Chair Tenders

Chair Tenders

City Of Bais Tender

Publishing and Printing
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid To Be Used Of This Office, City Treasurer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 576-24 Php 250,000.00 2 1 Unit Digital Duplicator Print Speed 80-130 Copies Per Minute Resolution Master Making 300 X 400 Dpi Resolution (fine Mode) Flatbed Type Scanning 600 X 600 Dpi 300,000 Prints Per Month Duty Cycle Enlarger / Reducer 141%, 122%, 115%, 100%, 93%, 87%, 82%, 71% Image Mode - Letter, Photo, Letter/photo Auto Separation, Pencil, Tint Printing Area - B4 Drum 250 X 355 Mm 1000 Sheets Paper Tray Capacity 1000 Sheets Paper Delivery Capacity Master B4 260 Cuts Free: 2 Machine Cabinet Free: 1 Set Consumables 1 Crg Copy Printer Ink 500ml 1 Roll Copy Printer Master 260 Cutsl The Approved Budget For The Contract Is To Be Taken From Office Equipment: 1-07-05-020 Cy 2020, 2022, 2023. 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. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 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 Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Is A Brand Name Or Equal To Request For Quote (rfq), And The Solicitation Number Is 36c26025q0188. The Government Anticipates Awarding A Firm-fixed Price Supply Order From This Solicitation. this Is A Solicitation For Centrella Beds With Accessories. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02 Effective January 03, 2025. this Solicitation Is 100% Set-aside For Small Business. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113, With A Small Business Size Standard Of 800 Employees, And The Psc Is 6530. all Interested Companies Shall Provide Quotations That Are Brand Name Or Equal To Hillrom Centrella For The Following: equipment Needed: items: Brand Name Or Equal To Hillrom Centrella item # description/part Number* qty Price Extended Amount 1 centrella Bed With Pro Surface cnt 255 3 2 centrella Smart+ Bed With Max Air Surface And Blower cnt 355 8 3 bed Base cnt Base 11 4 nurse Call In Siderail 11 5 accessory Outlet 11 6 patient Helper Bracket 11 7 osi Patient Helper Sleeve 11 8 pro Surface For 36 Inch Frame 3 9 safeview With Illumiguide 3 10 second Lcd Touchscreen 3 â  Subtotal (products) â  salient Characteristics max Air Feature Must Have Powered Air Mattress That Operates Continuously To Decrease Localized Heat And Moisture Buildup. Allows For Continuous Full-body Pressure Redistribution For Patients 70 To 500 Pounds, Automatically Adjusts The Air System To Accommodate Changes Weight Distribution. ability To Override And Increase Firmness For Patient Transfers Or Adjust Patient Position. ability To Adjust For Patient Comfort, With 2 Zones, Which Can Be Adjusted Separately. gci Touchscreen Must Be Located On The Outside Of The Head Rails For Quick Caregiver Access To Patient And Bed Status As Well As Other Bed Controls. Approximate Size 4x5 Inches must Include Bed Exit Silence Alarm Exit Alarm Settings To Include Silence, Auto Reset, And Visual And Audible Safety Prompts. brake Not Set Alarm Must Have Option For Spoken Verbal Safety Alert To Caution Caregiver And Patient In A Non-alarming Manner. one Button Chair One Button Control To Convert A Flatbed Into A Cardiac Chair. must Include Battery Backup - 12 Volt, 7 Mil Amp Hour Batteries X 2 digital Angle Indicator Digital Angle Indicator Gives The Specific Reading Of The Angle Of Bed If Trendelenburg Or Reverse Trendelenburg Positioning Is Needed. Must Reach 18 Degrees. must Have Built In Line And Cord Management - Cutouts For Electrical Cord Or Monitor Cable Management For Use During Transporting. Must Be Located Within The Head And Footboards Or Alternative Built-in To The Bed, Not Hanging. must Have 4 Iv Pole Sockets - Sized For Standard Hospital Iv Poles. 2-4 Bag Capacity. must Include Integrated Restraint Holders - Sized For Standard Belt Restraints. must Have Lockout Controls Ability To Lock Controls. must Have Drainage Bag Holder Ability To Hold Up To 20 Pounds. must Have Smart Bed Ready (sidecom Req) - Up To 32 Patients Safety And Bed Matrices To Be Transmitted To Caregiver Devices (such As Smart Phones, Vocera, Etc) And/or Vista Or Cerner Emr must Have Wi-fi Module must Have Enhanced 3-mode Bed Exit - Includes Silence, Auto Reset And Visual And Audible Safety Prompts. must Have Motion Activated Nightlight must Include Stand Assist - Height Adjust Buttons To Aid In Safely Lifting The Patient Onto Their Feet advanced Slideguardâ® Feature - Reduces Patient Migration In Bed When The Head Of The Bed Is Raised must Include Foley Position Limit - Monitors And Alerts If A Foley Bag Is Touching The Floor patient Hob Angle Display - Digital Head Of Bed Angle Indicator Gives The Specific Reading Of The Angle Of The Head trend/rev Trendelenburg Ranges From 0-18 Degrees. 18 Degrees Required. dampened Emergency Cpr - Ability To Quickly And Safely Lower The Head Section To A Flat Position In Case Of A Code. Ability To Access From Both Sides Of The Bed. must Have Patient Storage In Siderail - Sized To Hold Items Such As Smart Phone, Reading Glasses, Books/magazines. must Have Integrated Urinal Holders Ability To Hold Any Sized Urine Collection Bottle That Is Filled. flexafoot Powered Bed Extend Must Have Powered Bed Length Extension. must Have Steer Caster Font Left Caster Can Be Locked For Steering 36 Inch Frame Width Required in-bed Scale Must Have Ability To Weight Up To 500 Pounds usb Charger Required 2nd Lcd Touchscreen Required patient Pendant - Moveable Bed Control That Allows The Patient Easy Access To Adjust The Bed S Head And Foot Sections. Approx. Size Is 3 X 5 . removable Iv Pole must Have Verbal Alerts Verbal Safety Alerts Such As Brake Not Set, Your Care Team Has Been Called, Please Don T Get Up, Etc. Able To Set 6 Different Languages. additional Information Sought: warranty Please Describe The Offered Warranty. place Of Manufacture Please Provide The Place Of Manufacture. 52.211-6â brand Name Or Equal. as Prescribed Inâ 11.107(a), Insert The Following Provision: brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) delivery Fob Destination Is Preferred, 30 Days After Receipt Of Order. All Deliveries Will Be Coordinated With The Portland Va Medical Center Point Of Contact. place Of Delivery: department Of Veterans Affairs portland Va Medical Center community Living Center 1601 E 4th Plain Blvd vancouver, Wa 98661 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products addendum To Far 52.212-1 Instructions To Offerors Commercial 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (aug 2020) 52.204-20 predecessor Of Offeror (aug 2020) 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.211-6 brand Name Or Equal (aug 1999) 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 52.222-50 combatting Trafficking In Persons (nov 2021) 52.225-3 buy American-free Trade Agreements-israeli Trade Act (nov 2023) 52.225-18 place Of Manufacture (aug 2018) 52.252-1 provisions Incorporated By Reference (feb 1998) vaar Provisions: 852.239-75 information And Communication Technology Accessibility Notice (feb 2023) (a) Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts) For Va Medical Centers. No Remanufactures Or Gray Market Items Will Be Acceptable. (b) Offeror Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment (i.e., Replacement Parts), Verified By An Authorization Letter Or Other Documents From The Oem, Such That The Oem S Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty And Service Associated With The Medical Supplies, Medical Equipment And/or Services Contracts For Maintenance Of Medical Equipment Shall Be In Accordance With The Oem Terms And Conditions. (c) The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right Enforce Any Of Its Contractual Remedies. This Includes Termination Of The Contract Or, Solely At The Va S Election, Allowing The Vendor To Replace, At No Cost To The Government, Any Remanufactured Or Gray Market Item(s) Delivered To A Va Medical Facility Upon Discovery Of Such Items. (d) Any Award Made As A Result Of This Solicitation Will Be Made On An All Or Nothing Basis. (e) Offerors Are Warned Against Contacting Any Va Personnel Other Than The Contracting Officer And Contract Specialist Prior To Placement Of Any Award Made Resulting From This Rfq. If Such Contact Occurs And Found To Be Prejudicial To Competing Contractors, The Offeror Making Such Contact May Be Excluded From Award Considerations. (f) All Proprietary Information Shall Be Clearly And Properly Marked. If The Offeror Submits Annexes, Documentation, Attachments, Or The Like, Not Specifically Required By This Solicitation, Such Will Count Against The Offeror S Page Limitations Unless Otherwise Indicated In The Specific Volume Instructions Below. (g) All Information Shall Be Confined To The Appropriate File. The Offeror Shall Confine Submissions To Essential Matters, Sufficient To Define The Quote And Provide An Adequate Basis For Evaluation. Offerors Are Responsible For Including Sufficient Details, In A Concise Manner, To Permit A Complete And Accurate Evaluation Of Each Quote. (end Of Addendum To 52.212-1) far 52.212-2, Evaluation-commercial Items : The Government May Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Accordance With Far 9.104-2, The Special Standards Of Responsibility Described Below Apply To This Procurement. Offerors Who Fail To Meet Any Special Standards Of Responsibility Will Not Be Eligible To Receive Contract Award. The Following Factors Shall Be Used To Evaluate Offers: special Standards Of Responsibility: (per Far 9.104-2) The Following Special Standards Of Responsibility Apply To This Procurement: sp1: Offeror Must Be A Manufacturer Authorized Provider For The Items Provided. A Letter From The Manufacturer Stating Such Must Be Included With Any Response To This Solicitation. price (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offeror's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. far 52.213-3 Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. all Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Must Be Registered/certified With The U.s Small Business Administration At Veteran Small Business Certification Veteran Small Business Certification (sba.gov). the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products (oct 2018) addendum To Far 52.212-4 The Following Clauses Are Included As A Part Of The Addendum: http://www.acquisition.gov/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) 52.204-13 system For Award Management Maintenance (oct 2018) 52.204-18 commercial And Government Entity Code Maintenance (aug 2020) 52.225-4 buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023) 52.232-40 providing Accelerated Payments To Small Business Subcontractors (dec 2013) 52.252-2 clauses Incorporated By Reference (feb 1998) vaar Clauses: 852.203-70 commercial Advertising (may 2018) 852.212-71 gray Market Items (nov 2018) 852.232-72 electronic Submission Of Payment Requests (nov 2018) 852.239-76 information And Communication Technology Accessibility (feb 2023) 852.242-71 administrative Contracting Officer (oct 2020) 852.246-71 rejected Goods (oct 2018) 852.247-71 delivery Location (oct 2018) 852.247-73 packing For Domestic Shipment (oct 2018) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products (may 2024) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E. Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kapersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) Section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801). (6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78) (19 U.s.c. 3805 Note)). the Following Subparagraphs Of Far 52.212-5 Are Applicable And Incorporated By Reference: 52.203-17 52.204-10 52.204-27 contractor Employee Whistleblower Rights (nov 2023) reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) (pub. L. 109-282) (31 U.s.c. 6101 Note) prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328) 52.209-6 protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021) (31 U.s.c. 6101 Note) 52.219-6 52.219-28 notice Of Total Small Business Set-aside (noiv 2020) post Award Small Business Program Representation (feb 2024) (15 U.s.c 632(a)(2)) 52.222-3 52.222-19 convict Labor (jun 2003) (e.o. 11755) child Labor Cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) 52.222-21 prohibition Of Segregated Facilities (apr 2015) 52.222-26 52.222-35 equal Opportunity (sep 2016) (e.o. 11246) equal Opportunity For Veterans (jun 2020) 52.222-36 52.222-37 equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) employment Reports On Veterans (jun 2020) 52.222-50 combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627) 52.225-3 buy American-free Trade Agreements-isreali Trade Act (nov 2023) 52.225-13 restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) 52.226-8 52.232-33 encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332) all Quoters Shall Submit According To The Following: quotes Must Be Emailed To Maureen.sundstrom@va.gov And Received No Later Than 3:00 Pm Pst On 01/21/2025. Quotes May Be Submitted On This Document Or The Vendor S Own Form And Must Include The Completed Buy American Certificate 52.225-4 Available Below, And, If Not The Manufacturer, An Authorized Distributor Letter. Any Offer That Does Not Provide The Following Supporting Documentation May Be Considered Non-responsive. Required Supporting Documentation And Information: buy American Certificate authorized Distributor Letter If Not The Manufacturer certification That Equipment Meets/exceeds The Salient Characteristics Of The Desired Brand Above delivery Date the Government Intends To Make Award Without Discussions. for Information Regarding The Solicitation, Please Contact Maureen Sundstrom At Maureen.sundstrom@va.gov. a.1 52.225-4 Buy American-free Trade Agreements-israeli Trade Act Certificate (nov 2023) (a)â (1)â theâ offerorâ certifies That Eachâ end Product, Except Those Listed In Paragraph (b) Or (c)(1) Of This Provision, Is A Domesticâ end Productâ and That Each Domesticâ end Productâ listed In Paragraph (c)(2) Of This Provision Contains A Criticalâ component. (2)â the Terms "bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Product," "commercially Available Off-the-shelf (cots) Item," "criticalâ component," "domesticâ end Product," "end Product," "foreignâ end Product," "free Trade Agreement Country," "free Trade Agreement Countryâ end Product," "israeliâ end Product," And "united States" Are Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act." (b)â theâ offerorâ certifies That The Followingâ suppliesâ are Free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Productsâ as Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act": free Trade Agreement Countryâ end Productsâ (other Than Bahraini, Moroccan, Omani, Panamanian, Or Peruvianâ end Products) Or Israeliâ end Products: line Item No. country Of Origin [list As Necessary] (c)â (1)â theâ offerorâ shallâ list Thoseâ suppliesâ that Are Foreignâ end Productsâ (other Than Those Listed In Paragraph (b) Of This Provision) As Defined In The Clause Of Thisâ solicitationâ entitled "buy American-free Trade Agreements-israeli Trade Act." Theâ offerorâ shallâ list As Other Foreignâ end Productsâ those Endâ productsâ manufactured In Theâ united Statesâ that Do Not Qualify As Domesticâ end Products. For Those Foreignâ end Productsâ that Do Not Consist Wholly Or Predominantly Of Iron Or Steel Or A Combination Of Both, Theâ offerorâ shallâ also Indicate Whether These Foreignâ end Productsâ exceed 55 Percent Domestic Content, Except For Those That Are Cots Items. If The Percentage Of The Domestic Content Is Unknown, Select No .â other Foreignâ end Products: line Item No. country Of Origin exceeds 55% Domestic Content (yes/no) [list As Necessary] (2)â theâ offerorâ shallâ list Theâ line Item Numbersâ of Domesticâ end Productsâ that Contain A Criticalâ componentâ (see Farâ 25.105). line Itemâ no.â ___ [list As Necessary] (d)â the Government Will Evaluateâ offersâ in Accordance With The Policies And Procedures Ofâ partâ  25â of The Federalâ acquisitionâ regulation. (end Of Provision) mandatoryelectronicinvoicing va Published The Final Rule Requiring Vendors To Submit Invoices Electronically To The Financial Services Center (fsc) In The November 27, 2012 Federal Register. The Rule Became Effective December 27, 2012. The Rule Includes A New Contract Clause To Be Inserted In All Solicitations And Contracts By The Contracting Officer (vaar 852.232-72). Vendors Can Comply With The Rule By Using Either Of The Two Methods Below: facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va S Electronic Invoice Presentment And Payment System The Fsc Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electron Icinvoice Submission. Please Go To This Website:http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org). vendor E-invoice Set-up Information: please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below: tungsten E-invoice Set Up Information:1-877-489-6135 tungsten E-invoice Email:va.registration@tungsten-network.com fsc E-invoice Contact Information:1-877-353-9791 fsc E-invoice Email:vafsccshd@va.gov
Closing Date21 Jan 2025
Tender AmountRefer Documents 

City Of Bais Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Training, Rescue, Response, And Recovery Activities, Cdrrmo, Viz: Item Approved Budget For The Contract (abc) Pr No. 666-24 Php 600,000.00 1 1 Lot Automatic External Defibrillators (aed) Aed Trainer And Trainer Manikins Full-rescue Aeds Cpr-d-padz One Piece Pre-connected Electrodes With Real Cpr Help Feedback Automatic External Defibrillators Trainer Power: Four (4) D Cells For Training Aed, Two (2) Aa Cells For Remote Includes: Wireless Remote Controller One (1) Set Aed Training Cpr-d Padz One (1) Set Aed Training Cpr-d Padz Reusable Gels Four (4) D Cell Batteries Two (24) Aa Cell Batteries Operator's Guide Training Manikin Trainer Demo Manikins W/ Carrying Case One (1) Adult With Cpr Monitors One (1) Child With Cpr Monitors One (1) Infant With Cpr Monitors Ten (10) Adult Face Shield Lung Bags Ten (10) Child Face Shield Lung Bags Ten (10) Infant Face Shield Lung Bags Automatic External Defibrillators Defibrillator Waveform: Rectilinear Byphasic Change Hold Time: 30 Seconds Energy Selection: Automatic Pre-programmed Selection Patient Safety: All Patient Connection Are Electronically Isolated Charge Time: Less Than 10 Seconds With New Batteries Cpr Monochrome Rate: Variable 60 To 100 Cpm Depth: 3/4" To 3" Shockable Rhythms: Ventricular Fibrallation With Average Amplitude > 100 Microvolts & Wide Complex Ventricular Tachycardia With Rates Greater Than 150 Bpm For Adults And 200 Bpm For Pediatrics Patient Impedance Measurement Range: 0-300 Ohms Defibrillator Protected Ecg Circuitry Display Format: Optional Lcd With Moving Bar Display Sweep Speed: 1" Per Second Batteries And Carrying Bag Included: Replaceable Batteries 10 Type 123a Photo Flash Lithium Manganese Dioxide Batteries Shelf Life Of Batteries And Pads: 5 Years 2 10 Sets Full Face Mask With Single Filter Durable And Skin-friendly Epdm, With Double-layer Face Seal And Triple Sealing Edges 5-point Harness For Simple And Quick Fitting Distortion-free Pmma Lens Made From Perspex With 180° Wide Angle Efficient Ventilation System With Separate Inner Mask Prevents The Lens From Fogging Full Face Mask Is Equipped With A Rd40 Connection (40mm Threaded) Draeger X-plore Includes: Filter For Major Applicants And Protects Against Many Hazardous Substances From Phosphine To Tear Gas To Particulates The Approved Budget For The Contract Is To Be Taken From 70% Disaster Preparedness And Mitigation Fund – 2024 (purchase Of Rescue Equipment, Protective Gears And Supplies. 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. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 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 Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)

National Academy Of Science And Technology Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Plants For Renovation And Landscaping Of Plant Boxes At The Pshc I. General Requirements Mobilization And Demobilization Environment, Safety And Health Hauling And Disposal Of Debris Ii. Architectural Works Repainting Of Steel Grills And Gate Iii. Civil Works Replacement Of Paver Blocks Removal Of Aircon Brackets Iv. Electrical Works Installation Of Pvc Conduits Of The Existing Lighting V. Landscape Works Supply And Installation Of Garden Soil Supply And Installation Of White Pandakaki @ 1ft. Ht. 250mm O.c. Supply And Installation Of Orange Eugenia @ 2ft. Ht. 300mm O.c. Please See Attached Tor And Plans For Detailed Specifications. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P 213,368.44 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City   The Deadline For Submission Of Quotation Is On January 27, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00.   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] 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 Or Activity. 10. 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.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]   Project: Proposed Landscaping Of Pshc Phase Ii Exits 3f Science Heritage Building, Dost Complex, Bicutan, Taguig City Re: Scope Of Works I. Project Information The Landscaping Of The Exit Pathway Of An Exhibit Is An Essential Aspect Of The Overall Visitor Experience. Well-designed Landscaping Not Only Ensures Functional Needs Such As Accessibility And Safety But Also Enhances The Visual And Emotional Impact Of The Visit, Providing A Cohesive Conclusion. This Project Will Involve Landscaping Of The Vacant Plant Boxes, Replacement Of Pavement Blocks, Repainting Of The Tubular Trellis Replacing The Conduit Pipes And Proper Assembly Of Lighting Wirings At The Pshc Phase Ii Exits. Ii. Objectives • To Improve, Rehabilitate, And Landscape The Philippine Science And Heritage Center Phase Ii Exits • To Create A Smooth Transition From The Exhibit Area Back To The Exterior Environment. Iii. Scope Of Work The Work Consists Of The Furnishing Of All Necessary Labor, Materials, Tools And Equipment, Including Technical Supervision Necessary For The Complete Execution Relative To Landscaping But Not Limited To The Following: 1. Demolition And Removal A. Removal Of The Angle Bar Brackets B. Removal Of The Existing Conduit Pipes C. Safely Dispose The Debris And Other Scrap Materials. 2. Architectural Works A. For Repainting Works, Remove All Loose Scaling, Flaking And Peeling Off Paint Either With The Use Of Paint Remover, Wire Brushing Or Scraping. B. Metal Shall Be Clean, Dry And Free From Mill Scale And Rust. Remove All Grease And Oil From Surfaces. C. Metal Surfaces Shall Be Primed With Red Oxide As Specified Before Final Coat Is Applied. D. Replace The Existing Floor Finishes With The New Finishes Specified In The Specifications. 3. Civil Works A. Replacement Of Pavement Blocks B. The Pavement Blocks Should Match The Existing Pavement Blocks 4. Electrical Works A. Standard Pvc Conduit Pipe System Is Required For This Project. B. Conduit Runs Shall Be Concealed Behind The Tubular Steel Trellis C. Conduits Which Have Been Deformed Or Crushed In Any Manner Should Not Be Installed D. Proper Assembly Of The Wirings Of The Lighting. E. Perform Post- Installation Tests. 5. Landscape Works A. Site Clearance To Remove Shrubs And Other Unnecessary Plants And Objects. B. Compaction Of Existing Loose Soil On The Landscape Areas C. Supply And Spread Compost D. Spread Topsoil E. Planting Of Applicable Ornamental Plants For The Landscaping Area F. Maintenance Of Plants Until Final Turn Over. Iv. Material Specifications 1. Paint Finish A. Red Oxide Metal Primer Dry Time Touch: 2 Hours Recoat: 12 Hours Density: 1.32kg/l Theoretical Coverage: 25-30 Sqm. Application: Brush Or Roller B. Quick Dry Enamel Finish: Gloss Dry Time Touch: 5 Hours Recoat: 8-12 Hours Full Cure: 3 Days Density: 1.11kg/l Theoretical Coverage: 30-35 Sqm. Application: Brush Or Roller C. Paint Thinner Mixing Ratio: 4l Qde Paint : 1l Paint Thinner 2. Paver Blocks – Same On Existing Paver Blocks 3. Landscape Plants A. White Pandakaki (tabernaemontana Pandacaqui) • 1-foot Height, Spaced At 250mm On Center • Native To The Philippines • Resistant To Drought That We Can See Them Leafless During Dry Seasons, But Eventually Grow Again With Rainy Seasons • Can Grow Full Sun Or Partial Shade • Low Maintenance Plant (water) • Green Leaves, White Flower B. Eugenia Oleina (syzygium Campanulatum) • 2-foot Height, Spaced At 300mm On Center • Native To The Philippines • Thrives On Drought • Can Grow Full Sun Or Partial Shade • Mid Maintenance Plant (water) • New Leaves Sprout In Reddish Colors, And They Eventually Turn Brown Into Green As They Reach Their Maximum Size Fig 1: White Pandakaki Fig 2: Eugenia Oleina V. Deliverables 1. Sample/ Technical Data Of The Materials. 2. Project Schedule In Gantt Chart Form, Include Schedule Tracking To Check The Progress Of The Project. 3. Lists Of Manpower And Equipment For The Deployment. Vi. Project Duration The Landscaping Of Pshc Phase Ii Exits Shall Be Done Within 15 Calendar Days To Take Effect Seven (7) Days After The Receipt Of Notice To Proceed Vii. Approved Budget Of The Contract The Approved Budget Of The Contract (abc) Is Two Hundred Thirteen Thousand Three Hundred Sixty-eight And 44/100 Pesos Only (php 213,368.44). The Abc Shall Be The Upper Limit Or Ceiling For The Bid Price. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted And Be Automatically Rejected At Opening Of The Financial Bid.
Closing Date27 Jan 2025
Tender AmountPHP 213.3 K (USD 3.6 K)

City Of Bais Tender

Others
Philippines
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 Food Preparation Supplies To Be Used At The Kitchen/dining Area And Hygiene Kits Materials For Students During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 59-25 Php 190,920.50 1 1320 Sachets Shampoo Sachet 2 660 Pcs. Germicidal Bath Soap, 60 G 3 990 Sachets Toothpaste, 20 G 4 350 Pcs. Toothbrush 5 1320 Packs Deo Lotion Sachet 3 Ml 6 660 Bars Laundry Bar Detergent 7 11 Packs Sanitary Pad, (28cm, With Wings), 10pads/pack 8 24 Rolls All-purpose Kitchen Towel (whole Sheet) 9 6 Pcs. Stainless Steel Kitchen Knife 10 6 Pcs. Heavy Duty Kitchen Chopping Board 11 350 Pcs. 4 Grid Sealed Insulated Plastic Lunch Box With Spoon And Fork 12 6 Boxes Disposable Plastic Gloves (100 Pcs/box) 13 24 Pcs. Kitchen Apron (large) 14 330 Sachets Insect/mosquito Repellent Lotion Sachet, Pocket Size, 6ml 15 12 Pcs. Disinfectant Spray 340 G 16 24 Pcs. Dishwashing Paste 400 G 17 24 Rolls Extra Thick Plastic Garbage Bag Black Xxl (10 Pcs/roll) 18 12 Pcs. Stainless Steel Wool Kitchen Dish Ball 19 12 Pcs. Sako Bag 60x70x28cm (xl) 20 6 Packs Ice Water Wrapper 4x12 (100 Pcs/pack) 21 12 Pcs. Microfiber Cloth 9 Inches Kitchen Clothes Dish Washing Hand Towel 22 24 Pcs. Face Towel 23 8 Pcs. Fruit Vegetable Stainless Steel Peeler 24 3 Pcs. Cast Iron Heavy Duty Stove (single Burner) 25 3 Pcs. Stainless Steel Soup Ladle Long Handles 26 6 Pcs. Stainless Steel Work Spatula Long Handles 27 3 Pcs. Aluminum Cooking Pot (br3 Boiler Body 12 In X 17 In) 28 3 Pcs. Aluminum Frying Pan With Handle (ta.1 Talyasi/kawa 8 In X 25.5 In) The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). 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. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 30, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 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 Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date30 Jan 2025
Tender AmountPHP 190.9 K (USD 3.2 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Environmental Service
United States
Details: Page 3 Of 3 this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 334512 Automatic Environmental Control Manufacturing For Residential, Commercial, And Appliance Use Psc 6350/j042 Naic Size Standard Of () Employees For The Washington Dc Vamc. responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Sam, Or Gsa Ebuy. requested Information if You Are Interested And Capable, And Can Provide The Required Service/product, Please Provide Completed Information For Questions 1-17 As Indicated Below: responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Product Brochures, Place Of Manufacturer, Naic/psc Codes, Sam Uei Number, And Business Size: is This Service/product Open Market Pricing? Yes/no is Open Market Priced Online? Yes/no provide Vendor S Business Size Status And Representations Naic And Psc Code? does Vendor Have Capability, Product, And Interest For Brand Name Careview Tele Sitter End Item Product Requirement? Yes/no does Vendor Have Capability, Product, And Interest Of An Equal End Item Product? Yes/ No if Equal Product End Item; Provide Equal Product Name/model/ Product Brochure/ Specification Sheet/warranty/life Expectancy/maintenance Requirements Information. where Is Brand Name End Item Product Place Of Manufacturer? where Is Equal End Item Product Place Of Manufacturer? is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of An Equal Domestic End Item Product? is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Brand Name A Domestic End Item Product? is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Brand Name End Item Product? is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Equal End Item Product? provide A Copy Authorized Distributor Letter If Vendor Is Not The Manufacturer. is Software Offered Fedramp, Va Trm, Va Saas, And Fip Certified/approved? does Vendor Have Mou To Install Software And Provide Software Name. sow general Information tech Requirement offer Privacy Mode To Ensure Compliance With Hippa Regulations. meet Va Trm, Va Saas, And Fedramp Requirements. meet Va Security Policy And Hipaa Compliance. hospital-grade Infrared Light Solution To Permit Low Light Visibility. allows Continuous Audio And Visual Patient Monitoring With Two-way Audio Capabilities As Well As Prerecorded One-way Audio Messages Available In Multiple Languages To Allow For False Alarms/immediate/early Patient Verbal Response With Provider. no Remote Retention Of Images Or Video Feeds Storage. allow Real Time Viewing Only. must Include A Monitoring Platform And Analytics Dashboard That Documents Patient Risk Events. monitoring Platform To Alert Monitor Of A Potential Patient Movement, Fall, Patient Elopement, Patient Self-harm, Staff Injury, capable Of Monitoring Up To 40 Patients At Once. 24/7 Support Based In The United States. mobile Cameras With Both Wireless And Wired Connections With 2-way Audio And 2-way Video., Lcd Monitor For 2-way Video, Hdmi Ports And Usb Ports. wireless Connections Must Be At Least Fips 140-2 Certified. both Mobile And Hardwired Cameras Must Have Fips Certification Number. hardwired Cameras Must Be Capable Of Wireless And Wired Connections With Built In Rfid For Camera Tracking And Room Identification, 2-way Audio And 1-way Video Capabilities. camera Requires (360 Degrees Pan), Tilt And Zoom Views (allow For Full Room And Close Up Viewing) To Meet Va Requirements For Patient Safety Includes (all Screws Must Be Tamper Resistance, No Exposed Cords). remote Viewing Station Must Include All Required Hardware And Accessories. software Should Have Manual Detection Rfis/ Gps Parameter Options For Room Bed And Chairs. have Real Time Ability To View Only Monitor Video Feeds Remotely For Event Notification With Logged Encounters Through Notes. Ability To Communicate In Multiple Languages Via 1-way Prerecorded Messages. End User Ability To Redirect Veterans With Built In 2-way Audio. Must Integrate With Programmable 2-way Medical Communication Devices To Notify Clinical Staff Of Fall Risks. monitor Feed Video Reports Sort Video Feeds In Interface By Sitter Classification And Camera Status, Specify Region Of Interest To Zoom In While Maintaining Full Visibility Of Room. solution To Visually And Verbally Monitor Denote When Physical Sitters Are In Use, Conduct 2-way Telehealth Consultations Between Provider/clinician And Veteran. Able To Visually Monitor And Communicate Via 2-way Audio And Video. solution To Meet Standard Reports For Real-time Analytic Dashboard: Clinical Performance, Outcome Summary, Utilization, Shifts, Bed Event History, Patient Event History And User Performance. software Must Integrated With Existing Va Software Vocera, Getwell, Electronic Health Record, Active Directory no In-room Alarms. must Be Able To Install 15 Hardwired And 8 Mobile Camera And All Accessories By Required Pop. notes all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 2/4/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice. disclaimer this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi. end Of Notice
Closing Date4 Feb 2025
Tender AmountRefer Documents 

City Of Bais Tender

Automobiles and Auto Parts
Philippines
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 Tax Mapping, Field Work Activities, And Official, And Official Use Of The City Assessor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 715-24 Php 2,000,000.00 1 1 Unit Brand New Pick-up Truck (4wd Mt) Color: Blade Silver Metallic Specifications: Dimensions Overall Length: 5,320 Mm Overall Height: 1,795 Mm Tread (front/rear) 1,570/1,565 Mm Min. Ground Clearance: 222 Mm Cargo Floor Height: 800 Mm Gross Vehicle Weight: 3,000 Kg Curb Weight: 2,035 Kg Seating Capacity: 5 Persons Engine Model And Type: 2.4 Liter Turbocharged Direct Injection Diesel (euro 4) Maximum Power: Ps 183/rpm 3,500 Maximum Torque: Nm 430/rpm2,250-2,500 Fuel Tank Capacity: 75 Transmission Transmission: 6-speed Mt 4wd System: Easy Select 4wd Suspension Front: Independent-wishbone With Coil Springs Rear: Rigid With Leaf Springs Brakes Front: Ventilated Disc Rear: Leading And Trailing Drums Abs: Equipped With Electronic Brakeforce Distribution (ebd) Brake Assist: Equipped With Brake Assist Steering Power Steering: Hydraulic Steering Wheel: Leather Wrapped Steering Wheel-mounted Audio Control: Equiped Cruise Control: Equipped Steering Column Adjustment: Tilt And Telescopic Safety Equipped With Airbags On Driver's Side, Passengers' Side And Driver's Knee. Also Equipped With Front And Rear Seatbelts And Seatbelt Reminder On All Seats Equipped With Reverse Camera, Active Stability & Tractioncontrol, Hill Start Control, Trailer Stability Assist, Iso-fix & Tether Anchor, And Remote Keyless Entry. Multi-media System 8" Touchscreen Display With Am/fm Radio, Bluetooth With Hands-free Technology, Usb Connectivity, Apple Carplay And Adroid Auto. Also Equipped With Usb Ports For Type A And C For Front And Rear, And 6 Speakers. Exterior Equipped With Halogen Headlights, Halogen Foglights, Halogen Daytime Running Lights, And Bedliner Interior Equipped With 6-way Manual Adjustable Seats (slide,recline,height) With Convenience Hook And Seatback Pocket For The Driver's Side, And 4-way Manual Adjustable (slide And Recline) For The Front Passenger Side. Equipped 7" Color Lcd Instrument Cluster Display Equipped With Single Zone Automatic Air Conditioning System And Air Conditioning Rear Circulator Freebies 3 Years Lto Registration, 3 Years Tpl Insurance, 1 Year Gsis Comprehensive Insurance, Floor-matting, Tint And Seatcover With Warranty Of 100,000 Kilometers Or Three (3) Years Whichever Comes First Additions With Three (3) Consecutive Regular Pms 1,000,5,000 And 10,000 With Decal's Official Seal Of City Of Bais City Assessor's Office For Official Use Only The Approved Budget For The Contract Is To Be Taken From 01-07-06-010. 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 January 14, 2025, 1:30 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 January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 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.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)

Department Of Labor And Employment Tender

Furnitures and Fixtures
Philippines
Details: Description 1 Set 1 Set Stainless Steel Cake Spatula (4", 6", 8", 10") /set 1 Unit 1.5l Glass Jar Hjb326 Electric Blender/unit 1 Pc 10" Bread Knife /piece 1 Pcs 10" Non-stick Round Pizza Pan/piece 4 Pcs 1000ml Squeezer Bottle/piece 1 Set 10pcs Measuring Cup And Spoon /set 1 Unit 11kg Gas Tank With Content 15 Pcs 11x11x6 Cm Melamine Rice Bowl/piece 1 Unit 12 Inch Aluminum Alloy Cake Turnable Revolving Stand Non Slip/unit 1 Pcs 12" Non-stick Round Pizza Pan/piece 2 Sack 14-14-14 Fertilizer 50kg/sack 1 Pcs 14" Non-stick Round Pizza Pan/piece 2 Pcs 15x11" Cooling Rack/piece 1 Pc 16cm Diameter Stainless Steel Strainer /piece 15 Pcs 2.5cmx11cm Melamine Saucer/piece 5 Pcs 20x20x3.3cm Flat Baking Tray/piece 2 Pc 21.2 X 3.3 Cm Silicon Pastry Brush 2 Unit 30 Cups Capacity,5.6l,hhrc560hdrc Electric Rice Cooker/unit 1 Unit 30 Inches By 42inches Shampoo Chair With 19" By 10inches Shampoo Bowl Set 1 Pack 3oz Cupcake Liner:bottom Diameter :5cmheight :4cmtop Diameter :7cm. 100pcs/pack 5 Roll 4 Ply Yarn Black/roll 5 Roll 4 Ply Yarn Brown/roll 5 Roll 4 Ply Yarn White /roll 1 Unit 4.5l Stainless Steel Bowl, 6 Speeds Standmixer/unit 1 Unit 4.8 Cu.ft Dual Function Chest Freezer Fc48gdf Solid Top W/ Keylock/unit 1 Unit 52l Insulated Cooler Box Chest/unit 2 Set 6 Holes Cupcake Box W/divider,box Dimensions-length:16cm,width:9cm By Diameter:7.5cm 10pcs/set 5 Pcs 6.5 L Rectangular Food Container/piece 2 Pcs 6" X 3" Round Baking Pan 2 Pcs 7" Stainless Steel Kitchen Knife 3 Pc 8" Doll Cake Pan Mold/piece 2 Pcs 8" X 2" Round Baking Pan/piece 2 Rolls 8mil 20ft By 30m Greenhouse Roofing Plastic Sheet/roll 1 Pcs 8x12large Wooden Chopping Board/piece 1 Set 8x8x15" Cake Box 10pcs/set 1 Pc 9" Glass Mixing Bowl/piece 1 Pack All Purpose Cream 250ml/pack 4 Sack All Purpose Flour 25kg/sack 50 Set Assorted Shoot Toy Guns With Bullets And Target /set 1 Pcs Baker's Blade/piece 4 Kgs Baking Powder/kg 2 Pack Barbeque Stick 100pcs/pack 5 Roll Beige Indophil Yarn 100 Grams/roll 5 Pack Black Forest Milktea Powder 500g/pack 5 Roll Black Indophil Yarn 100 Grams/roll 1 Kilogram Black Pepper /kilogram 1 Pcs Black Storage Box 120l/piece 37 Kilogram Brown Sugar /kilogram 10 Bottle Bubble Solution/liquid 1l/bottle 5 Set Bubble Wand Set Big(liquid Not Included) 24pcs/set 5 Set Bubble Wand Set Small (liquid Not Included) 24pcs/set 1 Set Cake Decorating Tools/set Inclusions: Cake Turntable; Spatula; Cake Slicer; Rubber Scraper; 2 Pcs Piping Nails; 2 Pcs Plastic Coupler; Cleaning Brush; Flower Lifter; Cake Pen; 2 Pcs Piping Bags; 36 Pcs Piping Tips 1 Sack Cake Flour 25kg/sack 2 Pcs Cake Pan ( 12x 12 X 2)/piece 2 Pcs Cake Pan (10 X 10 X 2)/piece 2 Pcs Cake Pan (10 X 14 X 2)/piece 2 Pcs Cake Pan (8 X 8 X 2)/piece 4 Pack Cheese Bar 1kg/pack 2 Tie Cheese Powder,food Flavoring 200g/sachet 5sachet/tie 10 Kgs Chicken Breast/kilogram 3 Kilogram Cocoa Powder /kilogram 10 Pack Concentrated Laundry Detergent , 1.32kgs/pack 10 Can Condensed Milk 390g/can 5 Pack Cookies And Cream Milktea Powder 500g/pack 5 Pack Corn Starch 400g/pack 3 Pack Cream Cheese Powder 500g/pack 3 Pcs Crochet Hook 4mm /pcs 3 Pcs Crochet Hook 5mm /pcs 1 Pack Cup Cake Liner (302 X 1000) /pack 5 Pack Dark Chocolate 1kg/pack 2 Pcs Deep Large Mixing Bowl 3.8l (21x21x14cm)/piece 1 Unit Digital Weighing Scale 50kg Capacity/unit 1 Unit Double Burner Gas Stove L 71 X W 37 X H 10 (cm) 10 Can Evaporated Milk 400g/can 10 Bottle Fabric Conditioner 670ml/bottle 1 Unit Facial Steamer With Stand And Magnifying Lamp/unit 2 Roll Gi Tie Wire #14 35kgs/roll 2 Roll Gi Tie Wire #20 35kgs/roll 3 Kgs Ground Beef Per Kilo 1 Unit Hair Removal Device Portable Intense Pulsed Light Technology 220v,300w/unit 1 Unit Hd6335m Metal Frame High Speed Portable Sewing Machine/unit 1 Unit Heavy Duty Outdoor Bbq Grill With Cover And Stand 5.39inches X 27.95 Inches’ X 48.82inches 4.4 Lbs. Coal Capacity With Lid-mounted Thermometer Gauge Equipped With 2 Wheels /unit 1 Unit Heavy Duty Single Gas Stove (high Pressure,automatic Ignition) With Hose And Regulator/unit 2 Unit Heo90rrs 90l Capacity Electric Oven/unit 1 Unit Hhmb120ss Electric Hand Mixer 280x180x300mm/unit 5 Roll Indigo Indophil Yarn 100 Grams/roll 100 Pcs Inflatable Rubber Bouncy Balls Random Designs/piece 5 Roll Khaki Indophil Yarn 100 Grams/roll 20 Set Kitchen Tools Set Toys Random Design /set 5 Roll Lavender Indophil Yarn 100 Grams/roll 5 Roll Light Blue Indophil Yarn 100 Grams/roll 6 Liter Liquid Vegetable Cooking Oil/liter 50 Pcs Magic Spring Rainbow Medium/piece 10 Set Magic Spring Rainbow Small 6pcs/set 5 Pack Matcha Milktea Powder 500g/pack 5 Roll Midnight Blue Indophil Yarn 100 Grams/roll 1 Unit Milktea Package Equipment Set Package 3 ( 1pc Digital Weighing Scale, 1 Unit Manual Sealing Machine, Sealing Film 3,000 Shot,10l Tea Barrel,cup Holder,10pcs Powder Cannister,10pcs Powder Scooper,2pcs Stirrer,2pcs Tapioca Scooper,2pcs Jigger,700ml Shaker,500ml Shaker,mea. Pister 1l,2pcs Large Squeezer,straw Holder,assorted Color Mea.cup, Tea Net) /set 2 Pcs Mixing Bowl 30 Cm/piece 1 Pc Movable Stick Wood Rolling Pin Medium Size/piece 4 Pcs Muffin Pan (350 X 265 X 30 Mm) /pcs 1 Pcs Nonstick Rolling Pin/piece 5 Roll Olive Green Indophil Yarn 100 Grams/roll 5 Liter Palm Oil /liter 5 Roll Pastel Pink Indophil Yarn 100 Grams/roll 6 Pcs Pie Plate 9"/piece 6 Pcs Pizza Pan 10 Inches/piece 2 Pack Plastic Cup 10oz(50pcs/pack) 10 Kilogram Pork /kilogram 10 Kgs Pork Pigue /kilogram 1 Unit Portable Diamond Peel Device:1 Vacuum + Diamond Peel Body 1 Diamond Tips (1 Size) 3 Vacuum Tips (1 Macro Round, 1 Micro Round, & 1 Oval) 1 Packet Of Filter Components 1 Power Source/unit 1 Unit Portable Facial Radio Frequency Machine (220v,50-60hz, 10w Power)/unit 1 Unit Portable Machine Sterilizer For Tools:250-280℃-380℉ Max,sterilization Temperature 160℃ 320℉/unit 10 Piece Premium Whole Chicken /piece 5 Set Pull Back Toy Cars Small 24pcs/set 50 Pcs Push Pull Walk Plane Rod Toddler Toy/piece 2 Bundle Raw Rattan 25pcs/bundle 5 Pack Red Velvet Milktea Powder 500g/pack 4 Kilogram Rock Salt /kilogram 4 Set Rubiks Cube 3by3 20pcs/set 10 Pack Salted Butter 200g/pack 1 Unit Sek-777 2stroke Engine(25l Capacity) Knapsack Power Sprayer/unit 1 Pcs Silicon Baking Mat 15"x19" /piece 1 Unit Sl10010w 49l Table Top Gas Oven,thermostat Control/unit 10 Set Slime Toys 70ml/bottle 20pcs/set 5 Roll Soft Red Indophil Yarn 100 Grams/roll 5 Pack Sour Cream And Onion Powder 200g/pack 8 Liters Soy Sauce /liter 1 Sack Special Commercial Rice (local)(25 Kgs/sack) 2 Unit Stainless Steel 12l Capacity Pressure Cooker Explosion Proof/unit 1 Unit Stainless Steel 43cm Diameter Wok Pan/unit 1 Unit Stainless Steel Burger Griller Gas Type, 24x15x8" /unit 4 Pcs Stainless Steel Ladle Medium 32cm/piece 1 Unit Stainless Steel Medium Deep Fryer Gas Type Single/unit 1 Pcs Stainless Steel Pizza Cutter Wheel/piece 2 Pcs Stainless Steel, Silicon Handle 12inches Tong/piece 1 Unit Stand Mixer, Kw-4502, 5 Adjustable Speed Setting With Turbo Control Switch/unit 2 Pack Standard Toy Balloons Assorted Colors 100pcs/pack 1 Unit Su 70 A2 7cubic Feet Chiller/unit 4 Pack Tapioca Black Pearl 1kg/pack 30 Bundle Tiger Grass /bundle 4 Pcs Tray Cake ( 12 X 12 X 1)/piece 9 Liters Vegetable Oil/liter 8 Liters Vinegar /liter 5 Roll Violet Indophil Yarn 100 Grams/roll 4 Pack Whipping Cream /liter 5 Roll White Indophil Yarn 100 Grams/roll 15 Pack White Sugar/kilogram 5 Pack Wintermelon Milktea Powder 500g/pack 1 Unit Wireless/wired Eyebrow Tattoo Machine Set S600 Lip Liner Permanent Makeup Eyebrow Tattoo Pen With 10 Ink Cartridges 1 Unit Wt16b5240ba/tc 16kgs Capacity Twin Tub Washing Machine/unit 5 Roll Yellow Indophil Yarn 100 Grams/roll
Closing Date4 Feb 2025
Tender AmountPHP 400.7 K (USD 6.8 K)

City Of Bais Tender

Food Products
Philippines
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 Food Supplies And Materials To Be Used During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 61-25 Php 999,689.50 1 55 Sacks Rice (50 Kgs Per Sack) 2 4950 Packs Milk Powder (33g Pack) 3 10000 Pieces Assorted Biscuits/crackers, 10 Pieces Per Pack 4 10 Packs Pure Monosodium Glutamate, Umami Seasoning (11g X 18 Pcs.) 5 10 Packs All-in-one Seasoning (8g X 16 Pcs.) 6 12 Boxes Pork Broth Cubes (10g X 6 Pcs.) 7 12 Boxes Chicken Broth Cubes (10g X 6 Pcs.) 8 10 Kgs. Rock Salt (1 Kg Per Pack) 9 12 Packs Cornstarch (1 Kg Pack) 10 6 Packs Bread Crumbs (1 Kg Pack) 11 120 Trays Eggs (30 Pcs/tray) Xl 12 500 Containers Mineral Water Refill (20 L Per Container) 13 8 Tanks Lpg Gas 11 Kg (refill Only) 14 12 Cans Black Beans 180 G 15 12 Sachets Banana Blossom (sachet) 16 24 Sachets Oyster Sauce 405 G 17 12 Packs Raisins (250 G/pack) 18 8 Kgs. Garlic (kg.) 19 8 Kgs. Red Onion (kg.) 20 8 Kgs. Red/green Bell Pepper (kg) 21 6 Kgs. Green Chili/siling Haba (kg) 22 12 Kgs. Carrots (kg) 23 12 Kgs. Potato (kg) 24 12 Kgs. Baguio Beans (kg) 25 12 Kgs. Sayote (kg) 26 12 Kgs. Apara (kg) 27 12 Kgs. Cabbage (kg) 28 12 Packs All Purpose Cream (250 Ml/pack) 29 12 Cans Pineapple Tidbits, 432 G/can 30 2 Kgs. Whole Black Pepper (kg) 31 2 Kgs. Ground Black Pepper (kg) 32 1 Kgs. Laurel Leaves (kg) 33 12 Kgs. Green Peas (kg) 34 12 Kgs. White Beans (kg) 35 3 Kgs. Ginger (kg) 36 6 Kgs. Tomato (kg) 37 6 Bundles Spring Onion (bundle) 38 12 Kgs. Kalamansi (kg) 39 8 Containers Cooking Oil (4 Gallons/container) 40 6 Gallons Soy Sauce (3.785 L/gallon) 41 3 Gallons Vinegar (3.785 L/gallon) 42 150 Bundles Firewood (bundle) 43 365 Kgs. Pork (kg) 44 220 Kgs. Ground Pork (kg) 45 365 Kgs. Dressed Chicken Choice Cuts (kg) 46 10500 Pcs. Ripe Banana Lakatan/bulungan 47 140 Kgs. Fish (kg) 48 48 Packs Longganisa (1 Kg/pack) 49 80 Packs Jumbo Hotdog (1 Kg/pack) 50 80 Packs Sweet/cooked Ham (1 Kg/pack) 51 40 Packs Chicken Loaf (1 Kg/pack) 52 1 Sacks Mung Beans (monggo, Sack) 53 20 Packs Sotanghon (1 Kg/pack) 54 12 Packs Pancit Canton (1 Kg/pack) 55 12 Gallons Banana Catsup (2 Kg/gallon) 56 12 Packs Tomato Paste (1 Kg/pack) 57 6 Packs Clear, Lemon-lime Flavored Soft Drink 1.5 L (pack Of 12) 58 12 Kgs. Brown Sugar (kg) The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). 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. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 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 Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 999.6 K (USD 17 K)

Department Of Education Division Of Palawan Tender

Others
Philippines
Details: Description Request For Quotation Date: January 23, 2025 Quotation No: 2025-01-007 To All Eligible Suppliers: The Schools Division Of Palawan, Through Its Bids And Awards Committee (bac), Intends To Procure Hotel Accommodation (fullboard), Including Meals And Snacks, A Function Hall, And Hotel Amenities For The Conduct Of Upskilling Of Division Field Technical Assistance Team Members On January 30-31, 2025, In Puerto Princesa City Within Puerto Princesa City With An Approved Budget For The Contract One Hundred Seventy Six Thousand Pesos (php 176,000.00) Through Section 53.9 (negotiated Procurement –small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of The Rfq, And Submit Your Quotation Duly Signed By Your Representative Not Later Than 09:00 Am Of January 27, 2025. At 3rd Floor Bac Office, Deped Building, Sdo Palawan C/o Rafael G. Manalo, Phd, Bac Chairperson, Gov. Salvador P. Socrates Gov’t Center, Bancao-bancao, Puerto Princesa City. For More Information, Please Contact The Bac At (048) 433-6392. The Prospective Supplier Shall Be Responsible For Verifying The Quoted Items. Rafael G. Manalo, Phd Assistant Schools Division Superintendent Chairperson, Bids And Awards Committee For The Bac Chairman (sgd) Rodel S. Magnaye, Cese Oci-asst. Schools Div. Superintendent Co-chairman, Bids And Awards Committee I. Project: Conduct Of Upskilling Of Division Field Technical Assistance Team Members No. Items And Description Qty. Unit Statement Of Compliance (state “comply Or Not Comply” Unit Price Total Price Procurement Of Hotel Accommodation (fullboard), Including Meals And Snacks, A Function Hall, And Hotel Amenities For The Conduct Of Upskilling Of Division Field Technical Assistance Team Members On January 30-31, 2025, In Puerto Princesa City 1 Public Schools District Supervisor And District-in-charge (days 1 & 2) 35 Pax 2 Division-based Personnel (day 1 Only) 35 Pax 3 Division-based Personnel (days 2) 25 Pax Description Of Services 1. Adequate Hotel Rooms With A Maximum Of Three Single Beds To Accommodate 35 Participants. 2.meals And Accommodation Good For 3 Pax Free Of Charge. 3.daily Servings Of Breakfast, Lunch, And Dinner Include A Soup Or Appetizer, Two Main Dishes, Side Dishes, Dessert, And A Beverage. Serving Times Are From 7:00 Am To 8:00 Am, 12:00 Pm To 1:00 Pm, And At 6:00 Pm. 4. Plated Service Snacks (am And Pm) At 9:00 Am To 9:30 Am, And 3:00 Pm To 3:30 Pm 5. Free Standby Drinking Water In The Function Hall 6. Pre-planned Menus During The Opening Of Quotation 8. One (1) Well-lighted And Ventilated Function Hall With Tables And Seats That Is Comfortable And Can Accommodate The Total Number Of Participants By Batch 9. Sound System For The Function Hall To Be Used On The Whole Duration Of The Activity. Equipment Should Be In Very Good Condition. 10. Three (3) Lcd Projectors 11. Four (4) Units Wireless Microphone. 12. Free Fast And Efficient Wifi Connection. 13. Set Of Tables And Chairs Good For Three (3) Persons Outside The Plenary Hall For The Registration Team, Secretariat And Medical Team During The Duration Of The Conference. 14. Standby Generator Set In Case Of Blackout. 15. Standby Focal Person (hotel Contact Person) 16. Free 6' X 8' Tarpaulin. Xxxxxxxxxxxxxxxxxxxxxxxxxx Approved Budget For The Contract (abc) Php 176,000.00 Delivery Period: Two (2) Days Total: This Is To Submit Our Price Quotations As Included Above, Subject To The Terms And Conditions Of The Rfq. Supplier’s Company Name: Tin: Address: Telephone: Cp No.: E-mail: Supplier’s Authorized Representative Signature Over Printed Name: Date: I. Terms And Conditions A. Submission Of Requirements 1. Sealed Quotations And Other Requirements Below Shall Be Submitted To The Bids And Awards Committee (bac) Secretariat At 3rd Floor, Deped Building, Schools Division Office Of Palawan, Gov. Salvador P. Socrates Gov’t Center, Bancao-bancao, Puerto Princesa City. 2. Interested Supplier Shall Submit The Following Requirements: A. Letter Of Intent To Participate In The Said Procurement. B. Duly Signed Request For Quotation. Prices Shall Be Quoted In Philippine Pesos. Statement Of Compliance Must Be Accomplished By The Supplier. C. Documentary Requirements Of The Following: 1. Dti Certificate Of Registration 2. Valid Mayor’s Permit 3. Tax Clearance 4. Bir Certification 5. Philgeps Registration 6. Notarized Omnibus Sworn Statement Bidder’s Failure To Submit Such Documents Upon Opening Shall Be Grounds For Disqualification. B. Award The Supplier Who Submitted The Lowest Calculated And Responsive Quotation Shall Be Awarded The Purchase Order/contract After Evaluation By The Bac. C. Delivery Of Services 1. Delivery Of Services Shall Be Made On The Schedule Date Upon Receipt Of Purchase Order/contract. 2. Upon Delivery Of The Services, The Supplier Shall Notify The Purchaser And Present The Following Document/s To The Purchaser: A. Original And Copy Of The Supplier’s Statement Of Account. D. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated Based On The Following Criteria: 1. Completeness Of Submission. 2. Compliance With Technical Specifications; And 3. Price E. Instructions 1. The Supplier Shall Be Responsible For All The Services To Be Rendered And Should Be In Accordance With The Schedule And Specifications Stipulated In The Contract/purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Grounds For Cancellation Of The Contract/purchase Order Issued To The Supplier. 2. Supplier Shall Pick Up The Purchase Order/contract Issued In Its Favor Within Three (3) Calendar Days From Receipt Of Notice To The Effect. A Telephone Call Or Fax Transmission Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchases Order Remains Unclaimed, The Purchase Order Shall Be Canceled. To Avoid Delay In The Delivery Of The Requesting Agency’s Requirements, All Defaulting Supplier Shall Be Precluded From Proposing Or Submitting Substitute Quotation (s) Or Item (s). 3. A Supplier Who Accepted A Purchase Order/contract But Failed To Deliver The Required Goods/services Within The Time Called For In The Purchase Order/contract Shall Be Disqualified From Participating In Deped Or Any Of Deped Unit’s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a 9184 And Its Irr-a Against The Supplier. 4. The Supplier Shall Pay All Duties, Excise, And Other Taxes And Revenue Charges. 5. All Transactions Are Subject To Withholding Of Credible Value-added Tax And/or Expanded Value – Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. F. Payment One Hundred Percent (100%) Of The Contract Price Less Government Tax Shall Be Paid To The Supplier After Completion/compliance Of The Services Delivered. Payment Shall Be In The Form Of A Check And Addressed To The Supplier’s Name Firm. After Carefully Reading Your Request For Quotation And Its Terms And Conditions, I/we Quote You On The Item/s At The Price Noted In The Rfq. The Quotation Shall Be Binding Upon Us For Thirty (30) Calendar Days Reckoned From The Last Day Of Submission Indicated In The Submission Requirements. We Shall Accept The Corresponding Award On Purchase Order At Any Time Before The Expiration Of This Period
Closing Date27 Jan 2025
Tender AmountPHP 176 K (USD 3 K)
3751-3760 of 3789 archived Tenders