Chair Tenders

Chair Tenders

Dr Jose Fabella Memorial Hospital Tender

Electronics Equipment...+3Electrical Goods and Equipments, Healthcare and Medicine, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The Supply And Delivery Of: Particular Qty. Unit Cost Total Cost Cold Packs 5 Pcs ₱1,000.00 ₱5,000.00 • Reusable Cold Gel Pack • Durable Construction Resistant To Puncture • Standard Size Gel Pack 27cm X 16.5cm Parafin Wax Container 1 Set 20,000.00 20,000.00 • 6 Lb (4 Liter) Container With Oversized Tank Accommodates A Man Size 12 ½ Foot • Lightweight And Portable • Operating Temperature 125-134°f, 110 V • Kit Includes Container, Washable Terry Cloth And Mitt And • Bottie, 65 Hand/foot Plastic Liners And (6) 1lb Wax Blocks Portable Infrared Radiation Lamp 1 Pc 15,000.00 15,000.00 • Deep Focused Infrared Warmth With 150w • Adjustable Angle That Can Be Positioned Up To 40 Degrees Backward • Have An On And Off Switch At The Back Of Infrared Lamp • Has A Cord Storage Holder At The Back Of The Appliance • Cord Length: 180cm; Voltage: 220 Or 250v • Insulation: Class Ii (double Isolation) • Frequency: 50hz • Type Of Lamps: Par 38e, 150w + Prismatic Rings For More Focus • Dimension: 22cm H X 13cm W X 18.5cm D • A Box Dimension: 24cm H X 28.8cm W X 62.4cm D • Product Weight: 1 Kg; F-box Weight 1 Kg • F-box Dimension: 22.5cm H X 14cm W X 20.4cm D • A-box Weight: 6.4kg • Iec Certified: Complies To Iec 60335 Wall Standing Mirrors 1 Pc 4,500.00 4,500.00 • 34.4 Cm W X 1.6 Cm D X 154.4 Cm • Any Color • 28 Mm Thick, Polystyrene Plastic Frame With 3 Mm Thick, Normal Mirror And 3mm Thick Mdf Back Board Stretchable Resistance Band • Light (green): 600mm X 50mm X 0.35mm (5-10lbs) 1 Roll 5,000.00 5,000.00 • Medium (blue): 600mm X 50mm X 0.50mm (10-20lbs) 1 Roll 5,000.00 5,000.00 • Heavy (yellow): 600mm X 50mm X 0.70mm (20-30lbs) 1 Roll 7,000.00 7,000.00 • Extra Heavy: 600mm X 50mm X 1.10mm (40-48lbs) 1 Roll 9,000.00 9,000.00 Stretchable Resistance Tube • High Quality Latex Band Pre-formed Into A Loop • Material: Thermoplastic Elastomer • Resistance Tube Features A Double Layer Of Rubber At The Ends For Comfortable Grip • Resistance Tube Length: 140cm • Handle Width: 11cm Light 1 Pc 5,000.00 5,000.00 Medium 1 Pc 7,000.00 7,000.00 Heavy 1 Pc 9,000.00 9,000.00 Pulse Oximeter 1 Pc 3,000.00 3,000.00 • Monochrome Led Display • Measurement Accuracy: +2% Within The Range Of 70%-99% • Measurement Value <70% Accuracy • Charging Method: Usb Type C • Aa Battery • Power Consumption: Less Than 20mah • Usage: With Bottom, Automatic Testing • Automatic Shutdown: Finger Disengagement • Lightweight, Small, Easy To Use And Convenient To Carry Dumbells • Made Of Iron Material Covered With Neoprene • Hex Shaped Heads Design • Weights: 1 Lb 1 Pair 1,000.00 1,000.00 2 Lbs 1 Pair 1,300.00 1,300.00 3 Lbs 1 Pair 1,500.00 1,500.00 4 Lbs 1 Pair 1,700.00 1,700.00 5 Lbs 1 Pair 2,000.00 2,000.00 Ankle Weights • Made Of Oxford Cloth Materials Filled With Iron Sand • With 2 Velcro Straps On Both Sides With Heavy Duty Nylon And Adjustable Straps That Fits On The Ankle • Weights: 0.5kg 1 Pair 1,500.00 1,500.00 1 Kg 1 Pair 1,800.00 1,800.00 2 Kg 1 Pair 2,300.00 2,300.00 3kg 1 Pair 2,500.00 2,500.00 4kg 1 Pair 3,000.00 3,000.00 Inflatable Vestibular Ball 2 Pcs 5,000.00 10,000.00 • 75 Cm / 29.5-inch Size • Bearing Capacity Support Up To 330 Lbs • 3 Mm Thickened Abs Ball (anti-burst System) • Free Of Bpa And Heavy Metals • Assorted Color • With Foot Pump Included Inflatable Rubber Ball For Kids 2 Pcs 5,000.00 10,000.00 • Mini Inflatable Ball With Design For Kids • Small Flexible Enough To Grasp With One Hand Yet Big Enough To Hold With 2 Hands • Bouncy, Thick, Durable Pimpled Rubber • Nontoxic, Harmless Plastic • Diameter Approx.: 5–6-inch Diameter Wobble Board 1 Pc 6,000.00 6,000.00 • Made Of Molded Plastic With A Specially Designed Tactile Surface On The Top And Anti-skid Surface On The Bottom • 40cm L X 10cm H • 20mm Palm Touch With Surface Non-slip Sandpaper Handle Design Both Sides For Easy Gripping • With Curve Button Support In 360 Degrees Direction • Weight Limit For Each Board Is 300 Lbs. Yoga Mat 2 Pcs 5,000.00 10,000.00 • Lightweight And Durable Yet Cushioned And Strong • Washable And Easy To Clean • Size: 68 In L X 24 In W Rubber Mat Flooring / Play Mat For Kids 5 Packs 10,000.00 50,000.00 • Puzzle Interlocking • Made From Soft And Durable High-quality Foam • Epe Non-toxic Material • Feature: Anti-slip, Shock Absorbing And Soft • Dimension: 60 Cm By 60cm • Bright With Different Color Puzzle Mats • Lightweight And Easy To Install And Detach • 4 Pieces Per Pack Kinesiology Tape 5 Pcs 4,000.00 20,000.00 • 2 Inches Width • Sweat Resistant And Water Resistant And Air Permeable Allowing It To Be Worn For Days • Can Be Stretch By 30-40% • Assorted Color • Materials: Cotton, Spandex, Acrylic • Pressure Sensitive Adhesive, Hypoallergenic Hole Peg Board 1 Set 3,000.00 3,000.00 • Stacking Peg Board Set Includes 100 Pegs Of 10 Different Colors And One Board • Natural Solid Rubber-wood, Non-toxic, Smooth Finish, Coated With Soft Child Safe Water-based Paints • Sizes: Chess Board 8.5 Cm X 8.5cm X 3.35 Cm • Peg Height: 2 Cm Hand Grip Exerciser 1 Pc 2,000.00 2,000.00 • Metal Exerciser With Soft Eva Grips • Grip Tension Rating Of 33 Lbs • Product Size: 3.5 In W X 5 In H X 1 In D Finger Strengthener Exerciser • Trumpet Format • Size: 3.5 In X 5 In X 1 In • Material: Abs Composite Material • Latex Free Trp Grip • Steel Spring Component Light 1 Pc 2,000.00 2,000.00 Medium 1 Pc 2,200.00 2,200.00 Bp Apparatus And Stethoscope 1 Pc 25,000.00 25,000.00 • Mercury-free Sphygmomanometer • Adjustable Height And Position • Pressure Range: 0-300 Mmhg • Calibrated • Wheel Stand, With 5 Casters • With Lockable And Static Feature • With Complete Accessories: Nylon Velcro Cuff With Different Sizes (33-47 Cm For Obese Adult, 25-35cm For Regular Adult, 18-26cm For Child, 12-19cm For Infant And 6-11cm For Newborn, Inflator Valve, Air Control Bulb • Basket (attached To The Stand) For The Accessories • At Least 1 Year Warranty On Service And Parts Bicycle Ergometer 1 Pc 47,000.00 47,000.00 • For Upper And Lower Extremities • Foldable Bike Ergo Exerciser Used In Arms And Legs • With Anti-slip Pedal And Non-slip Bike Foot And Adjustable Resistance Gauge • With Or Without Lcd • Materials Used: Abs Pp Steel • Size: 48.5 Cm X 36 Cm X 33 Cm • Maximum Load Capacity: 100 Kg Product Weight Approx.: 2.4 Kgs Total ₱300,300.00 Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before January 7, 2025. To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate 2. Mayors Permit 3. Omnibus Sworn Statement For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com / Fabella.procurement @ Gmail.com (tel. No. 88 66 7960 - 74). The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotation, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Consider Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That Maybe Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. Maria Lu D. Andal, Md Chair, Bids And Awards Committee For Infrastructure, Goods Non-medical, Consulting Services, Non-medical Equipment, Services
Closing Date7 Jan 2025
Tender AmountPHP 300.3 K (USD 5.1 K)

City Of Bais Tender

Civil And Construction...+1Construction Material
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 Supplies And Materials To Be Used At The Kitchen And Headquarter’s 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. 58-25 Php 210,225.00 1 12 Pcs. A4 Special Paper 220gsm (10 Pcs/pack) 2 5 Sets A4 Laminating Film 100 Mic (100 Pcs/pack) 3 3 Sets 003 Inks For Printer (with Bk/cy/mg/yw Color/set) 4 3 Reams A4 Bond Paper Substance 20 (ream) 5 6 Reams 8 1/2 X 13 Bond Paper Substance 20 (ream) 6 6 Reams 8 1/2 X 11 Bond Paper Subsance 20 (ream) 7 12 Packs 8 1/2 X 13 White Special Paper (10 Pcs/pack) 8 12 Packs A4 Sticker Paper Semi-glossy (10 Pcs/pack) 9 100 Meters Blue Sack Sakolin Trapal Extra Thick (meter) 10 12 Pcs. Marine Plywood 1/2 Inch 4 Ft X 8 Ft 11 20 Pcs. Coco Lumber 2 X 2 X 12 (120bd.ft) 12 20 Pcs. Coco Lumber 2 X 2 X 10 (120bd.ft) 13 12 Kgs. Galvanized Iron Tie Wire/alambre # 16 (kg) 14 100 Meters 2 X 3 Meters Artificial Grass Outdoor Artificial 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 210.2 K (USD 3.5 K)

Department Of Education Division Of Pangasinan I Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Request For Quotation No.: 2024-12-203-gs-rebid Date Published: January 14, 2025 Closing Date: January 22, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 22, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Office Supplies And Materials & Equipment For Provident Fund Use (rebid) Approved Budget For The Contract (abc): ₱525,977.54 Funding Source: Roi-23-1654 (savings) Unit Description Quantity Unit Price Ceiling (php) Price Ceiling (php) Unit Wall Clock, Quartz 4 834.00 3,336.00 Piece Calculator, 12 Digits 10 582.41 5,824.10 Piece Correction Tape, Heavy Duty 50 55.60 2,780.00 Bottle Ink, Epson 001, C (cyan) 70ml, Epson L6190 18 410.05 7,380.90 Bottle Ink, Epson 001, M (magenta) 70 Ml, Epson L6190 18 410.05 7,380.90 Bottle Ink, Epson 001, Y (yellow) 70 Ml, Epson L6190 18 410.05 7,380.90 Bottle Ink, Epson 001, B (black) 70ml, Epson L6190 24 625.50 15,012.00 Piece Kraft, Expandable Envelope (without Divider), Legal 36 20.85 750.60 Piece Heavy Duty Extension Cord, 4 Gang, 1.83 Meters 3 903.15 2,709.45 Piece Nano Universal, Socket Adapter 5 66.37 331.85 Box Staple Wire No.35, Standard, 5000 Staples 20 95.91 1,918.20 Piece Stapler, With Remover #35, Heavy Duty , No.1111 6 346.11 2,076.66 Roll Twine, Plastic, 1 Kg/roll, Large 6 164.48 986.88 Unit Printer With Adf, All-in-one Ink Tank Printer, Print, Scan, Copy, Fax With Adf Print Method:precisioncore Printheadminimum Ink Droplet Volume:3.3 Plprinter Language:esc / P-rprint Direction:bi-directional Printing, Uni-directional Printingnozzle Configuration:400 Nozzles Black, 128 Nozzles Per Colour (cyan, Magenta, Yellow)maximum Resolution:4800 X 1200 Dpi (with Variable-sized Droplet Technology)automatic 2-sided Printing: Yes (up To A4) 15 25,198.38 377,975.70 Piece Maintenance Box, Epson L6190 Wi-fi Duplex All-in-one Ink Tank Printer With Adf 15 971.61 14,574.15 Piece Original Brother Printer Head For Brother Dcp T710w T720dw T810w T910w And T920w 1 6,080.56 6,080.56 Unit External Hard Drive Ssd, 4tb, Usb 3.0 2 9,728.61 19,457.22 Unit External Hard Drive Ssd, 1tb, Usb 3.0 1 4,031.00 4,031.00 Unit Toner, Develop, Ineo 450i, Photocopier 1 6,500.00 6,500.00 Piece Mechanical Numpad, Pad Key Board Usb Wired, Full Sized At Least 17 Keys 25 471.90 11,797.50 Piece Magnifying Glass, 100mm 8 161.24 1,289.92 Piece Swivel Chair, Mesh Office Mid Back W/ Back Support 5 5,280.61 26,403.05 Total ₱525,977.54 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Bid Documents And Price Quotation Forms May Be Acquired By Interested Suppliers At The Bac Office, 4/f, Bldg, 3 Sdo 1 Pangasinan. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Office Supplies And Materials & Equipment For Provident Fund Use (rebid) And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than January 22, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 22, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference A. Instructions 1. Supplier Shall Be Responsible For The Source(s) Of Its Goods/equipment And Shall Make The Deliveries In Accordance With The Schedule, And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Grounds For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Shall Pick-up The Purchase Order And Notice To Proceed Issued In Its Favor Within Three (3) Calendar Days From Date Of Receipt Of Notice To That Effect. A Fax Transmission Or Electronic Mail Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchase Order Remains Unclaimed, The Purchase Order Shall Be Cancelled. 3. 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). 4. Supplier Who Accepted A Purchase Order And Notice To Proceed But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Deped Sdo 1 Pangasinan Or Any Of Deped Sdo 1 Pangasinan Units’ Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Revised Irr Against The Supplier. 5. Rejected Deliveries Shall Be Construed As Non-delivery And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Education. 8. 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. B. Packing The Supplier Shall Provide Such Packing Of The Goods Appropriate To Prevent Their Damage Or Deterioration During Transit To The Project Site. Goods Shall Be Packed With Label Identifying Content And Other Applicable Packaging Symbols With Name Of The Purchaser. C. Inspection 1. All Deliveries By Supplier Shall Be Subject To Inspection, And Acceptance By The Deped Sdo 1 Pangasinan Inspection Team And The End-user. All Costs Of The Necessary Laboratory Tests Undertaken By Deped Sdo 1 Pangasinan On The Goods Shall Be To The Account Of Supplier. 2. For The Purpose Of This Condition, Deped Sdo 1 Pangasinan Shall Constitute An Inspectorate Team To Conduct Pre-delivery Inspection Of The Goods At The Supplier’s Warehouse Or Production Site And Inspection Upon Delivery At The Project Site. D. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods. E. Payment 1. As A General Rule, No Advance Payment, Or Any Payment Made Prior To The Delivery And Acceptance Of Goods, Shall Be Made To Any Supplier/manufacturer/distributor, Subject To The Following Exceptions: A. When There Is Prior Approval By The President; B. For Procurement Of Services Where Requirement Of Down Payment Is A Standard Industry Practice, Such As: Hotel And Restaurant Services, Use Of Conference/seminar And Exhibit Areas, And Lease Of Office Space; C. For Procurement Of Goods Required To Address Contingencies Arising From Natural Or Man-made Calamities; And D. Upon Submission Of An Irrevocable Letter Of Credit Or Bank Guarantee Issued By A Universal Or Commercial Bank. 2. Partial Payment Of The Contract Price Will Only Be Allowed If The Contract Provides/allows For Partial Or Staggered Delivery Of Goods Procured, And Such Partial Payment Must Correspond To The Value Of The Goods Delivered And Accepted. 3. Payment Must Only Be Made After The Appropriate Inspection And Acceptance Procedures, As Mandated By Existing Government Rules And Regulations, Have Been Complied With By The Procuring Entity; And 4. Payment Must Be Made In Accordance With Prevailing Accounting And Auditing Rules And Regulations. F. Warranty In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met.
Closing Date22 Jan 2025
Tender AmountPHP 525.9 K (USD 8.9 K)

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 Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Use In The City Engineer’s Office (construction And Water Works Division), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 553-24 Php 3,950,000.00 2 1 Unit Brand New Water Tanker Truck (6-wheeler) Engine Specifications: 4-cylinder, Turbo-intercooler, Commom-rail Direct Injection Euro Iv, 16-valve Diesel Engine Displacement: 5,193 Cc Maximum Output: 114 Kw/2,600 Rpm Maximum Torque: 419 N-m/2,600 Rpm 115b X 125s Transmission - 5-speed Manual Drive: 4 X 4 Gross Vehicle Weight: 6,000 Kg Fuel Tank Capacity: 101 L Tire And Wheels: 7.50-r16-10r Ac Cabin Fog Lamp Equiped Color White Body: 4,000 L W/ 3.0 Thick Ss, Equipped With 1 Pc Manhole, 2.0 Mm Division And 2.0mm Swash Plate Pump System Specs: Engine: Single-cylinder, 4 Stroke, Air Cooled Gasoline Engine Rated Power: 27 Hp Fuel Capacity: 12l Starting Type: With Electric Start W/ Complete Accessories Inclusions: Tint, Seat Cover, Floor Mats, Ewd, Basic Tools, And Lto Registration (government Issued Plate, Inclusive Of Gsis Comprehensive Insurance Coverage) Warranty: Three (3) Year Or Unlimited Mileage Decals: Bais City Seal After Sales Service Within Negros Island The Approved Budget For The Contract Is To Be Taken From Purchase Of Heavy Equipment For Rehabilitation And Improvement Of Local Roads & Other Infrastructure 8918-1-07-06010(2)b. 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 3.9 Million (USD 67.4 K)

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 Use In The Operation And Maintenance Of Various Vehicles With Each Corresponding Office Under Procurement Thru Bidding For Each Corresponding As Indicated Above, Enro, Ceo, Cmo, Spo, City Agri, And Cho, Viz: Item Approved Budget For The Contract (abc) Pr No. 01-25 Php 20,000,000.00 1 1 Lot Diesel (1st, 2nd, 3rd Qtr. 2025) Diesel (1st, 2nd, 3rd Qtr. 2025 Of Enro) Diesel (1st, 2nd, 3rd Qtr. 2025 Of Ceo) Diesel (1st, 2nd, 3rd Qtr. 2025 Of Cmo) Diesel (1st, 2nd, 3rd Qtr. 2025 Of Sp Office) Diesel (1st, 2nd, 3rd Qtr. 2025 Of Da) Diesel (1st, 2nd, 3rd Qtr. 2025 Of Cho) The Approved Budget For The Contract Is To Be Taken From General Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 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 February 4, 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 Date4 Feb 2025
Tender AmountPHP 20 Million (USD 342 K)

City Of Bais Tender

Textile, Apparel and Footwear...+1Food 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 Preparation Supply And Hygiene Kits For The Central Visayas Regional Athletic Association (cviraa) Participants In March 2025 At Bayawan City, Negros Oriental, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 68-25 Php 169,380.00 1 465 Pcs Insulated Water Bottle/tumbler Hot And Cold Stainless Steel 600 Ml 2 95 Pcs 4 Grid Sealed Insulated Plastic Lunch Box With Spoon And Fork 3 940 Sachets Shampoo Triple Sachet 4 465 Pcs Germicidal Bath Soap, 60 G 5 465 Pcs Toothpaste, 20 G 6 465 Pcs Toothbrush 7 465 Sachets Deo Lotion Sachet (3 Ml) Assorted Scent 8 12 Packs Bathroom Tissue 2-ply (20 Rolls/pack) 9 12 Packs Sanitary Pad, (28cm, With Wings), 10pads/pack 10 10 Packs Clear Mouthshield Food Protection Face Mask (10 Pcs/pack) 11 465 Sachets Laundry Powder Detergent 65g Sachet 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 February 4, 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, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 169.3 K (USD 2.8 K)

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)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-15 Attention : All Service Provider Subject : Advertisement Date : February 3, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). 2, Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation Of The Regional Special Management Committee Meeting Food (1 Dinner,1 Breakfast,2 Snacks And 1 Lunch) For February 13-14, 2025 100pax X P2,000.00= P200,000.00 Pax 100 2,000.00 200,000.00 Technical Specifications For Food: I. Menu February 13, 2025 Dinner 1 Cup Steamed Rice 1 Regular Serving Oven Roasted Baby Back Ribs With Plum Hoisin Sauce 1 Regular Serving Ginataang Parapagolong 1 Regular Serving Squash Soup With Bacon Bits 1 Regular Serving Buko Pandan Salad(semi-sweet) 1 Glass Of Water February 14, 2025 Breakfast 1 Large Whole Egg 1 Regular Size Fried Dried Fish 1 Regular Serving Beef Tapa 1 Cup Steamed Rice 1 Cup Hot Choco/coffee Am Snacks 1 Regular Serving Baked Macaroni 1 Glass Of Water Lunch 1 Cup Steamed Rice 1 Pc Potcherong Baboy At Saging Na Saba 1 Regular Serving Ampalaya Con Tausi 1 Regular Serving Sinigang Na Hipon Soup 1 Regular Serving Buko Salad W/tapioca 1 Glass Of Water Pm Snacks 1 Snack Plate Pancit Guisado 2 Pcs. Slice Bread 1 Glass Mango Juice Ii. Conditions 1. Meal Coverage:100 Participants. Meals Starts At Dinner Time. 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 6.with 2 Free Meals For Guests 7.with Assigned Waiters And Head Waiters During The Event Proper 8.with Five (5) Extra Free Meals For Guest Technical Specifications For Venue: I. Availability Of Function Rooms: 1.one (1) Big Air-conditioned Session Hall That Can Accommodate 100 Participants As Session Hall. 2. Date: (february 13-14, 2025) Ii. Location And Site Condition 1. Within Naga City With Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue 3. With One(1) Free Accommodation For Guest. Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- Session Room - Air Conditioned Hall 2.1.1arrangement Of Tables And Chairs Must Observe Proper Distancing Occupying 8 Guests Per Table. 2.1.2 - With Presidential Table Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Table For Secretariat 2.1.4 - Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.1.5- 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cord That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 100 Participants. 3. Room Arrangements 3.1 - Air-conditioned Rooms For The Facilitators, Guest Speakers, And Technical Working Group. 3.2 - With Hot And Cold Bath. 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials. 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply. 4.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning. 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 5.4 Parking - With Sufficient Parking Area. Total 200,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 7, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd.arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date7 Feb 2025
Tender AmountPHP 200 K (USD 3.4 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

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)
4051-4060 of 4098 archived Tenders