Chair Tenders

Chair Tenders

Province Of Bohol Tender

Food Products
Philippines
Details: Description 1. 40 Pax - Autism Parent’s Symposium (whole Day) Meals With Venue (economy 1)- Within Tagbilaran City) Meals With Venue -1 Assisted Buffet: (lunch) -2 Plated Snacks -appetizer -soup -2 Main Courses: (pork/beef/chicken/fish/ Vegetables) -pasta/noodles -plain Rice -dessert (fruits Or Salad) -1 Round Juice Of Drinks (juice/soda/etc.) -free Flowing Water Snacks 2 Choices Of The Following (1 Am Snacks And 1 Pm Snacks): *sandwiches *pastries/cakes *savoury Buns/pies *filipino Snack Delicacies *pasta *noodles *fruits *cold Cuts *bread W/ Cheeses & Spreads - 2 Choices Of The Following Drinks/refreshments (1 Am Snacks And 1 Pm Snacks): *free Flowing Coffee/soda/fruit Juices/water Venue A. Maximum Of 10 Hours Or Whole Day Activity B. With Wifi Connection C. Complimentary Use Of 1 Lcd Projector And Projector Screen D. Provision Of Atleast 5 Extension Cords And At Least 2 Units Microphone (either Wireless Or Wired) E. Free Parking F. No Additional Electricity Charges For Equipment (laptop, Camera, Cellphones, Etc.) Brought In The Venue; G. Set Up Of Tables And Chairs 2. 50 Pax - Down Syndrome Got Talent Meals With Venue (economy 1)- Within Tagbilaran City) Meals With Venue -1 Assisted Buffet: (lunch) -2 Plated Snacks -appetizer -soup -2 Main Courses: (pork/beef/chicken/fish/ Vegetables) -pasta/noodles -plain Rice -dessert (fruits Or Salad) -1 Round Juice Of Drinks (juice/soda/etc.) -free Flowing Water Snacks 2 Choices Of The Following (1 Am Snacks And 1 Pm Snacks): *sandwiches *pastries/cakes *savoury Buns/pies *filipino Snack Delicacies *pasta *noodles *fruits *cold Cuts *bread W/ Cheeses & Spreads - 2 Choices Of The Following Drinks/refreshments (1 Am Snacks And 1 Pm Snacks): *free Flowing Coffee/soda/fruit Juices/water Venue A. Maximum Of 10 Hours Or Whole Day Activity B. With Wifi Connection C. Complimentary Use Of 1 Lcd Projector And Projector Screen D. Provision Of Atleast 5 Extension Cords And At Least 2 Units Microphone (either Wireless Or Wired) E. Free Parking F. No Additional Electricity Charges For Equipment (laptop, Camera, Cellphones, Etc.) Brought In The Venue; G. Set Up Of Tables And Chairs 3. 30 Pax - Dental Lecture And Check-up To Stac-bohol Beneficiaries Meals With Venue (economy 1)- Within Tagbilaran City) Meals With Venue -1 Assisted Buffet: (lunch) -2 Plated Snacks -appetizer -soup -2 Main Courses: (pork/beef/chicken/fish/ Vegetables) -pasta/noodles -plain Rice -dessert (fruits Or Salad) -1 Round Juice Of Drinks (juice/soda/etc.) -free Flowing Water Snacks 2 Choices Of The Following (1 Am Snacks And 1 Pm Snacks): *sandwiches *pastries/cakes *savoury Buns/pies *filipino Snack Delicacies *pasta *noodles *fruits *cold Cuts *bread W/ Cheeses & Spreads - 2 Choices Of The Following Drinks/refreshments (1 Am Snacks And 1 Pm Snacks): *free Flowing Coffee/soda/fruit Juices/water Venue A. Maximum Of 10 Hours Or Whole Day Activity B. With Wifi Connection C. Complimentary Use Of 1 Lcd Projector And Projector Screen D. Provision Of Atleast 5 Extension Cords And At Least 2 Units Microphone (either Wireless Or Wired) E. Free Parking F. No Additional Electricity Charges For Equipment (laptop, Camera, Cellphones, Etc.) Brought In The Venue; G. Set Up Of Tables And Chairs 4. 40 Pax - Hydrotherapy Packed Meal (option 5): Rice -1 Dish (beef/pork/chicken/fish) -vegetable -pasta -noodles -1 Beverage (juice/soda/water) 2 Of The Following Snack Options (1 Am For Snacks And 1 For Pm Snacks) -sandwiches -pastries -cakes -savoury Buns -pies -filipino Snack Delicacies -pasta -noodles -fruits -cold Cuts -bread With Cheese And Spread 2 Beverage Options (1 Am For Snacks And 1 For Pm Snacks): -coffee/soda/fruit Juices/water Date Of Delivery: 3 Days Upon Receipt Of Contract/po/ntp
Closing Date24 Jan 2025
Tender AmountPHP 98 K (USD 1.6 K)

EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender

Others
Corrigendum : Closing Date Modified
United States
Description: 01/24/2025-the Purpose Of This Amendment A0005 Is To Add Clin 0006, A Quantity Of Ten (10) Projectors For The Breakout Room. Clin 0006 Is Optional And Will Not Be Counted Toward The Technical Evaluation. See Attachment-revised 01_24_2025_ Fy25_sample Excel + Conference+pricing+template_blankv2. note: Projector Should Be Suitable For Room Size For Optimized Audience Viewing. ______________________________ 01/22/2025- The Purpose Of This Amendment A0004 Is To Provide Theattach Questions And Answers For Rfq #45310025q0011- Excel Conference. ______________________________ 01/16/2025-the Purpose Of This Amendment A0003 Is To Provide The Deadline For Questions, Friday, January 17, 2025, 2pm Est. ______________________________ 01/15/2025-the Purpose Of This Amendment A0002 Are As Follows: Extend The Quote Due Date From January 15, 2025, 10 A.m. To February 5, 2025, 10 A.m., Washington, Dc Local Time; And Add “locations” Detroit, Chicago, And Minneapolis For The 2025 Excel Training Conference.see Attachment Sf30_amendment_45310025q0011_a0002_rfq Excel Conference_jdaiisigned ______________________________ 12/31/2024-the Purpose Of This Amendment A0001 Are As Follows: Attach Questions And Answers For Rfq #45310025q0011- Excel Conference; Revision Of Sample Of Lodging Nights (2025 & 2026); And Added Language To The Clin 0005 - Audio/visual (a/v) Requirements (rental) , A/v For Breakout Rooms , "the Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Projector Screen...." See Attachment Sf30_amendment_45310025q0011_a0001_rfq Excel Conference_jdaiisigned _______________________________ statement Of Work (sow) examining Conflicts In Employment Laws (excel) Training Conference Fy 2025 & Fy 2026 the U.s. Equal Employment Opportunity Commission (eeoc), Revolving Fund Division, Eeoc Training Institute (hereinafter Referred To As The Institute) Has A Requirement For A Contractor To Provide A Full-service Training Facility To Include Lodging, Meeting And Exhibitor Space, Food And Beverage Service, Audio/visual Equipment, Limited Audio/visual Support Services And Business Center Support To Conduct The Annual Examining Conflicts In Employment Laws (excel) Training Conference (hereinafter Referred To As The Conference). This Annual Conference Provides Training To Federal Agencies And Private Employers On The Laws Enforced By The Eeoc. The Institute Anticipates A Minimum Of 600 Registrants With A Maximum Of 1,000 Registrants, Plus An Additional 100 Attendees Consisting Of Other Staff, Presenters, And Exhibitors Who Provide Support For The Conference. the Excel Training Conference Will Be Held For Four (4) Days. The Preferred Schedule Is Pre- Conference Registration Will Be Held On Sunday And The Pre-conference Sessions On Monday. Full Conference Registration Will Be Held On Sunday And Monday. Pre-conference Sessions Will Be Held On Monday (day 1) From 8:00am – 5:00pm. The Full Conference Will Be Held From Tuesday (day 2) At 8:00am, Ending On Thursday (day 4) At 5:00pm. The Plenary Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). breakout Sessions Will Be Held On The Mornings Of Tuesday (day 2), Wednesday (day 3), And Thursday (day 4) After The Plenary Sessions Until 5:00pm. Food And Beverage Service Is Required For Continental Breakfast And For A Light Lunch For Three (3) Days, Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). The Institute Also Requires Morning And Afternoon Breaks Each Day (tuesday-thursday), And A Conference Reception On One Day During The Conference (the Exact Date And Time Will Be Determined Later By The Institute). The Institute May Offer Six (6) Pre- Conference And Post-conference Workshops For Up To 300 People Outside Of The Tuesday - Thursday Conference. requirments For Location And Dates the Contract Must Be Able To Provide A Facility For The Entire Scope Of The Contract. The Eeoc Will Only Accept Quotations For Following Dates And Locations. the Preferred Dates And Locations For The Excel Training Conference In Each Fiscal Year 2025 & 2026 As Follows: the Preferred Dates And Locations For The 2025 Excel Training Conference Are: location: atlanta, Georgia detroit, Michigan chicago, Illinois minneapolis, Minnesota dates: july 12 - July 17, 2025 august 9 - August 15, 2025 august 16 - August 21, 2025 august 23 - August 28, 2025 august 30 - September 4, 2025 the Preferred Dates And Locations For The 2026 Excel Training Conference Are: locations: detroit, Michigan (1st Preference) minneapolis, Minnesota (2nd Preference) chicago, Illinois (3rd Preference) denver, Colorado (4th Preference) phoenix, Arizona (5th Preference) san Diego, California (6th Preference) palm Springs, California (7th Preference) dates: june 6 - June 11, 2026 june 13 - June 18, 2026 june 20 - June 25, 2026 june 27 - July 2, 2026 july 11 - July 16, 2026 july 18 - July 23, 2026 august 22 – August 27 august 29 - September 3, 2026 the Pre-conference And Full Conference Will Be Held From 8:00am – 5:00pm. We Will Require The Use Of The Registration Area For The Pre-conference And Assembling Of Materials One Day Prior To The Pre-conference From The Hours Of 8:00am – 5:00pm. please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government. the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract. the Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. The Contractor Must Meet The Following Minimum Requirements: the Quotation Package Shall Include The Following Line Items In A Written Quotation: schedule Of Supplies And Services Fy 2025: clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $ , Total For Clin 0001 $ . clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ , $ , Total For Clin 0002 $ . clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $ . clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ , Per Person Per Day, Total For Clin 0004 $ . clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $. total Price For Clins 0001 Through 0005: $fy 2025: clin 0001, Lodging - Quantity Four 4 Days Each (see Below List Of Lodging Requirements), Unit Price $, Total For Clin 0001 $ clin 0002, Rental Of Conference Meeting Space - Quantity 4 Days Each (see Below List Of Conference Meeting Space Requirements), Unit Price $ , Total For Clin 0002 $ clin 0003, Business Center Services Expenses - Quantity 4 Days, (see Below List Of Business Center Requirements), Unit Price $ , Total For Clin 0003 $ clin 0004, Food And Beverage Services - Quantity 4 Days (see Below List Of Food And Beverage Requirements), Unit Price $ Per Person Per Day, Total For Clin 0004 $ clin 0005, Rental Of Audio/visual Equipment And Technical Support - Quantity 4 Days Each (see Below List Of Audio/visual Requirements), Unit Price $ , Total For Clin 0005 $ total Price For Clins 0001 Through 0005: $ Fy 2026. a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Quoter Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation. conference General Requirements the Contractor Shall Be A High Quality “full-service” Provider With A Past Performance History That Includes A Minimum Of 3 Years Of Experience As A Primary Contractor With A Professional Staff To Execute The Requirements Specified In This Statement Of Work. All Staff Provided By The Contractor Shall Be Either Direct Employees Of The Contractor Or Employees Of An Approved Subcontractor. The Primary Contractor Shall Have Full Responsibility For The Contractor And Subcontractor Staff And Shall Make Direct Contact With The Contracting Officer’s Representative (cor) To Ensure That All Arrangements Are Mutually Understood Concerning Any Logical And/or Financial Arrangements That May Impact The Eeoc. the Contractor Shall Provide Meeting Space, Food And Beverage And Lodging To Serve 600 To 1,000 Registrants And To Provide Business Services. the Contractor Shall Provide Professional Staff To Organize, Coordinate, And Handle Any Last- Minute Requests, As Well As Execute All Logistical Requirements As Specified In This Sow. The Contractor Shall Make Direct Contact With The Host To Ensure That All Arrangements Are Mutually Understood Concerning Arrival Times, Accommodations, Official Functions, Financial Arrangements, And Any Other Special Information That May Impact This Event. The Contractor Or Their Approved Subcontractors Shall Coordinate And Implement All Logistical Arrangements For This Event. logistical Support May Include, But Is Not Limited To, Coordination Of Meeting Accommodations, Customer Service Or Front Desk Information Service, Conference Rooms, Meal Arrangement/catering, Dedicated Internet, And Audio/visual Equipment. americans With Disabilities Act (ada) Requirements all Facilities, Including Restrooms, Recreational Areas, Dining Space, Registration Area, Meeting Space, Hotel Rooms, Exhibitor Space, Office Space, And Audio/visual Equipment Must Meet Ada Requirements For Accessibility. Accommodations For Individuals With Disabilities May Include, But Are Not Limited To Accessible Hotel Rooms, Parking Spaces, Elevators, And Sound Systems, Wide Aisles, And Wheelchair Ramps. Eeoc Will Perform Site Visits Prior To The Award Of The Contract. The Site Visit Will Include An Ada Assessment Of The Property By The Disability Business And Technical Assistance Centers (dbtac) Prior To Award Of The Contract. clin 0001 – Lodging Requirements the Contractor Shall Provide A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Working The Event. Space Must Be Available Friday Prior To The Conference Through Friday After The Conference. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. The Contractor Will Be Paid For A Minimum Of 400 Hotel Room Nights For Speakers And Eeoc Staff Directly Under This Contract. the Contractor Shall Provide A Room Block For Up To 2000 Hotel Room Nights For Registrants And Exhibitors. The Contractor Shall Provide Hotel Rooms At Or Below The Federal Government’s Per Diem Rate For Lodging. These Individuals Will Be Responsible For Direct Payment To The Contractor. the Institute Will Manage The Hotel Room Block And Will Turn Back Any Unused Rooms To The Contractor, Without Penalty, By A Cutoff Date To Be Determined Upon Award Of The Contract. The Institute Will Provide The Contractor With A List Of Registrants, Exhibitors, Speakers And Eeoc Staff. the Institute Requires The Contractor To Block Up To 400 Room Nights At Or Below The federal Government Per Diem Rate For Lodging During The Week Before And After The Conference For Seminar Registrants And Other Conference Personnel. These Individuals Are Responsible For Paying The Contractor Directly For Lodging Costs. All Room Nights Booked By The Institute Or Conference Registrants Will Be Credited To The Conference’s Sole Account. clin 0002 – Conference Meeting, Exhibitor And Office Space Requirements all Meeting Space Must Be Set Up In Classroom Style With 6' Tables, No More Than 2 People Per Table, Or Round Tables With No More Than 10 People Per Table, Mints, One (1) Pitcher Of Water And a Glasses Per Person At The Table Or Set Up Using Classroom Style. A Podium And Two (2) Tables Located In The Front Of The Classroom Are Required For The Presenters. Rooms Must Have Additional Space To Accommodate A/v Equipment. plenary Room: A Plenary Room That Can Accommodate A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff In Classroom Style Seating Or Can Accommodate Up To 1,000 Registrants And 100 Presenters/staff Using Round Tables That Seat 10 People And 2 To 4 Comfortable Chairs For The Eeoc’s Chair And Keynote Speakers (large/high Back Chairs) Is Required On Tuesday (day 2) From 8:00am To 12:00pm, On Wednesday (day 3), And On Thursday (day 4) From 8:00am To 10:00am. The Plenary Room Must Have Additional Space To Accommodate A Raised Platform That Is Ada Accessible. This Includes A Platform Which Is No More Than 24” High And Is Wheelchair Accessible On At Least One Side. If A Wheelchair Ramp Is Used, The Ramp Must Have Railings On Both Sides And The Rise Over Run Cannot Be More Than 8.3%. The A/v Requirements Will Be Discussed Below. dining Space (ballroom): A Dining Space Area Within A Separate Ballroom Or Event Space That Can Accommodate Speakers As Well As A Minimum Of 600 Registrants Up To 1,000 Registrants And 100 Presenters/staff. Exhibitor Floor Room Are Not Acceptable Unless Approved. The Ballroom Will Be Set Up In Banquet Rounds Of Ten (10) With An Appropriately Sized Riser To Hold A Podium With Podium Microphone. This Space Is Required On Tuesday (day 2) - Thursday (day 4) From 12:00pm To 1:30pm. Please See The Internet And A/v Sections For Additional Specific Requirements. The Plenary Room And Dining Space (ballroom) Functions Cannot Be Held In The Same Room. breakout Session Rooms: The Breakout Session Rooms Are Required For Monday (day 1), Pre- Conference From 8:00am - 5:00pm Is Six (6) Breakout Rooms As Follows: Four (4) Rooms To Accommodate Up To 100 Registrants, And Two (2) Rooms To Accommodate Up To 75 Registrants. On Tuesday (day 2) From 1:30pm - 5:00pm, On Wednesday (day 3), And On Thursday (day 4) From 10:30am - 5:00pm, The Following Breakout Rooms For The Full Conference Are Required: Two (2) Rooms To Accommodate Up To 300 Registrants; Two (2) Rooms To Accommodate Up To 200 Registrants, And Five (5) Rooms To Accommodate Up To 150 Registrants, And One (1) Room To Accommodate 75 People. The Plenary Session Room Can Also Serve As A Breakout Session Room If Space Is Configured With Air Walls And The Necessary A/v Equipment Is Functional To Accommodate The Full Agenda. speaker-ready Room the Speaker Ready Room Will Be Used By Institute Speakers To Prepare For Their Respective Presentations From 8:00am-5:00pm On Monday – Thursday. The Room Should Be Equipped With 2 Small Tables With Chairs, Lounge Chairs, And Comfortable Seating. The Area Should Be Stocked With Coffee, Tea, And Water Pitchers With Glasses. In Addition, The Speaker Ready Room Should Have A Small Refrigerator And Microwave For Use By The Speakers. exhibitor Space exhibitors Will Be At The Excel Training Conference. Exhibitor Space For Up To 20 Exhibitors Is Required For Monday – Thursday In A Foyer Area Near The Plenary Session, Registration Area Or Dining Space (ballroom) That Accommodate The Am/pm Break Services. Ten (10) Exhibitor Spaces Shall Be Equipped With Two (2) 6’ Tables, Two (2) Chairs And Ten (10) Exhibitor Spaces Shall Be Equipped With One (1) 6’ Table, Two (2) Chairs. The Contractor Will Furnish Tablecloth And Drape For The Front Of The Tables And A Wastebasket Per Exhibitor. The Exhibitors Will Be Responsible For All Additional Equipment And Booth Requirements And Will Work Directly With The Hotel. pre-function Room the Pre-function Room Will Be Used To Assemble Up To Ten (10) Pallets Of Conference Materials And Supplies. This Room Needs To Be Available From 8:00am On The Friday Before The Start Of The Conference Through Friday At 5:00pm The Day After The Conference Ends. The Room Needs To Be Equipped With Carts To Transport Completed Conference Materials To The Registration Areas For The Conference. The Contractor Also Needs To Provide A Secured Office That Can Be Used To Store Laptops, A/v Equipment, And Conference Materials During The Same Time. Only Eeoc Staff Should Have Access To The Secured Office. The Pre-function Room And Secured Office Shall Be Adjoining And Shall Have At Least Eight (8) Tables, Twenty (20) Chairs, Wastebaskets, And Water Pitchers With Glasses. registration And Office Areas the Contractor Needs To Provide Two (2) Registration Areas. One Registration Area Must Be Available From Sunday Afternoon 12:00pm – 6:00pm To Accommodate Pre-conference Registration And From Monday 7:30am – Thursday 6:00pm To Accommodate Registrants, And The Other Registration Area Is Needed From Tuesday – Thursday 7:30am – 6:00pm To Register Staff, Presenters And Exhibitors. Each Area Shall Have Six (6) Tables With Four (4) Chairs Per Table. directional Signage Will Be Provided By The Contractor To The Registration Area. clin 0003 – Business Center Requirements the Contractor Must Be Able To Handle Mailing, Copying, And Faxing Limited Course Materials On- Site. The Institute Typically Receives Four (4) Pallets Of Course Materials, 25 To 30 Packages And A/v Equipment, And Sends Out 50 Packages At The Completion Of The Conference. Contractor Must Provide A List Of All Business Center Charges To Include Labor Charges. clin 0004 – Food And Beverage Requirements the Contractor Shall Provide A Copy Of The Final Price List As Submitted In Response To The Solicitation Food And Beverages For The Conference As Follows: Continental Breakfast, Light Lunch, Breaks (am And Pm) On Tuesday (day Two), Wednesday (day Three) And Thursday (day Four) And One (1) Evening Reception. Pricing For Food And beverage Shall Include The Price For The Item, Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether, And Under What Conditions The U.s. Government Is Exempt From State Tax. tuesday Evening Kick-off Reception: The Food At The Reception Will Consist Of Hors D’oeuvres, Carving Stations, And Finger Foods. The Space Designated For The Reception Must Accommodate Approximately 800 People With Social Seating Available Throughout The Area And The Duration Of The Reception Will Be Approximately 1 Hour, From 5:30pm - 6:30pm. A Cash Bar Will Be Available For All Drinks. continental Breakfast Is Served For 1 Hour From 7:00am - 8:00am Tuesday Through Thursday. The Contractor Must Provide Table Rounds To Accommodate Up To 1,000 People On Tuesday (day 2), Wednesday (day 3), And Thursday (day 4). A Typical Continental Breakfast Shall Consist Of Juice, Fruit, Yogurt, Assorted Breakfast Pastries, Protein, Bagels, Or Croissants, Regular And Decaffeinated Coffee, Tea Bags And Hot Water For Tea, Iced Tea, And Large Containers Of Water. lunch Is Served For 1½ Hours From 12:00pm – 1:30pm. The Contractor Must Provide Table Rounds For Ten (10) And Accommodate 1,000 People. The Dining Space Can Be Used For Breakout Room And/or Meeting Space. A Light Lunch Is Provided On Tuesday (day 2), Wednesday (day 3) And Thursday (day 4). This Can Be Plated, Buffet Or Salad Bar Type Lunch Which Provides A Protein- Based Entrée, A Fruit Or Vegetable, Dessert, Lemonade And Iced Tea. The Entrée Must Not Include Pork, Beef Or Shellfish. 30-minute Am And Pm Breaks Is Required For A Maximum Of 1,000 People. The Am Break Menu Shall Consist Of The Following Beverages (regular And Decaf Coffee, Hot And Iced Tea, And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Pm Break Menu Shall Consist Of The Following Beverages And Pitchers Of Water With Glasses) And A Light Snack (cookies, Pretzels, Protein, Etc.). The Am And Pm Breaks Are Scheduled For 30 Minutes Each, Tuesday (day 2) - Thursday (day 4). the Institute Will Pay The Contractor For Meals, Breaks, And Reception Based On The Actual Number Of Meals Served. clin 0005 – Audio/visual (a/v) Requirements (rental) a/v For Plenary Sessions: The Contractor Shall Provide The Following Items To Support The Plenary Session: Lcd Projectors, Projection Screens, Scan Converters, Video Cameras, A/v Mixers, A/v Drops, Vcr -1, Vgada And Voa Splitter, Cables To Run Two Projectors And Laptops Provided By The Institute, Projection Carts, Pipe And Drape, Stage Wash, Lighting, Podium With Wired Microphones, Wired Table Microphones W/stands, Wireless Floor Microphones W/stands. The Institute Requires Internet Access In Plenary Sessions And All Breakout Sessions. The Contractor Must Provide Internet Service In The Plenary Room. The Contractor Must Setup, Breakdown And Provide Technical Support Of The A/v Equipment During The Plenary Sessions. a/v For Breakout Rooms: The Institute Will Provide All Laptops And In-focus Projectors Used In The Breakout Rooms. The Contractor Must Provide The Following Equipment: Microphones (1 Wireless And 1 Wired In Each Breakout Room), Flip Chart/ Paper And Markers, Gender Adapters, Electronic Signage Or Tripods Outside Breakout Sessions, And Projection Cart With A/v Connection. The Institute Requires Internet Access Throughout The Entire Breakout Rooms. The Contractor Must provide Projected Cost For The Internet Service In The Breakout Rooms. registration Area: The Institute Requires An Internet Connection Which Will Be Used With A Hub Throughout The Conference To Include Registration, A/v Connection, And Phone For Local Calls Within The Conference Space. In Addition, The Institute Requires A Multifunction-colored Printer To Be Used Through The Conference To Include Registration. common Registration Area: The Institute Requires An Internet Connection Near Registration To Be Used With A Hub For The Completion Of Conference Evaluations. This Will Be Set Up To Support At Least (6) To (8) Laptops Which Will Be Provided By The Institute. reporting Requirements pre-conference Reporting: The Contractor Will Provide The Institute’s Contracting Officer’s Representative (cor) With An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Starting Eight (8) Weeks Prior To The Conference. The Institute Cor Will Manage The Conference Room Block Up To 15 Calendar Days Prior To The Conference. From Fourteen (14) Calendar Days Before The Conference Through The Duration Of The Conference, The Contractor Will Manage The Conference Room Block. during The Conference Requirements a Pre-conference Meeting Will Be Conducted With The Contractor And Key Institute Staff Within Five (5) Business Days Prior To The Conference. daily Event Meeting Will Be Conducted With The Contractor And Key Institute Staff Daily As Agreed. signature Authority: All On-site Charges Must Be Approved And Signed Only By The Institute’s Cor And/or The Eeoc Contracting Officer. daily Reconciliation: The Contractor Shall Provide A Daily Reconciliation List To The Institute Cor By 9:00am The Following Business Day After The Charges Are Incurred. These Charges Include Lodging Paid By Eeoc, Food And Beverage, A/v Equipment And Labor, And Business Center. post-conference: The Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After The Completion Of The Conference. A Detailed Report Should Be Submitted With The Invoice And Should Consist Of A Detailed Banquet/event Order (beo) Form. The Beo Must Provide The Following Information: Room Usage By Date; Detailed Lodging Charges For All Registrants, Staff And Presenters For The Conference; Detailed Breakdown, By Day, For All Food And Beverage Charges; A Detailed Breakdown By Day And Room Number, For All A/v Equipment Rental Charges And A/v Support Charges; All Business Center Cost; And All Miscellaneous Costs To Include But Not Limited To Internet Connections, Re-keying Charges, Electrical Hook-ups, Etc. general Requirements transportation: The Contractor Shall Provide A Price List Of All Local Transportation Options To And From The Airport And Rail Station, If Applicable. The Contractor Shall Indicate In Its Quotation Whether It Provides Free Or Low-cost Shuttle Services. The Contractor Shall List All Facility Parking Discounts And Cost Options. The Contractor Shall Provide A List Of All Local Restaurants Located Within A Ten (10) Minute Walk From The Contractor’s Facility. security: The Contractor Should Identify If They Have Paid Security Within The Facility And Provide A List Of Additional Security Measures Taken By The Contractor To Provide For The Safety Of Conference Registrants, Staff, Presenters And Equipment. list Of Deliverables logistical Support Plan: Within Seven (7) Business Days Of The Contract Award, The Contractor Shall Comprise A Detailed Logistical Support Plan For Provision Of All Required Support. The Plan Will Include A Proposed Budget And Detailed Schedule As Applicable. The Eeoc Shall Review The Logistical Support Plan And Provide Acceptance And/or Comments To The Contractor. The Contractor Shall Be Available To Eeoc For Weekly Status Reports To Facilitate The Coordination Of Evolving Operational And Logistical Issues Regarding The Tasks Outlined In The Sow. account Reconciliation: Eeoc Requests That The Hotel Bill Be Prepared In A Logical And Chronological Sequence And That Backup Data Accompany The Bill. The Contractor Shall Complete Its Accounting Of The Conference Within Five (5) Days Of The Conclusion Of The Conference. invoicing: The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Lodging, Conference Space, Rental Of Audio/visual Equipment And Technical Support, Food And Beverage Service, And Business Center Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person. the Contractor Shall Submit A Final Invoice Of All Charges Within Five (5) Business Days After Completion Of The Conference To The Cor And The Cor Shall Be Provided At Least Five Business Days To Review The Invoice Charges And Services Provided For Acceptance. contract Administration contracting Officer’s Representative (cor) – Tbd Method Of Payment pursuant To Far Clause 52.232-33 Entitled, “payment By Electronic Funds Transfer – System For Award Management (oct 2018)”, The Government Intends To Make A Payment Via Electronic Funds Transfer Using Information Provided In The System For Award Management (sam) Database. cancellation should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services Will Govern. submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Conference. quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line-item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Solicitation Number 45310025q0011 Is Due January 15, 2025, At 10:00 A.m. Et (washington, D.c. Local Time). Quotations Will Be Accepted Via E-mail. One (1) Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To John.adams@eeoc.gov And R.rashelle.anderson@eeoc.gov. questions: Questions Regarding This Request For Quotation Should Be Submitted To John Adams, Contract Specialist Via E-mail At John.adams@eeoc.gov And Gov Contracting Officer At R.rashelle.anderson@eeoc.gov Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding Solicitation Number 45310025q0011 Is Due December 20, 2024, 10:00 A.m. Et (washington, D.c. Local Time). Any Questions Received After The Above- Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before March 18, 2025. basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The Government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor. evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price. factor I – Technical Capability: contract Requirements: Quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Relating To Lodging, Meeting Space, Food And Beverage, Av Support And Equipment, Business Center, And Comply With The Reporting Requirements. Quotations Must Address The Quoter’s Ability To Comply With The Americans With Disability Act (ada) As It Relates To Lodging And Meeting Space. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided And The Quality Of The Facilities Reflected In Maintenance And Upkeep Of The Facilities. location: Quotations Will Be Evaluated On The Ability Of Quoter To Provide A Centrally Located Facility With Inexpensive Transportation Options To And From The Airport. Additionally, Restaurants Must Be Within A Short Walking Distance Of (ten (10) Minutes Or Less) Of The Proposed Facility. quotations Must Address Safety And Security Issues Both Within The Hotel Complex And The Surrounding Area. availability Of Dates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quotations Which Demonstrate Availability Of Facilities On The Preferred Dates In Order Of Preference (i.e., 1st Choice Date, 2nd Choice Date, 3rd Choice Date, Etc.) factor Ii – Past Performance: the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contracts Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following: name And Address Of Government Agency And Other Non-government Client; name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact; name, Title, Email, And Telephone Number Of Client’s Program Manager, If Applicable; contract Number, Period Of Performance, And Total Dollar Value Of Contract; And description Of Services Provided. list Any Problems Encountered On Each Contract And The Quoter’s Corrective Actions. Eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). a Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance. factor Iii – Price: the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluations Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Rfq In The Units And Format Provided. site Visits: The Eeoc Will Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factor. supplemental Agreements if Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected. notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. period Of Performance the Base Period Is From The Date Of The Award Through The Execution Of The Fy 2025 Excel Training Conference. the Eeoc Is An Agency Of The U.s. Government. Contracts With The Eeoc Are Governed By The Federal Acquisition Regulation (far). To The Extent That Any Provision Of This Agreement Conflicts With The Far, The Far Must Control. applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services Applies To This Acquisition. The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services, With Your Quote. the Contracting Officer Has Determined That Paragraph 52.212-3(k)(2) Which Pertains To Exemption From The Application Of The Service Contract Labor Standards Applies. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause And 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Order-commercial Products And Commercial Services Are Incorporated By Reference. clause 52.203-6 Restrictions On Subcontractor Sales To The Government Alternate I, Clause 52.203-17 Contractor Employee Whistleblower Rights clause 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities, clause 52.204-12 Unique Entity Identifier Maintenance clause 52.204-13 System For Award Management Maintenance clause 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment, clause 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations, clause 52.217-9 Option To Extend The Term Of The Contract, (a) The Government May Extend The Term Of This Contract By Written Notice To The Contractor Within 30 Days Prior To The Contract Expiration Date, Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least 60 Days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b) If The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. (c) The Total Duration Of This Contract, Including The Exercise Of Any Options Under This Clause, Shall Not Exceed 36 Months. (end Of Clause) clause 52.222-3 Convict Labor, clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities clause 52.222-26, Equal Opportunity, clause 52.222-35 Equal Opportunity For Veterans, clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, clause 52.222-40 Notification Of Employee Rights Under The National Labor Relations Acts, clause 52.222-41 Service Contact Labor Standards, Clause 52.222-50 Combating Trafficking In Persons, clause 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving, clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-1 Payments clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors, Clause 52.233-3 Protest After Award, clause 52.233-4 Applicable Law For Breach Of Contract Claim, And clause 52.222-53 Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements. to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far see Attachment- Custom Clause For Electronic Invoicing
Closing Date5 Feb 2025
Tender AmountRefer Documents 

MUNICIPALITY OF BACUAG, SURIGAO DEL NORTE Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Name Of Projects:repair Of Commission On Audit Office And Replacement Of Mayor’s Office Roof Location: Poblacion, Bacuag, Surigao Del Norte Appropriation: Php 99, 309.00 Cost Of Materials: 60,855.00 Physical Target: 2 Lots Source Of Funds: Maintenance Of Public Building 2025 Mode Of Implementation: By Administration No. Of Calendar Days: 20 Cd Pre-painted Corr.sht Thk. 40mmx3.0m 20 Pcs Tekscrew 2 1/2” 220 Pcs Umbrella Nails 2 1/2” 2 Kls Vulca Seal 1 Liter 1/4 Marine Plywood 1.2m X 2.40m 27 Shts. Rivets 3 Boxes Enamel Flat Paint White 5 Gals Gloss Enamel Paint White 5 Gals Gloss Latex Paint White 6 Gals Tinting Color 2 Paint Roller Brush 6” W/ Basin 4 Pcs Paint Brush 3” 4 Pcs Paint Thinner 2 Gals Invitation To Bid The Municipality Of Bacuag, Through The Municipal Bids And Awards Committee, Now Invites Sealed Bids From Repair Of Commission On Audit Office And Replacement Of Mayor’s Office Roof 1.bidding Will Be Conducted Through Public Bidding Procedures As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of Infra For Procurement. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 2.a Set Of Bidding Documents Will Be Obtained From The Office Of The Bac Secretariat Upon Payment Of A Non-refundable Fee Of Five Hundred Pesos (php 500.00). Interested Bidders May Drop Their Proposals With The Price Quotation On The Above-mentioned Project Accompanied By Bid Security (specified In Ra 9184) Of January 27,2025 2:00 O’clock In The Afternoon At The Mayor’s Conference Room , Municipal Hall, Bacuag, Surigao Del Norte In The Presence Of Participating Bidders Or Representatives Who Choose To Attend. 3.a Pre-bid Conference Will Be Conducted On January 23, 2025 2:00 O’clock In The Afternoon At The Mayors Conference Room , Municipal Hall, Bacuag, Surigao Del Norte To Inform The Necessary Requirements For Bidding And Other Information Needed By The Prospect Bidders. 4.the Bac Of Bacuag Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Panfilo P. Ochavez, Ce,jge,rea Bac Chair /masso
Closing Date27 Jan 2025
Tender AmountPHP 99.3 K (USD 1.6 K)

Dr Jose Fabella Memorial Hospital Tender

Furnitures and Fixtures
Philippines
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The: Particular Quantity Unit Cost Total Cost 1. Bench Storage With Foam, 4 Seater 2 Units ₱7,800.00 ₱15,600.00 2. Conference Table, 12 Seater Size: Length 360m X Width 140m X Height 75m, Material: Medium Density Fiberboard (laminated Wood), With 12 Seats Included With Fixed Armrest, High Back, Leather Seat 1 Piece ₱35,000.00 ₱35,000.00 3. Steel Filing Cabinet (4 Drawers) Vertical Steel 4 Layers Recessed Handle With Label Holder Cylinder Lock And Keys. 52” Height X 18.5” Width X 28.5” Depth 1 Piece ₱6,000.00 ₱6,000.00 4. Steel Open Type Shelves (7 Shelves), All Steel Legal Size, Fabricated W/ Heavy Gauges Material Steel Sheet #22. Equipped W/ 7 Adjustable/detachable Shelves. Controlled Of Each Shelves W/ Double Stiffener & Each Layer W/ Corner Plate With Slotted Angular Bar. Overll Dim.: 72”h X 36”w X 18”d With Rubber Footing. Brand New. Painted W/ 1 Coat Primer & 2 Coats High Enamel Smooth Gray Finish 2 Units ₱4,500.00 ₱9,000.00 5. Office Table, Pre-laminated Boards W/ Side Drawers & Cpu Cabinet W/ Side Table, 1400 X 700 X 750 1 Piece ₱15,000.00 ₱15,000.00 Total ₱80,600.00 Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before February 3 ,2025. To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate. 2. Mayor’s Permit 3. Omnibus Sworn Statement For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com. The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotations, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Considered Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That May Be Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. Maria Lu D. Andal, M.d. Chair, Bids And Awards Committee (for Infrastructure / Goods Non- Medical / Consulting Services / Non-medical Equipment /services)
Closing Date3 Feb 2025
Tender AmountPHP 80.6 K (USD 1.3 K)

BARANGAY BAGONG SILANG, MULANAY, QUEZON Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Details: Description Projectref.no. : 2025 - 004 Bagong Silang Project Name : Installation Of Solar Streetlighting Project Location Bagong Silang, Mulanay, Quezon Standard Form Number: Sf - Good - 05 Revised On: July 28, 2004 Invitation To Bid The Local Government Unit Of Mulanay, Through Its Bids And Awards Committee (bac), Invites Suppliers/ Name Of Project : Installation Of Solar Streetlighting Location Bagong Silang, Mulanay, Quezon Brief Description : Goods Approvedbudget For The Contract : Php 60,000.00 Contractduration : 30 Days Delivery Period : 15 Days For The Contracts Involving Delivery Of Goods And Services: Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last [state Number Of Years, Minimum 2] With An Amount Of At Least 50% Of The Proposed Project For Bidding, And Key Personnel And Equipment (owned, Leased Under Purchase) Available For The Prosecution Of The Project. The List Of Minimum Equipment Requirement Is Indicate In The Eligibility Forms. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non- Discretionary "pass/fall" Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particular Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference(s), Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Date Time 1. Issuance Of Bid Documents January 23 - January 30, 2025 8am - 4:30 Pm 2. Pre-bid Conference None 3. Submission And Receipts Of Bids Opening Of Bids And Eligibility Check January 31, 2025 9:00 Am 4. Bid Evaluation February 1, 2025 9:00 Am 5. Post Qualification February 2, 2025 9:00 Am 6. Bac Resolution February 3, 2025 9:00 Am 7. Notice Of Award February 5, 2025 8. Award Of Contract/notice To Proceed February 6, 2025 9:00 Am Bid Documents Will Be Available Free To All Prospective Bidders From The Office Of The Barangay Bagong Silang Mulanay, Quezon Through The Bac Office. The Local Government Unit Of Bagong Silang, Mulanay, Quezon Assumes No Responsibility Whatsoever To Compensate Or I Ndemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Local Government Unit Of Bagong Silang Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bid At Any Time Prior To Contract Of Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. Bac Secretariat : Jerlyn R. Castor Date Posted : January 23, 2025 Itb Number : 2025 - 004 Bagong Silang Approved By: Eller R. Bariata Barangay Councilor Bac Chair
Closing Date31 Jan 2025
Tender AmountPHP 60 K (USD 1 K)

Municipality Of Botolan, Zambales Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Brgy. Bancal, Through The 20 % Development Fund Intends To Apply The Sum Of P 408,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Construction Of Barangay Plaza Fence At Barangay Bancal, Botolan, Zambales. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Brgy. Bancal Now Invites Bids For Construction Of Barangay Plaza Fence At Barangay Bancal, Botolan, Zambales. Completion Of The Works Is Required Within 30 (thirty) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Botolan-bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. To 12:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (p 500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025/9:00 A.m At Barangay Hall, Brgy. Bancal, Botolan, Zambales. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened At 3:00 P.m. On January 31, 2025 In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Barangay Bancal Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Marie D. Arquillo Bac Secretariat, Bids And Awards Committee Brgy. Bancal Botolan, Zambales Roque D. Diñoso Chair, Bids And Awards Committee Date Of Posting: January 23-31, 2025
Closing Date31 Jan 2025
Tender AmountPHP 408 K (USD 6.9 K)

MAPUTI SENIOR HIGH SCHOOL Tender

Textile, Apparel and Footwear...+1Publishing and Printing
Philippines
Details: Description Fund Source: Regular Mooe Fund 2025 1 3 Unit Mop Bucket 2 10 Unit Electric Fan, Stand Type 3 5 Set File Tab Divider, Legal 4 10 Roll Tape, Electrical 5 25 Roll Tape, Masking, 48 Mm 6 25 Roll Tape, Transparent, 24mm 7 25 Roll Tape, Transparent, 48 Mm 8 100 Ream Paper, Multipurpose A4 9 20 Ream Paper, Multipurpose Legal 10 22 Pouch Detergent Powder, All Purpose 11 5 Piece Philippine National Flag 12 30 Piece Monobloc Chair, White 13 25 Piece Cutter/utility Knife, For General Purpose 14 5 Piece Stamp Pad, Felt 15 25 Piece Correction Tape 16 25 Piece Data File Box 17 10 Piece Envelope, Expanding, Plastic 18 25 Piece Marker, Whiteboard, Black 19 25 Piece Marker, Whiteboard, Blue 20 25 Piece Marker, Whiteboard, Red 21 25 Piece Broom (walis Tambo) 22 25 Piece Broom (walis Ting-ting) 23 25 Piece Dust Pan 24 29 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 25 25 Pad Notepad, Stick-on, 50mm X 76mm 26 3 Pad Notepad, Stick-on, 76mm X 76mm 27 2 Pad Pad Paper, Ruled 28 5 Pack Folder Tagboard 29 10 Pack Trashbag, Gpp, Specs, Black, 940mmx1016mm 30 20 Pack Battery, Dry Cell, Size Aa 31 25 Pack Tissue, Interfolded Paper Towel 32 25 Each Sign Pen, Black, Liquid/gel Ink, 0.5mm Needle Tip 33 25 Each Sign Pen, Blue, Liquid/gel Ink, 0.5mm Needle Tip 34 25 Each Sign Pen, Red, Liquid/gel Ink, 0.5mm Needle Tip 35 25 Can Disinfectant Spray 36 30 Can Floor Wax, Paste Type, Red 37 10 Can Insecticide 38 5 Box Clip, Backfold, 19mm 39 1 Box Envelope, Expanding, Kraft 40 25 Box Staple Wire, Standard 41 22 Bottle Cleaner, Toilet Bowl And Urinal 42 15 Bottle Hand Soap, Liquid, 500ml 43 25 Bottle Glue, All-purpose 44 3 Book Record Book, 300 Pages 45 3 Book Record Book, 500 Pages 46 2 Piece Stapler
Closing Date30 Jan 2025
Tender AmountPHP 338 K (USD 5.7 K)

LUIS MIRASOL MEMORIAL SCHOOL Tender

Publishing and Printing
Philippines
Details: Description Name Of Project Procurement Of Office Supplies And Equipment For Cy 2025 Approved Budget For The Contract P145,255.00 Product Name Office Supplies And Equipment Area Of Work Luis Mirasol Memorial School Dungon B, Jaro, Iloilo City No. Items & Description Qty 1 Bond Paper Gsm 70, Substance 20 (long) 20 Ream 2 Bond Paper Gsm 70, Substance 20 (a4) 15 Ream 3 Epson 003 (black) 30 Pc 4 Epson 003 (magenta) 15 Pc 5 Epson 003 (cyan) 15 Pc 6 Epson 003 (yellow) 15 Pc 7 Kyocera Ink Cartridge (tk-1175) 1 Pc 8 Hp Ink Cartridge (opt-55x) 1 Unit 9 Special Board Paper (short) 40 Pack 10 Special Board Paper (a4) 50 Pack 11 Vellum Board (long) 20 Pack 12 Vellum Board (a4) 30 Pack 13 Photo Paper (a4) 30 Pack 14 Sticker Paper (a4) 20 Pack 15 Parchment Paper 1 Box 16 Laminating Film 1 Roll 17 Tape, Transparent, 1" 10 Roll 18 Tape, Transparent, 2" 10 Roll 19 Double Sided Tape 2" 10 Roll 20 White Folder (long) 100 Pc 21 Plastic Envelope (long) 50 Pcs 22 Plastic Fastener 10 Box 23 Staple Wire #35 15 Box 24 Glue Sticks For Glue Gun 50s (big) 1 Pack 25 Paper Clips (jumbo) 5 Box 26 Clip, Blackfold, 25mm 10 Pcs 27 Medals (deped) 60 Pcs 28 Calculator 1 Unit 29 Cutter (big) 2 Pc 30 Trash Bag Xl 20 Roll 31 Disinfectant Spray 2 Can 32 Mop Bucket 1 Unit 33 School Stamp 2 Unit 34 Electric Water Pump 1 Unit 35 Office Table W/6 Drawers 1 Unit 36 Swivel Chair 1 Unit 37 Steel Filling Cabinet 1 Unit 38 Led Tv 50 Inches (smart Tv) 1 Unit 39 External Hard Drive (1tb) 1 Unit 40 Wired Microphone 1 Unit 41 Flood Light 3 Unit 42 Light Bulb, Led, 18watts 10 Unit 43 Curtains 6 Feet (ict Room) 12 Unit
Closing Date14 Feb 2025
Tender AmountPHP 145.2 K (USD 2.5 K)

Bureau Of Customs Tender

Furnitures and Fixtures
Philippines
Details: Description Procurement Of Furniture And Other Office Fixtures (early Procurement Activity) Proposal-005mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Furniture And Other Office Fixtures 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2026 Intends To Apply The Sum Of Nine Hundred Forty-five Thousand Pesos (₱945,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Furniture And Other Office Fixtures For Fy 2025-2026 With Project Identification Number Proposal-005mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period July 1, 2025 To July 31, 2026. Bidders Should Have Completed, Within Two (2 Years) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 12, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 12, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Further, Please Be Informed That This Is An Early Procurement Activity Of The Fy 2026 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2026 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2026 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2026 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Furniture And Other Office Fixtures For Fy 2025-2026 With Identification Number Proposal-005mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2026 In The Amount Of Nine Hundred Forty-five Thousand Pesos (₱945,000.00). 2.2 The Source Of Funding Is Fy 2026 Semi Expendable Furniture And Fixture. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Furniture And Other Office Fixtures For Fy 2026, With Abc Of ₱ 945,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Furniture And Other Office Fixtures Qty Item Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1 Display Cabinet, Mahogany, With Glass Sliding Door 2 Lateral Filing Cabinet, 4 Layers 10 Computer Table, Powder Coated, Light Gray, With Drawer, Lock And Keys 30 High-back Office Chair, With Headrest 20 Office Visitor Chair, Pu Leather Upholstered 4 Lounge Chair, 3-seater 1 Open Cabinet, 5-layers, Powder Coated Gray, Heavy Duty, Commercial Grade 1 Sliding Cabinet, Color: Gray, Dimensions: 185(h)x90(w)x40(d)cm, Sliding Door Feature For Easy Handling Of Books, Files And Other Paraphernalia 10 Boltless Steel Cabinet, 5-6 Layers, Adjustable Rack With Slotted Posts & Metal Shelving 36″ 2 "conference Table Laminated Wood, Brown Estimated Length: 95 Inches Width: 47 Inches" 15 Trash Box With Cover, Xl 2 Dish Cabinet, 3 Layers 30 Monobloc Chair 5 Laminated Wood Brown Office Table *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Furniture And Other Office Fixtures Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Furniture And Other Office Fixtures The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vii Financial Offer Procurement Of Furniture And Other Office Fixtures Qty Product Offered Quotation 1 Display Cabinet, Mahogany, With Glass Sliding Door 2 Lateral Filing Cabinet, 4 Layers 10 Computer Table, Powder Coated, Light Gray, With Drawer, Lock And Keys 30 High-back Office Chair, With Headrest 20 Office Visitor Chair, Pu Leather Upholstered 4 Lounge Chair, 3-seater 1 Open Cabinet, 5-layers, Powder Coated Gray, Heavy Duty, Commercial Grade 1 Sliding Cabinet, Color: Gray, Dimensions: 185(h)x90(w)x40(d)cm, Sliding Door Feature For Easy Handling Of Books, Files And Other Paraphernalia 10 Boltless Steel Cabinet, 5-6 Layers, Adjustable Rack With Slotted Posts & Metal Shelving 36″ 2 "conference Table Laminated Wood, Brown Estimated Length: 95 Inches Width: 47 Inches" 15 Trash Box With Cover, Xl 2 Dish Cabinet, 3 Layers 30 Monobloc Chair , Beige 5 Laminated Wood Brown Office Table __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And F) ☐ Original Duly Signed Omnibus Sworn Statement (oss) For Above ₱50000.00; And If Applicable/unless Needed, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ii. Financial Component Envelope G) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And H) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) I) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. J) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Unless Otherwise Needed (format) Unless Otherwise Needed (format)
Closing Date12 Feb 2025
Tender AmountPHP 945 K (USD 16.2 K)

Film Development Council Of The Philippines Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Film Development Council Of The Philippines 7/f. Mirax Tower 2270 Chino Roces Ave. Ext., Makati City Tel: (02) 8251-7493 Loc. 120 Film Development Council Of The Philippines Request For Quotation Office/ End-user: Afd - Hr Unit Date: January 14, 2025 Company Name: Film Development Council Of The Philippines P.r. No.: Address: 7/f. Mirax Tower 2270 Chino Roces Ave. Ext., Makati City Tel. No./fa No.: (02) 8251-7493 Loc. 120 Tin No.: 226-381-796-000 Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The General Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative. Please Submit The Filled-up Form On Or Before 20 January 2025, 9:00 Am To Procurement@fdcp.gov.ph General Conditions: 1. Delivery Period Within Dates Indicated In The Purchase Order Form. Administrative Penalties To Sec. 69 Of The Revised Irr-ra 1984 Shall Be Imposed For Non-delivery Without Valid Reason. 2. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment From Date Of Acceptance By The End-user. 3. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. Regina Fernandez 4. Philgeps Registration Certificate/mayor's Permit/dti/bank Name/account/branch Shall Be Attached Upon Submission Of The Quotation. Assistant Bac Secretariat 5. Bidders Shall Submit Original Brochures Showing Certification Of The Product, If Applicable. 6. Please Indicate The Brand For Each Items Being Offered. 7. The Approved Budget Ceiling For This Procurement Is Php 145,778.40 Unit Item & Description Quantity Unit Price Total Office Furniture Pcs Office Table 12 - Gray Finish - Dimension: 1200w X 740d X 750h Pcs Office Chair 12 - Mesh Upholstery W/ Lumbar Support - Fabric Upholstery Seat - Back Pp Armrest - Simple Mechanism W/ Tilting And Locking Function - Nylon Base, Carpet Caster ***nothing Follows*** Total: Source Of Fund: Warranty: Delivery Period: Price Validity: After Having Carefully Need & Accepted Your General Conditions, We Quote You On The Item(s) At Prices Note Above. If The Space Of Provided On The Delivery Period, Warranty & Price Validity Are Left Blank, It Means That I Concur W/ The Terms & Conditions Specified By Fdcp Procurement Unit. _______________________ Printed Name/signature/date Name Of Company: Address: Name Of Representative: Tin: Email: Contact No.:
Closing Date20 Jan 2025
Tender AmountPHP 145.7 K (USD 2.4 K)
4981-4990 of 5913 archived Tenders