 9. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 10. Certificate Of Philgeps Registration Please Be Guided Accordingly. Very Truly Yours, (sgd.)mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
City Of Bais Tender
Energy, Oil and Gas...+1Automobiles and Auto Parts
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 2.2 Million (USD 37.9 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For The Use In The Operation And Maintenance Of Various Vehicles With Each Corresponding Office Under Procurement Thru Bidding For Each Corresponding As Indicated, City Agri, Ceo, Cgso, Enro, Ldrrmf, Cho,cpdo, Viz: Item Approved Budget For The Contract (abc) Pr No. 99-25 Php 2,200,000.00 1 1 Lot Gasoline (1st, 2nd, 3rd Qtr 2025) Gasoline (1st, 2nd, 3rd Qtr 2025) Of City Agri Gasoline (1st, 2nd, 3rd Qtr 2025) Of Ceo Gasoline (1st, 2nd, 3rd Qtr 2025) Of Cgso Gasoline (1st, 2nd, 3rd Qtr 2025) Of Enro Gasoline (1st, 2nd, 3rd Qtr 2025) Of Ldrrmf Gasoline (1st, 2nd, 3rd Qtr 2025) Of Cho Gasoline (1st, 2nd, 3rd Qtr 2025) Of Cpdo The Approved Budget For The Contract Is To Be Taken From General Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On February 11, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 25, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
UNIVERSITY IN BANJA LUKA Tender
Others
Bosnia and Herzegovina
Closing Date25 Feb 2025
Tender AmountRefer Documents
Description: Public procurement of office chairs and armchairs for the needs of the Faculty of Security Sciences of the University of Banja Luka
871-880 of 1980 active Tenders