Chair Tenders
Chair Tenders
Philippine Rice Research Institute Tender
Food Products
Philippines
Details: Description 1 Lot - Meals And Snacks 2024 Rcef Annual Review Feb 3-6, 2025 (including The Arrival Of Participants) Philrice Ces, Cbc Plenary Hall Day 0 (feb 3) Dinner (120 Pax/p250.00), Plain Rice, Japanese Curry Recipe (battleship Curry), Ginisang Repolyo With Egg, Fish Fillet, Bottled Water, Sliced Fruits, Chicken Soup Day 1 (feb 4) Breakfast (120 Pax/p150.00), Plain/fried Rice, Filipino Beef Morcon, Fried Daing Na Bangus, Scrambled Eggs With Sun Dried Tomato, Banana Am Snacks (280 Pax/p100.00), Crispy Mozzarella Sticks W/ Dip, Apple Juice Lunch (280 Pax/p280.00), Plain/melange Rice, Special Chicken Embutido, Beef Caldereta, Tofu And Broccoli Stir Fry, Buko Pandan, Mushroom Soup, Juice/water Pm Snacks (280 Pax/p80), Cheese Puffs, Orange Juice Dinner (120 Pax/p250.00), Plain/melange Rice, Sinigang Sa Miso, Teriyaki Chicken Thighs, Veggie Balls With Sauce, Sliced Fruits, Canned Juice/bottled Water Day 2 (feb 5) Breakfast (120 Pax/p150.00), Plain/fried Rice, Chicken Pastil, Eggplant Omelette, Nilagang Saging & Kamote, Fresh Cucumber Juice Am Snacks (250 Pax/p100.00), Mac & Cheese Pizza Bites, Lemon Juice Lunch (250 Pax/p280.00), Plain/brown Rice, Beef Salpicao, Baked Garlic Rosemary Chicken, Sauteed Green Beans, Corn Soup, Brownies, Juice/water Pm Snacks (250 Pax/p80.00), Mini Carbonara Quiches, Mango Juice Dinner (120 Pax/p250.00), Plain/brown Rice, Chicken Mechado, Relyenong Bangus, Ginataan With Squash And String Beans, Sotanghon Soup, Mango Tapioca Pudding, Canned Juice/bottled Water Day 3 (feb 6) Breakfast (120 Pax/p150.00), Plain/fried Rice, Batotay (garlic, Sweet Or Spicy), Dried Daing & Dried Pusit, Scrambled Egg Am Snacks (230 Pax/p100.00), Super-crisp Potato Bites, Dalandan Juice Lunch (230 Pax/p280.00), Plain/brown Rice, Beef Kaldereta Sa Gata With Peanut Butter, Lumpiang Hubad, Tuna Sisig, Leche Flan, Juice/water Pm Snacks (230 Pax/p80.00), Curry Puffs, Calamansi Juice Dinner (120 Pax/p250.00), Plain/brown Rice, Chicken Tinola, Stir Fried Pepper Steak, Lumpiang Gulay, Sylvanas, Canned Juice/bottled Water Philrice Rcef Seed And Extension General Assembly Feb 6-8, 2025 (including The Arrival And Departure Of Participants) Philrice Ces, Cbc Plenary Hall Day 0 (feb 6) Arrival Of Participants Dinner (175 Pax/p280.00), Plain/brown Rice, Chicken Tinola, Stir Fried Pepper Steak, Lumpiang Gulay, Sylvanas, Canned Juice/bottled Water Day 1 (feb 7) Breakfast (175 Pax/p140.00), Beef Tapa With Fried Banana And Salted Egg, Whole Wheat Pancakes, Banana Am Snacks (301 Pax/p110.00), Vegetarian Quesadillas, Watermelon Juice Lunch (301 Pax/p280.00), Buffalo Chicken Wings, Ginisang Sayote, Fish Lumpia, Fruit Salad, Juice/water Pm Snacks (301 Pax/p110.00), Cream Cheese Fruit Dip, Four Season Juice Dinner (301 Pax/p250.00), Plain/brown Rice, Picadillo, Crispy Garlic Fried Chicken Wings, Vegetable Okoy, Brownies, Canned Juice/bottled Water Cocktails (301 Pax/p250.00), Mix Sushi/maki, Mini Clubhouse Sandwich, Nachos With Dip, Fries With Ketchup, Deviled Egg, Cocktail Hotdog, Leche Flan, Veggies With Dip, Cheeze Dynamite, Mixed Seasonal Fruits, Buko Pandan Shooter, Sapin-sapin, Crackers, Pretzels, Mallows Sung Song Peanuts, Finger Stix Feb 8 (departure Of Participants) Breakfast (175 Pax/p140.00), Chicken Tocino, Ginisang Corned Beef, Spinach Tomato And Cheese Omelette, Banana Fritter Recipe (maruya) Strictly No Pork Inclusions: 1. With Overflowing Coffee And Purified Water On Dispenser For Breakfast To Dinner (with Paper Cups, Coffee Cup With And Protection Sleeve, Wooden Stirrer) 2. With Available Creamer, Sugar, Assorted Tea Packs, Candies, Biscuits, And Bottled Water 3. Prepare Extra Disposable Containers, Disposable Paper Saucer, Spoon And Fork. 4. With Packs Of Paper Towels/tissue 5. With At Least 4 Standby Waiters/servers. 6. Additional Tables And Chairs With Tablecloth Centerpiece Design Must Be Provided By The Supplier If The Requested Food Is To Be Served As Buffet Other Requirements: 1. Meals (breakfast. Lunch And Dinner) Will Be Served In Buffet Style With Serving Staff. Snacks Will Be Served On Proper Packaging And Serve On Time Time: 6:30am For Breakfast; 9:00am For Am Snack; 11:45am For Lunch, 3:00pm For Pm Snack And 6:00pm For Dinner 2. Sample Serving/menu Will Be Presented As Part Of Evaluation Before Awarding 3. Thorough Clean-up Of Meal Area And Trash Should Be Taken Out Of The Compound At The End Of The Day. 4. Concerns Should Always Be Confirmed To Food Committee Assigned Per Event 5. Caterers Must Used Locally Produced Major Ingredients For The Menu & Rice To Be Served
Closing Date27 Jan 2025
Tender AmountPHP 922.6 K (USD 15.7 K)
Commission On Higher Education - CHED Tender
Metals and Non-Metals
Philippines
Details: Description Republic Of The Philippines Office Of The President Commission On Higher Education National Capital Region Qcu Philippine Metalcasting Association, Inc. Bldg. 673 Quirino Hwy, Brgy. San Bartolome, Novaliches, Quezon City, Metro Manila 1116 Request For Quotation Date: January 21, 2025 P.r. No.: 2025-01-019 Quotation No: Ched-ncr Rfq2025-01-004 Requisitioning Office/end User Administrative/technical Division Approved Budget For The Contract (abc) ₱200,000.00 Funding Source Company Name/business Name : ___________________________________________________________ Address: _________________________________________________________________________________ Business/mayor's Permit No: _________________________________________________________________________________ Tin: __________________________________ Philgeps Registration Number (required)______________________________________ Conditions Of This Rfq, Stating The Shortest Time Of Delivery And Submit Your Sealed Quotation Duly Signed By Your Representative At The Bids And Awards Committee, Ched-ncr Qcu Philippine Metalcasting Association, Inc. Bldg., 673 Quirino Hwy, Brgy. San Bartolome, Novaliches, Quezon City, Metro Manila 1116 Or Through Electronic Mail At Bac.ncr@ched.gov.ph Not Later Than 9:00 Am Of January 27, 2025. For More Information Please Call The Bac Secretariat At Telephone No: 8403-2196 / 8403-2208. Carolyn Dm. Sambas Bac Secretariat Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within 7 Calendar Days. 3. Warranty Shall Be For A Period Of Six ( 6 ) Months For Supplies And Materials, One ( 1 ) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be A Period Of 60 Calendar Days. 5. Supplier Shall Submit The Following: 5.1 Sec Or Dti Certificate Of Registration 5.2 Valid Mayor's/business Permit 5.1 Philgeps Registration Certificate 5.3 Original Brochures Of The Items Offered Showing Its Per Characteristics Or Certifications, If Applicable. Lease Of Venue With Food/catering Services For The Conduct Of Retirement And Recognition Ceremonies With The Theme: “salamat – Paalam Program In Honor Of Retiring Ched Ncr Employee - Ms. Regina B. Fortes, Chief Administrative Officer” "scope 0f Service: The Service Provider Should Be Able To Provide Food And Drinks With The Following Specifications: General Requirements: 1. Catering Services On January 30, 2025 (thursday) 2. Estimated No. Of Participants: One Hundred Fifty (100) Pax 3. Inclusive Of Tables And Chairs Setup 4. Vanue Must Be Within Quezon City 5. 4-6 Hours Event Time Meals: (buffet/catering) -january 30, 2025 •pm Snacks For 100 Pax •dinner For 100 Pax •free Flowing Of Hot And Cold Drinks With Provision Of Water Station Throughout The Function Mode Of Payment: Send Bill Arrangement; Accepts Landbank Check For Payment; *quotation Should Be Vat Inclusive, No Downpayment Required" Mode Of Payment: Send Bill, No Down Payment, Free Delivery Quotation Should Be Vat Inclusive Grand Total ***nothing Follows*** After Having Carefully Read And Accepted Your General Condition, I / We Quote You On The Item/s At Prices Noted Above. Printed Name / Signature Canvassed By: Tel. No. / Cellphone No. ____________________________ Authorized Canvasser Tin No. Of Establishment Date 1. Quotations And Other Requirements Stated Below Shall Be Submitted To The Commission On Higher Education-ncr, Quezon City, Philippines On The Date And Time Stated In This Rfq. "2. Supplier Shall Submit The Following Requirements : A. Duly Signed Request For Quotation. Prices Shall Be Quoted In Philippine Pesos. Statement Of Compliance Must Be Accomplished By Supplier B. Valid Mayor's Permit C. Original Brochures Or Certificates Of The Items Offered Showing Its Performance Characteristics Or Specifications, If Applicable." Price Validity Shall Be 60 Calendar Days From The Deadline Of Submission Of Quotation. Ocular Inspection Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And/or Twg Inspections Of The Bac Prior To The Award. Award The Supplier That Submitted The Lowest Calculated Responsive Quotation, And Passed The Ocular Inspection Conducted By The End-user And Bac Prior To The Event, If Any, Shall Be Awarded The Contract. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated Of The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Item & Description Requirements (technical Specifications) 3. Price Instructions 1. Supplier Shall Be Responsible For The (source (s) Of Its Goods/services/equipment, And Which Shall Be In Accordance With The Schedule And Specifications Of The Rfq Or Contract. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier That Accepted An Award, Purchase Order, Or Contract But Failed To Deliver The Required Goods/services/equipment Within The Time Called For In The Award, Purchase Order, Or Contract Shall Be Disqualified From Participating In Chedncr Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a.9184 And Its Irr-a Against The Supplier. 3. All Duties, Excise, And Other Taxes, And Revenue Charges Shall Be Paid By The Supplier. 4. All Transactions Are Subject To Withholding Of Credible Government Taxes Per Revenue Regulation(s) Of The Bureau Of Internal Revenue Liquidation Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods/services/equipment Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods/services/equipment. Warranty Supplier Warrants That All Goods/services/equipment To Be Provided Are Of Acceptable Industry Standard. Payment Payment Shall Be Made Only Upon A Certification By The Head Of The Procuring Entity To The Effect That The Goods Have Been Rendered Or Delivered In Accordance With The Terms Of This Contract And Have Been Duly Inspected And Accepted. Philgeps Information: Philgeps Solicitation No. Ched-ncr Rfq2025-01-004 Reference No.11684693 Published Date: January 23, 2025 Closing Date:january 27, 2025 - 9:00am
Closing Date27 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Department Of Tourism Region Xi Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description I. Background And Rationale The Philippine Travel Tour Expo (ptte) Is One Of The Country's Leading Tourism Events, Organized Annually By The Philippine Travel Agencies Association (ptaa) At The Smx Convention Center In Pasay City. The Expo Serves As A Major Platform For Promoting Both Local And International Travel Offerings, Bringing Together Travel Industry Professionals, Businesses, And Enthusiasts To Explore The Diverse Tourism Opportunities In The Philippines. The Event Aims To Foster Growth Within The Tourism Sector While Providing A Venue For Business Networking And Collaboration. Since Its Inception In 1994, The Ptte Has Significantly Grown In Scope, Attracting A Wide Range Of Participants Such As Travel Agents, Tour Operators, Hotels, Resorts, And Individual Travellers. The Expo Showcases A Variety Of Travel-related Services, Including Vacation Packages, Flights, Accommodations, And Emerging Travel Technologies. It Also Highlights Different Regions And Destinations Across The Philippines, Emphasizing The Country’s Cultural Heritage, Natural Beauty, And Unique Tourism Experiences. The Event Offers Exclusive Deals And Promotions, Making It A Popular Destination For Both Business And Leisure Travellers. The Department Of Tourism Xi Views Ptte As A Valuable Opportunity To Promote The Davao Region’s Tourism Products And Attractions. With The Goal Of Boosting Tourism Recovery, Dot Xi, Alongside Local Government And Private Sector Partners, Will Participate In The Expo By Setting Up A Dedicated Booth To Showcase Davao’s Destinations And New Tourism Circuits. This Initiative Aligns With Their Efforts To Strengthen Domestic Tourism In The Region And Market It Effectively To The National Capital Region (ncr) Audience, Helping Ensure The Sustainable Growth Of The Local Tourism Industry. Ii. Objectives 1. To Showcase And Promote The Davao Region Tourism Products And Services In The National Capital Region And Other Regions In The Philippines 2. To Provide Opportunities For Trade Expansion And Consumer Engagement For Davao Region Tourism Stakeholders 3. To Provide An Avenue For Davao Tour Operators To Connect, Build A Network And Create New Businesses With Their Counterparts In Central Philippines 4. To Support The Sustainability Of The Existing Davao To Ncr Routes And Other Regional Air Routes Iii. Program Design The Dot Regional Office Xi Will Participate As Exhibitor And Will Conduct Customer-to-customer And Business-to-business Engagements. Event Components • Main Booth Exhibit: Showcase Of The Davao Region Provinces Partnered With Local Tour Operators • B2b Activity: Participation Of The Delegation To The Main B2b Activity By The Ptaa Iv. Scope Of Work A. Booth Construction And Design 1. Coordinate With The Organizer For Guidelines/ Instructions On Booth Installation. 2. Supervise And Facilitate Ingress And Egress, Booth Set-up And Installation, Maintenance And Dismantling; 3. Secure Required Forms And Permits For The Smooth Installation Of The Booth. 4. Assignment Of Stand-by Manpower For The Duration Of The Event To Manage On-site Problems; 5. Design And Construction Of The Dot Davao Booth, With The Following Details And Inclusions To Wit: All Design And Landscaping Materials And Procedures For A Two (2m Deep) (3m Long) Or 12 Sqm Booth With Platform Raw Space Booth; Led Wall Or Maximum Size Television For Audio-visual Presentations In The Booth Back Printed High-resolution Tarpaulins Sintra Boards/ Lighted Build Up Up Lights And Floodlights Counters With Storage (number Of Counters To Be Identified) Additional Storage Area For Safekeeping Of Items. Column Fabricated Wall-type Design Décor, Chairs And Tables (dependent On The Design) Provision Of Sound System Provision Of Water Dispenser With Daily Supply Water Gallon Installation And Disassemble Services Freight Services For Any Items/elements To Be Owned By Dot Xi B. Deliverables Of The Contracting Party: 1. Activity Report 2. Photo Documentation 3. Statement Of Account 4. Official Receipt C. Design Pegs: V. Project Requirement And Scope Of Deliverables Terms During The Service And Expected Output (a) The Supplier Shall Propose Design Incorporating The Aesthetic Elements And Components That Depict The Icons And Destinations Of Davao Region; To Incorporate New Davao Region Branding (b) The Proposed Design & Lay-out And Other Elements Shall Be For Approval Of Dot Xi Vi. Proposed Budget Of The Contract (abc): • The Total Approved Budget For The Procurement For The Services Of A Booth Contractor For The Davao Region Booth For The 32nd Ptaa Travel Tour Expo Is Two Hundred Thousand Pesos Only (php 200,000.00) Inclusive Of All Applicable Government Taxes” • Terms Of Payment: Government Procedure/willing To Provide Services On A Send Bill Arrangement Payable Within Thirty (30) Working Days. Vii. Minimum Requirements Requirements: (to Submit Sufficient Documents) 1. Company Profile Or Portfolio; 2. Must Have Handled Dot Accounts And Must Provide A List Of Previously Conducted Events/service For “booth Contractor” (within The Last 3-6 Months); (contracts/po) 3. Must Be Smx Convention Center Accredited (accreditation Certificate) 4. Valid Bidding Documents (as Required By The Procurement Law/dot Xi Procurement Division) A. Valid Philgeps Registration B. Valid Mayor’s Permit C. Dti/sec Registration Certificate D. Tin Certification E. Other Applicable Documents As Required 5. Must Be A Manila-based Company (not A Subsidiary Company) Viii. Payment Procedure Send-bill Arrangement: (payable Within 15-30 Days Upon Receipt Of The Statement Of Account From The Supplier) Official Billing Details: Tanya Rabat-tan Regional Director, Department Of Tourism-xi Unit 1-5, Ground Floor, Cope Development Corporation Building 2, Cm Recto St., Davao City Ix. Project Officers/contact Persons: Marketing & Promotion Division: Kamille M. Araneta Procurement Division: Bon Jovi Cabreros/nathania Molina Contact Nos: 09171696215/09472506686 Email: 2021dotxi.procurement@gmail.com/dot11mpd@gmail.com Other Information: Dot Xi Rbac Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. It Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation.
Closing Date13 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
DEPARTMENT OF TOURISM REGION I Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Terms Of Reference Project: Procurement Of Event Management Services For The Participation Of Region 1 In The Philippine Travel Agencies Association (ptaa) 32nd Travel Tour Expo On February 7-9, 2025 Project Background The 32nd Ptaa Travel Tour Expo 2025 Will Take Place From February 7 To 9, 2025, At Halls 1- 4 And Function Rooms 1-4 Of The Smx Convention Center, Mall Of Asia, Pasay City. With The Theme “beyond Borders,” This Year’s Travel Tour Expo Aims To Inspire And Connect The World Through The Transformative Power Of Travel, Highlighting The Unparalleled Wonders That Lie Beyond Our Borders. This Premier Event Offers An Exceptional Platform To Explore Cutting-edge Innovations, Discover Opportunities, And Forge Connections That Transcend Geographical And Cultural Boundaries. Widely Regarded As A Cornerstone Event In The Travel And Tourism Calendar, The Travel Tour Expo Gathers A Remarkable Array Of Industry Players. These Include Travel Agents, Tour Operators, Airlines, Hotels, Resorts, Entertainment And Theme Parks, Providers Of Travel Essentials, Food Businesses, And Other Travel-related Establishments. The Expo Has Consistently Shattered Records In Terms Of Exhibitor Participation, Visitor Attendance, And Production, Solidifying Its Reputation As The Philippines’ Leading Event For Showcasing The Best In Tourism, Travel, Hospitality, And Allied Industries From Both Local And International Markets. As Part Of Its Ongoing Mission To Strengthen, Intensify, And Sustain Marketing And Promotional Efforts, Dot Region 1 Will Proudly Showcase The Rich Offerings Of Its Four Provinces. Representatives From Provincial And Municipal Tourism Offices, Along With Travel And Tour Operators, Hotels, Resorts, And Other Tourism-related Entities, Will Join The Dot Region 1 Team To Highlight Newly Developed Products, Destinations, And Tourism Circuits. The Region 1 Booth Will Feature An Inviting Lounge And Food-tasting Corner, Where Visitors Can Sample The Region’s Vibrant Culinary And Gastronomy Offerings. As Part Of Product Activation Efforts, A Region 1 Presentation Is Scheduled On Either The Second Or Third Day Of The Event. This Will Include Product Showcases, Engaging Displays, And Interactive Games To Captivate And Inspire Attendees. Booth Size: 12 Sqm (2 Units- 3m X 2m ) Booth Height: 8 Ft (max) Approved Budget Of The Contract The Approved Budget Of The Contract Is One Hundred Twenty-four Thousand Eight Hundred Fifty Pesos Only (php 124,850.00) Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Scope Of Service The Service Provider Shall Provide The Necessary Logistical Requirements For The Implementation Of The Participation Of The Department Of Tourism Region 1 In The 32nd Travel Tour Expo 2025 With Requirements And Details As Specified Below: Expenses Particulars Unit/pax Frequency Region 1 Booth Enhancement Provision And Supply Of Labor, Materials, And Professional Services To Execute The Concept, Design, Layout, Creatives, Installation And Dismantling Of The Department Of Tourism Region 1 (dot Ro1) – Ilocos And Pangasinan Region Including Payment Of Any Fees During The Ingress A. Tv With Stand 55 To 60 Inches B. Customized Background Walls And Ceiling Featuring Major Destinations C. All Photos Should Be Highresolution Printed And Mounted In Sintraboard Or Its Equivalent D. Artificial Grass For Flooring E. To Incorporate The Dot Logo And Love The Philippines In The Design F. #findtheoneinregion1 Marquee Letter G. 2 Customized Counter With Cabinet For Storage And High Chairs That Can Accommodate 2 Pax Per Table H. Strategically Located Electrical Outlets And Storeroom I. Quality Led Lighting Or Pin Light For The Booth And Displays And Photos J. Provision Of Standby Manpower For Booth Maintenance Note: Pls Submit 2 Designs For Approval Of Dot Region 1 Note: Pls See Attached Floor Plan Lot Ingress/egress Installation And Dismantling Promotional Materials Tokens Of R1 Products For Vvip Guests With Customized Packaging 30 Pcs Customized Find The One T-shirt For The Dot Guests 20 Pcs Food Tasting Provision And Supply Of Curated R1 Food Products For The Food Tastings For 3 Days Good For 100 Pax Per Day 3 Days Other Requirements Include: The Supplier To Process And Shoulder Necessary Permits, Fees And Other Papers Relative To The Installation And Dismantling Of The Region 1 Booth. The Service Provider Shall Work In Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Project Under A Pre-approved Itinerary. Any Changes In The Itinerary And Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Reminders To Bidders: 1. Please Note That Projects Will Be Awarded As One Lot. 2. All Bidders Must Submit A Copy Of Their Mayor’s/business Permit (business Permit Application, If Applicable), Philgeps Certificate/number, And Original Omnibus Sworn Statement (notarized) With Their Original Copy Of Quotations/proposals On Or Before The Indicated Deadline On The Philgeps Website In Order For Proposals To Be Considered And Qualified. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250. 4. Please Send Your Quotation And Bid Documents To Mr. Bon Derryl G. Pugal- Bac Secretariat At 2/f Nisce Business Center Bldg., Barangay Catbangen, San Fernando City, La Union. You May Send An Advance Copy Of Your Documents Through The Bac Secretariat At The Email Address: Dotregion1bac@gmail.com. Please Note That We Still Need To Receive The Original Documents For Us To Consider Your Bids.
Closing Date21 Jan 2025
Tender AmountPHP 124.8 K (USD 2.1 K)
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For The Venue, Accommodation, Meals And Snacks For The Capacity Building Of The La Trinidad Civil Society Organization 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Three Hundred Sixty Five Thousand Four Hundred Pesos (php365,400.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Venue, Accommodation, Meals And Snacks For The Capacity Building Of The La Trinidad Civil Society Organization. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-12-6188-mo Name Of Project: Venue, Accommodation, Meals And Snacks For The Capacity Building Of The La Trinidad Civil Society Organization Project Location: La Trinidad, Benguet Contract Duration: To Be Arranged With The Implementing Office Upon Receipt Of The Notice To Proceed (6 Days) Brief Description: Qty. Unit Description 120 Pax Accommodation (1 Night And 2 Days) Room Requirements: - Air Conditioned - No Bed Sharing -2-3 Pax Per Room With Single Bed -inclusions: Free Amenities, Hygiene Kits: Shampoo, Dental Kit, Bath Soap, Towel Function Hall: - Free Use Of Hall -with Sound System -projection Screen Set For Avp -5 Wireless Mic -tables And Chairs To Accommodate The Participants Venue: Must Be Therapeutic, Nature Landscape View With Swimming Pool To Accommodate The Participants For Mental Health Activities After Sessions 120 Pax Meals And Snacks For 2 Days Breakfast (2nd Day: Complimentary/free): Choices Of Hotdogs, Longanisa, Eggs, Fried Fish With Tomatoes With Rice And Fruits Am Snack (2 Days): Choices Of Pasta/bread Plant/ Fruit Based Drinks 300ml Or Bigger Pm Snack (2 Days): Choices Of Pasta/ Bread Plant/fruit Based Drinks 300ml Or Bigger Lunch (2 Days): Choices Of 2 Meat And 1 Vegetable/seafoods Rice Soup Fruits/ Dessert Dinner (1 Day): Choices Of 2 Meat And 1 Vegetable/seafoods Rice Soup Fruits/ Dessert Inclusions: Overflowing Coffee, Juice, Drinking Water With Complete Amenities: Mugs/cups, Coffee Stirrer, Sugar Creamer 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – 22, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 22, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 22, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Closing Date22 Jan 2025
Tender AmountPHP 365.4 K (USD 6.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Request For Information (rfi)/sources Sought
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)
please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described In The Attached Sow. Please Provide Your Uei Number.
the Department Of Veterans Affairs (va), Visn 16 Network Contracting Office, Is Seeking Sources That Can Provide The Following:
durable/ Home Medical Equipment/accessories (dme/hme) Services To Provide All Necessary Labor, Facilities, Pick-up And Delivery, Set-up, Disassembly, Storage, Repairs, And Inventory Management Of Va Owned Equipment. Multiple Resource Use Specific To Repair Of Mobility Devices (e.g. Manual Wheelchairs, Power Chairs, And Scooters):
the Facility Is Located At:
southeast Louisiana Veterans Healthcare System
2400 Canal Street
new Orleans, La 70119
scope Of Work:
Contractor Shall Provide Delivery And Pick-up, Receiving, Storage, Set-up, Assembly, Take-down, Disassembly, Installation, Instructions, Sanitizing, Repair, And Maintenance Of Va Owned Dme/hme To Eligible Veterans/caregivers As Required By The Va
repair Of Mobility Devices (e.g., Manual Wheelchairs, Power Wheelchairs And Scooters). Services Provided Shall Be All Inclusive Of Deliveries And Transportation To Include Set-up/delivery Of Equipment And Related Accessories, Safety Inspections, And In-service Training (non-clinical) For Veterans On Equipment Functionality.â In Accordance With Sound Industry Practice, And The Terms And Conditions Of The Contract, Contractor Shall Be Responsible For The Proper Care, Maintenance, And Use Of Government-owned Dme/hme In Its Possession Or Control From The Time Of Receipt Until Properly Relieved Of Responsibility.â The Removal Of Government-owned Dme/hme To Storage, Or Its Contemplated Transfer, Does Not Relieve Contractor's Responsibility.
deliveries And/or Pick-ups Shall Be Made At Such Times And In Such Quantities As Specified By The Contracting Officer, Contracting Officer Representative (cor) And/or The Purchasing Agent.
contractor Shall Furnish Durable Medical/ Home Medical Equipment (dme/hme) And/or Accessories Necessary To Provide Dme/hme Services To Eligible Veterans Under The Jurisdiction Of The Primary Service Area Of The Slvhcs, In The Veteran S/caregiver S Homes Or Other Designated Points In Accordance With Standards Established By The Joint Commission For Home Care Through Reissue Of Equipment And/or Accessories For Which Contractor Has Provided Pick-up, Repair, Cleaning, And Storage.
durable Medical Equipment And/or Accessories Necessary To Provide Dme/hme Shall Only Be Provided (setup) Based On An Assessment Of The Veteran And An Order (prescription) By A Vamc Health Care Provider. Each Dme/hme Task Order Shall Be Individually Requested Through A Prosthetic Purchase Order On An Individual Veteran Basis.
contractors Must Meet The Joint Commission Standards Or Equivalent Body (which Meets Or Exceeds Tjc Accreditation) For Services Provided Under The Contract. Throughout The Contract, Contractor Shall Be Able To Consistently Perform Services At Or Above The Standards Set By The Joint Commission. The Joint Commission Standards Can Be Found At Http://www.jointcommission.org/.
if Contractor Is Surveyed During The Contract Term By Any Accreditation Body, They Shall Notify The Cor Or Designee In Writing Of Survey Dates And Outcomes. If Any Accreditation Is Revoked Or Local, State, Or Federal Citations Received During The Performance Period Covered By The Contract Contractor Shall Notify The Cor Or Designee Within Three (3) Business Days Of The Citation.
for This Performance Work Statement (pws), The Normal Delivery Or Service Area Is Considered To Cover The Counties/parishes Serviced By The Southeast Louisiana Veterans Healthcare System (slvhcs) And Its Affiliated Community Based Outpatient Clinics (cbocs).
if You Are Interested, And Are Capable Of Providing The Sought Out Supplies/services, Please Provide The Requested Information. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
responses To This Notice Shall Be Submitted Via Email To Kimberly Anderson At Kimberly.anderson6@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 5, 2025 At 3:00 Pm Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation
disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Responses. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Responses To This Notice Shall Not Be Considered A Response To A Solicitation. Determination By The Government Not To Compete The Proposed Procurement Is Solely Within The Discretion Of The Government If It Is Determined That It Is In Their Best Interest To Do So.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Municipality Of Mercedes, Camarines Norte Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Trust Fund Intends To Apply The Sum Of Two Million Seven Hundred Twenty-five Thousand Two Hundred Sixty-six Pesos Only (php2,725,266.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte - Identification Number 401-24-11-1495/1496/1497/1498/1499. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Supplies/materials And Equipment, Livelihood Program: Providing Resources For Opportunities And Prosperity Through Empowerment In Lgu-mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Lot 1 - Hardware Tools 1 1 Unit Air Compressor Machine, Motor: 1/2 Hp; No. Of Cylinder: 2; Phase: 1; Pressure: 85 Psi; Capacity 46 Liters; Approximate Dimension: 95-100cm (l) X 31-35cm (w) X 64-70cm (h); Weight: 47kg; Inflation Time: 53min; Air Displacement: 208l/min 2 1 Unit Air Spray Gun, Standard Nozzle:1.4mm, Pattern Width:180-250mm, Paint Capacity:600cc, Suitable For Finishing Coat, Optional Nozzle:1.3-2.5mm, Operating Pressure:2-3.5bar Air Cons:4.2-7.1cfm(119-200l/min)" 3 11 Set Angle Grinder Cutting Disk, 10 Pcs.per Set; Dimensions: Approx. 105mm (4") X 1.2mm (3/64"') X 16mm (5/8") 4 11 Unit Angle Grinder, Rated Input Power: 730w; Wheel Diameter: 4"; Rated Voltage: 220v; Frequency: 60hz; No Load Speed: 12,000 Rpm; Weight: Approximately 1.6kg; Grinding Spindle Thread: M10; Disc Diameter: 100mm X 1 X 16mm, Dimension: 298mm (l), 77mm (w), 102mm (h) 5 7 Pc Chipping Hammer, Item Weight: atleast 13.8 Ounces; Product Dimensions: 11" (l) X 1" (w) X 7.5" (h); Material:, Genuine Leather Grip And Forged Steel 6 3 Set Circular Saw With Diamond Blade, 1400w, 185 Mm Blade, Spindle Lock With 24t Diamond Blade 7 3 Pc Claw Hammer, Head Weight: 16oz; Overall Weight: 17oz-23oz; Forged Steel Head; Smooth Face; Fiberglass Handle With Rubber Cushion; Overall Length: 12-14" 8 3 Pc Concrete Chisel, 10'' Forged Steel Chisel 9 3 Pc Crow Bar, 36" Long; Length Tolerance: +- 1/8; Forged Steel Carbon 10 1 Pc Electric Planer; Voltage: 220-240v; Input Power: 1050w; No Load Speed: 1600rpm; Planing Width And Depth: 82x3mm; Heavy Duty Aluminum Base; 11 1 Pc Framing Hammer, Handle Material: Alloy Steel; Item Dimensions: Approximately 16-17" (l) X 5.75-6" (w) X 1.5-2" (h); Item Weight: Atleast 1.4 Pounds 12 1 Unit Gasoline Marine 7hp Speed Type, Single Cylinder; 4 Stroke, Forced Air Cooling; Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption;395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magento Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 13 10 Pc Hacksaw With Blade, Adjustable Aluminun Alloy Frame With Soft-grip Handle, 90" Adjustable Bladec Angle, 12 Inches (+/- 1/4") Bi-metal Hacksaw Blade, 24 Tpi 14 10 Unit Heavy Duty Corded Drill, Rated Input Power: 750w; Chuck Capacity: Upto 13mm; Drill Capacity: Metal (16mm), Wood (25mm), Masonry (12mm); Dimension: 268mm (l) X 69mm (w) X 192mm (h); Weight W/out Cable: Approximately 1.6-1.8 Kg; Spindle Collar Diameter Of 43 Mm 15 1 Pc Level, Box Beam Style, Material: Alluminum; Dimension: Approximately 24-24.5" (l) X 2-2.6" (w) X 1.2-1.5" (h); Weight: Atleast 0.8 Pounds 16 3 Pc Mashing Hammer, 3 Lb With Fiberglass Handle, Forged Steel Head 17 3 Pc Masonry Hammer, 800g Solid Rubber Head, Fiberglass Core And Bi-material Slip-resistant Handle, 18 3 Pc Masonry Hand Saw, 15" 380mm Carbon Steel 19 3 Pc Masonry Square, 24"x 16"aluminum, 1/8 '' Thick 20 3 Pc Mason's Level, 60cm Aluminum Reinforced Frame 21 3 Tube Mason's Line, #18 Braided Nylon, 500 Ft, 170 Lb Test 22 10 Set Metal Drill Bit Set, Material: High Speed Steel; 19pcs Per Set (1mm,1.5mm,2mm,2.5mm,3mm,3.5mm,4mm,4.5mm,5mm,5.5mm,6mm,6.5mm,7mm,7.5mm,8mm,8.5mm,9mm,9.5mm,10mm); Point Angle:118degree C; Standards: Din 338; Bit Geometry: Standard Twist Bit 23 8 Pc Meter Tape With Magnetic Hook, Blade Material: Nylon Coated Blade; Dimensions: 16ft (l) X 25mm (w) 24 7 Pc Mig Welding Pliers, Overall Length: Atleast 210mm; Material: High Carbon Steel; Handle Material: Thermoplastic Rubber 25 1 Unit Portable Hand Drill, Power Sourced: Battery Powered - 2pc 21 Volt 1500mah Lithium-ion Batteries; Maximum Rotational Speed: 1500 Rpm; Voltage: 21v; Amperage: 1.5 Amps; Chuck Size: 0.38"; Bit Heads Diameters: From 0.8mm - 10mm; Product Dimensions: 9.6" (l) X 2.1" (w) X 7.5" (h); Material: plastic, Rubber, Metal; Item Dimensions: Approx. 9.6" (l) X 2.1" (w) X 7.5" (h); Item Weight: Atleast 2.5 Pounds; Item Torque: 330 Inch Pounds; Inclusions: 1x21 Volt Inspiritech Cordless Power Drill, 2x Rechargeable Battery, 1x English User Manual, 10x Self-drilling Drywall Anchors,10x Screwdriver Bits, 2x Double Ended Bits, 3x Drilling Bits, 1x Magnetic Extension Socket Bit Holder, 10x Anchors With Screws,1x One-hour Fast Charger, 1x Flexible Extension Shaft, 1x Carrying Bag 26 7 Unit Portable Welding Machine, Input Voltage: 220-240; Frequency: 50-60hz; Output Current: 10-220a; Led Display; No-load Voltage: 85v; Max. Output Current: 220a; Diameter Of Electrode: 1.6-3.2mm; Inclusions: 1 Pc Electrode Holder, 1 Pc Earth Clamp With Cable, 27 3 Pc Pull-push Rule, Blade Length 8m/26ft, Blade Width 1", High Impact Abs Case With Durable Rubber, Corrosion Resistant Tru-zero End 28 3 Pc Putty Knife, 3" Stainless Steel With Rubber Handle 29 1 Pc Roofing Hammer: Item Weight: 1.25 Pounds; Product Dimensions: Approx. 13.7" (l) X 6.75" (w) X 1.5" (h) 30 1 Unit Sander, Item Dimensions: Approx 11.63" (l) X 5.63" (w) X 6.19" (h); Voltage: 110 Volts; Power Source: Corded Electric; Amperage Capacity: 8.8 Amps; Variable Speed Control Dial (690 -1,440 Ft./min.); Grit Number: 80; Item Weight: Atleast 9.5 Pounds; Included Components: belt Sander, 1 Belt, Dust Bag 31 3 Pc Shovel, Rectangular End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 32 3 Pc Shovel, Round End, Tempered Steel Blade (0.8mm Gauge Orv Higher), 17-23 Cm Blade Tip Width,22-28cm Blade Tip Lenght, All Metal Handle, Overall Lenght 100cm-115 Cm 33 1 Pc Speed Square, Material: Cast Aluminum; Size: About 18x18x2cm/7.09x7.09x0.79"; Weight: About 130g; Triangle-shaped 34 3 Pc Spirit Level Bar, Aluminum Frame With Magnet, Size 12" (+-1/8"), With 3 Vials (horizontal, Vertical And 45 Degrees) 35 3 Pc Steel Float/plastering Trowel, Thickness 0.7 Mm, Surface Measurement 280mm X 125 Mm(+/- 1mm), High Carbon Steel, Soliod Forged Steel With Plastic Handle 36 1 Pc Trim Hammer, Handle Material: Wood; Head Material: Alloy Steel; Item Dimensions Approximately: 14-15" (l) X 5-6"(w) X 1-2" (h); Item Weight: Atleast 594 Grams 37 3 Pc Trowel, 280x120mm Stainless Plastering Trowel With Plastic Handle 38 1 Pc Utility Knife, Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g/pcs; Blade Size: 19mm (w) X 61mm (h) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 39 7 Pc Welding Helmet, Auto Darkening Helmet, Power Supply: Battery And Solar Powered; Light Shade: Din9-1;, Dark Shade: Din4; Switching Time: 1/25000s; Delay Time: 0.1-0.8s; Sensitivity Adjustment: Stepless Control; Operation Temperature: -5 Degrees- 55 Degrees; Active Viewing Area: 93mmx43mm; Active Viewing Area Size: (+/- 10mm); Item Weight: Atleast 1.85 Pounds; Package Dimensions: approximately 12-12.4" (l) X 9-9.61" (w) X 7-7.68" (h) 40 7 Set Welding Magnets, 6 Pcs/set, Overall Length: Atleast (3"); Hold Capacity: Up To 25lbs; Arrow Design Supports Angle: 45°, 90°, And 135°; Item Weight: 295g; Package Dimensions: 4.88 X 4.72 X 3.98 Inches; material: Steel; Magnets Size: Approximately - Top (1-1.4cm), Bottom (6.5-7cm), Side (7-7.5cm) Thickness (1-1.3cm) 41 1 Set Wood Chisel; 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 42 3 Pc Wooden Float, 18"x 32", Multi-layered Lot 2 - Food Preparation 1 1 Unit 3 In 1 Burger Griller With Deep Fryer And Steamer, Gas Type; Made Of Stainless Steel And Polished Metal Griddle Plate; Dimensions: Burger Griddle - 18" (l) X 12" (w); Deep Fryer - 8" (l) X 12" (w), Capacity: 2.5 L; Steamer: 11" (l) X 12" (w) 2 6 Unit Barbeque Grill With Sauce Holder And Top Grill, Material: Stainless Steel, Dimension(lwh): 24 In X 12 In X 30 In (3.5 In Grill Pan's Depth) 3 33 Pc Basin; Stainless; Diameter: 22"; Base: 16"; Depth: 7"; Thickness: 1cm 4 47 Pc Beach Umbrella; Round-shaped; Material: Poly Canvass; Diameter: 40""; Pole Stand Length: At Least 45""; Pole Material: Stainless Steel Chrome" 5 6 Pc Boiler Caldero; Big Size & Heavy Duty; Size: Diameter 48cm; Height: 42cm; Makapal, Material: Aluminum 6 6 Pc Boning Knife, 27.3cm, Blade Length:14.6cm, Blade Thickness: 4mm, Wood Handle 7 32 Pc Butcher's Knife; Materials: Stainless; Wood Handle; Size: About 10" 8 29 Pc Caldero With Double Handle; Aluminum Material; Diameter: 46cm; Height: 37cm; With Double Handle; Capacity 5kilos/20l(volume Capacity) 9 48 Set Casserole Set, Stainless Steel, 28, 30 And 32cm Diameter; 16, 18, 20cm Height 10 50 Pc Chef's Knife; About 10 3/4" Long; Material: Stainless Steel; Blade: Full Tang; Riveted Handle 11 56 Pc Chest Cooler, Item Package Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l, Color: Any Color 12 51 Pc Chopping Board; Thick Wood; 12"x12" 13 6 Pc Cleaver Knife, 11" Stainless Steel, Weight: 310-340g, Blade Size: 6.5 Inches 14 48 Pc Colander; Stainless Steel; 11"diameter; With Stainless Base And Handle 15 6 Unit Digital Weighing Scale ,30kg Capacity,stainless Tray Size: 35x23cm For 30kg Capacity Weighing Scale, Dual - Display : Weight, Unit Price, Amount, High Light Led Display, Rechargeable Battery, Power Supply: Ac/dc Charger (included) 16 47 Unit Double Burner Gas Stove; Stainless Top And Front; Automatic Ignition; Reversible Trivet; Double Detachable Top Burner; Removable Drip Pan; Dimension: 700mm(l) X 390mm(w) X 140mm(h) 17 7 Unit Double Ring Burner; Heavy-duty Cast Iron; Includes Pol Regulator And 1-metre Hose 16750 Btu Brass Valve With Individual Gas Control Minimal Assembly Required Weight; 3.9kg, Material;cast Iron, Dimensions: (lwh) 36cm X 20cm X 9cm, Fuel Type: Lpg Tank Cylinder With Content And Accessories 18 2 Pc Egg Ring, Stainless Steel, 8.5cm Diameter, 1.5cm Height 19 4 Box Face Masks; 3 Ply Non-woven Disposable Earloop Mask; Quantity: 50pcs/box 20 30 Pc Fish Drying Rack, 4-layer, 45x45x66cm, Foldable 21 6 Pc Fish Scaler, 20cm Stainless Steel 22 6 Pc Fish Scraping Tool, 20cm Stainless Steel 23 54 Unit Food Shelve, 2 Layers: Glass Thickness: 3/16 And 1/4, (w-14" X H-17" X L-30"); Adjustable Layer, Material: Glass & Aluminum With Sliding Door, Offer: Screen Sliding Door To Prevent Moisture 24 204 Pc Food Tray With Glass And Stainless Lid/cover, Stainless Body, Rubberized Stand 32x28x10cm 25 12 Pc Food Tray, Flat, Stainless, 60x40x2cm, Depth: 2cm 26 2 Unit Freezer Chest Type, Gross / Net Volume 10.6 Cu.ft. (10 Liters) / 10.1 Cu.ft. (286 Liters), Functionality 3-in-1 Function – Chilling | Freezing | Fast Freezing, Defrosting System: Manual Defrost, Evaporator:aluminum Defrost,led: 6 Led’s, P:2w, Lamp Life: Min. 50,000 Hours, Weight 40 Kg, Dimensions L 63 X W 111.4 X H 84.7 (cm), Key Features: Inverter Compressor, Sliding Glass Door, Embossed Door & Cabinet, Recessed Side Handle (left & Right), Led Light, Removable Gasket , 1x Basket Wire Shelf, 4x Roller Wheel 27 5 Pc Fruit Crate Plastic 21 X 15 X 12 Inches, Heavy Duty Plastic Material, Color : Black 28 37 Pc Frying Pan 14" In Diameter, Cast Iron 29 4 Unit Gas Range, Approx. 55-70cm (l) X 50-60cm (w) X 86-93cm (h); 4-gas Burner; 62l Gas Oven; Button Ignition; Top Glass Lid; Net Weight: Maximum Of 28kg; Pan Support: Light Cast Iron Pan Support 30 1 Box Gloves; 100pcs; Food Grade; Size: Medium(7.5cm); Thermoplastic Elastomer(tpe) Material 31 23 Pc Hairnet With Cap; White; Nylon; Washable 32 1 Unit Industrial Oven Stainless Steel, With Wall Insulator To Minimize Penetration Of Heat To The Walls, With Temperature Gauge, Approx. Outer Dimension: 46.5 X 23.5 X 30 Inches; Oven Stand/rack Is Made Of Metal With Rollers And Braking Systems; Stainless Steel Front Panel, With See Thru Glass; About 4 Inch Thickness Of Walls With 2 Trays Per Deck - 4 Trays Capacity; Gas Type 33 35 Pc Kawa 62 Cm Diameter 18 Cm Height, Aluminum With 2 Aluminum Handles 34 12 Pc Kitchen Apron, Waterproof; Stain Resistant Leather Apron 35 6 Pc Kitchen Scissors, Material: Stainless Steel And Plastic Silicone, Size: 22.5x7.3x1.2cm 36 3 Pc Long Handle Stainless Steel Soup Spoon; Color: Silver; Caliber Length; Approx. 12cm.14cm.16cm.18cm, Handle Length; Approx.45cm(17.72inches) 37 6 Pc Long Wooden Ladle; 14" Stainless Steel 38 58 Set Lpg Tank, 11kg Cylinder With Gas Regulator, 1.8m Hose & Steel Hose Clamp 39 9 Set Measuring Cup (set For Liquid), 1 Measuring Cup With Red Graphics; Made Of Nonporous Glass That Won't Warp, Stain, Or Absorb Odors; Glass Is Preheated Oven, Microwave, Fridge, Freezer & Dishwasher Safe; Dimension: Approx. 7.13" (l) X 6.75" (w) X 4.38" (h); Measuring Capacity: 500ml 40 9 Set Measuring Cups (set For Dry), Smithcraft Stainless Steel Measuring Cups Set Have 8 Cups.the Sizes Are: 1 Cup (240ml), 3/4 Cup (180ml), 2/3 Cup (160ml), 1/2 Cup (120ml), 1/3 Cup (80ml), 1/4 Cup (60ml), 1/8 Cup (30ml), 1/16 Cup (15ml),1 Locking Ring. 41 6 Unit Mini Electric Fan 7.5" - With Base 10'' 69hz 20w (for Bbq), Non-adjustable Height; Any Color; Electric Powered Fan; 3 Blade 42 21 Pc Mixing Bowl Medium, Approx. Diameter: 28cm, Height:11.2cm; Material: Stainless; Capacity: Atleast 4l 43 200 Pc Monoblock Chair Front:monoblock Chair, Front Legs Distance: 355mm Width Seat, With Backrest, Color: Beige, Seat Width :375 Mm, Deapth: 330 Mm, Side Legs Distance Left: 378 Mm, Side Legs Distance Right 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height:779 Mm, Set Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs 44 54 Pc Monoblock Table, 36x36 Inches, H- 28 Inches, Color: Beige, Atleast 3mm Thick 45 2 Pc Non-slip Rectangular Chopping Board; Materials:polypropylene Plastic; Approx Length: 40cm; Width: 25cm; Thickness: 0.5cm; Color : White 46 45 Pc Palamigan Container W/ Gripo 15l, Dimension: 31.8x23.8x48.5cm, Material: High Quality Durable Plastic 47 1 Unit Pressure Cooker 50 Liters Capacity, Aluminum Alloy Material, Pressure: 90kpa, Dimension: 44cm Diameter X 47cm Height 48 40 Pc Round Glass Jars With Lid, 220ml 49 41 Pc Sandok, Stainless Steel, 24.7" Length, With Wooden Handle 50 33 Pc Sandok, Stainless Steel, Length: 14" 51 39 Pc Shansi, Stainless Steel, Length: 14" 52 9 Pc Stainless Steel Dough Cutter Scraper Baking Smoother Cake , Approx. Size: 14-15cm (l) X 11.5-12cm (w) And 22cm (h); Material: Stainless Steel 53 41 Pc Stainless Steel Food Tong 14" Length 54 5 Unit Steamer; Aluminum; About 16"/42cm Diameter; 3 Layers With Cover; With Handle Per Layer 55 3 Unit Vacuum Sealer Machine, 220v, 90w, Sealing Width: 270mm, Power Supply: Ac100-240v/50-60hz, Temperature Control Range: 170-210 Celsius, Abs Material, Size: 370*75*50 (mm) 56 15 Pack Vacuum Sealer Storage Pouches | Bpa Free, Commercial Grade For Food Storage & Sous Vides, Size: 17 X 25cm Material: Plastic, 100pcs/pack 57 27 Pc Water Jug/dispenser With Faucet, 5 Gallons, 20 Liters, Color: Blue, Durable And High Quality Plastic Material 58 7 Unit Weighing Scale; Analog; 20kg Capacity; Approx. Dimensions: 6-7" (l); 8-9" (w); 10-11" (h); Dual Unit (kg And Pounds) 59 2 Pc Wide Mouth Funnel, Stainless Steel, Top Opening: At Least 17 X 5.5 X 6cm, Bottom Opening: At Least 13 X 3.7 X 4cm 60 8 Pc Wire Whisk, Large, Stainless, Approx. 14-15" (l) Lot 3 - Fabrication Of Food Cart 1 7 Unit Bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 Gi Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbo, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord.m, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clamp/s-pin/ S-post P, Saddle With Spring, Footbreak With Spring "full Size" Frame, 175-180mm Cranks Side Car With Provision Of Umbrella And 2 Chest Coolers (52l Capacity) - Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flat Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 Gi Set, Tire 20 X 2.125 Jumbo, Note: With Dole, Dilp Logo Fully Painted In A Galvanized Sheet Iron Attached On The Front Of The Sidecar With Approx. 15.7 Inches(h)x15.7 Inches(l) Fully Painted Color: Any Color 2 1 Unit Motorcycle Sidecar (for Fruits And Vegetable Vending): Metal Body, Dimensions L-4ft W-2ft H-2ft, With 17inch Side Wheel 3 11 Unit Negocart With Bicycle Roofing Materials: Bolt & Nut W/ Washer 3/16 X 1 Polycarbonate 6mm X 1.2 X 1.70 Welding Rod Body Materials:tubular 1 X 1 X 1.5;flat Bar 1/8 X 1;flat Bar 2' X 3/8 X 1;plain G.i.;sheet 4' X 8' #26;cylindrical Hinge 1/2" ᴓ;blind Rivets 1/8 X 1/2;cylindrical 1/2;cabinet Handle;cabinet Lock;round Bar 8mm ᴓ;transparents Barrier 1/4 X 4' X 8';welding Rod;stainless Sheet 4' X 8';plain Round Bar 16mm ᴓ: Bicycle Specs: Bmx Type Bike Frame, Front And Rear Free Wheel Hub For Rim Set Single Speed (wheel Set), Tire Size (20"x2.125 Jumbo), Interior Tube (20"x2.125), Bmx Handle Bar, Bmx Fork, Head Parts (h Post, Handle Grip), Chain (single Speed), Pedal (bearing Type), Seat Clamp, Saddle With Spring, Foot Brake (clamp W/ Spring), Crank Pedals (175mm-180mm Cranks) Note: With Dole, Dilp Logo And Tourism Spot At The Front And Side Of Cart, Logo Material: Weather Proof Sticker, Sizes Of Sticker: H-60cm X W-130cm (for Front Of Cart) And H-60cm X W:75cm (for Side Of Cart) Or H-23.6" X W-51" And H-23.6" X W-29.5" Fully Painted Color: Light Blue Lot 4 - Grooming Tools 1 1 Pc All Purpose Comb, 7inch, Plastic Material 2 3 Pc Barber Apron, With Two Pockets, Waterproof, Material: Fiber Size: Approximately 89x69cm - 35x27.2 Inches 3 1 Pc Barber Cape, 140cmx100cm Silk, Waterproof 4 1 Unit Barber Chair, Reclining, Modern Style, Chair Back Height: High-back; Upholstery: Faux Leather; Material: Stainless Steel; Dimension: 21"x22.5"x38" 5 1 Unit Clipper, Cordless, Includes 3 Metal Clip Attachment Comb Cutting Guides, 1/16", 1/8",3/16, 6.25 Inches And Weighs 13 Oz, Equipped With A 2191 Adjustable 0000 Blade 6 2 Unit Curling Iron, 38.5cm, Tourmaline Ceramic, 25-39w, 360 Degree Rotatable 7 2 Set Eyebrow Grooming Kit, 6pcs (2 Eyebrow Razor, 1 Facial Razor, 1 Brush, 1 Scissors, 1 Tweezer) 8 1 Pc Fade Brush, Material: Plastic & Nylon, (hxw) 12.3 X 2.3 Cm, Weight: 0.015 Kg 9 2 Unit Flat Iron, Ceramic Wide Plate, 100-240v Dual Votage, 40-59w, 27.8cm Long 10 2 Unit Hair Blower, 2 Speed - 3 Heat Settings, 2400w, Removable Filter Cover, Cool Shut Function, Dimension: 21.5x8.5x26.5cm 11 1 Set Hair Clips, Plastic, Size: Approximately 7.8cm 12 2 Set Hair Dying Tool Set, (5-pc) Small Brush - 19.5cmx4.5cm, Big Brush - 20.5x6cm, Secondary Comb - 19x5.5cm, Small Bowl - 13x4.5cm, 1 Pair Of Earmuffs 8x4.5cm 13 3 Pc Hair Shear, 6.9 Inch Stainless 14 10 Pc Hair Towel Turban, 49x18cm Microfiber 15 2 Set Make Up Brush Kit, 12 Pcs With Box 16 2 Set Make Up Kit, 35pcs (1 Eyeshadow, 1 Concealer, 4 Osmetic Brush, 3 Lipgloss, 1 Eyebrow Pencil, 1 Pressed Powder, 4 Lipstick, 4 Face Makeup, 1 Lip Balm, 1 12.5cmx19cm Makeup Bag, 1 Eyebrow Cream, 1 Primer, 1 Powder Puff, 1 Mascara) 17 2 Pc Makeup Kit Organizer, 50cmx39.5cmx21.5cm, Black,046 Glittery, Checkered 18 1 Pc Mirror, Double Sided Folding Mirror, (wxh) 24x 37cm, Weight: 0.532 Kg 19 1 Pc Neck Duster, Weight : 100g , Size : 18x7x7cm 20 1 Roll Neck Strips, (28cmx6.5cm) Self Adhesive, Material: Paper 21 4 Set Plastic Hair Roller, 25mm Assorted, 10-pc Large 22 3 Pc Pomade, 80g, Water-based 23 1 Pack Razor Blades, Durable, Stainless, 100 Pcs, (lxwxh) 14x10x1 24 1 Set Shaver, Abs Material,110-220v, Power: 3w, Size: 16.6x5.8cm, Battery Capacity: 600mah 25 2 Pc Shaving Gel, 195g With Aloe 26 2 Pc Talc Powder, 500g 27 1 Set Trimmer, Rechargable, 2 Blades, Power: 50-60 Hz, Voltage:100-240v, Dimension: 11.5x6.5x3cm 28 4 Pc Wide-tooth Comb, 16cm Plastic, Durable 29 1 Pc Wide-tooth Comb, Size: Approximately 21.5x5 Cm, Plastic Material Lot 5 - Sewing 1 7 Set Ball Point Pins, 250 Pcs Per Box With 8 Colors; Durable 2 8 Unit Bobbin Case, Diameter: 20.3mm Width: 11.7mm 3 8 Pc Bobbin, Diameter: 20.3mm Width: 11.7mm 4 4 Set Dressmaker's Shears, Material: Stainless Steel; Item Dimensions: Approximately 0.8" (l) X 3.9" (w) X 10" (h); Blade Length: 8"; Item Weight: Approximately 8.8 Ounces 5 1 Pc Edging/ Overlock Sewing Machine, Metal Material; Overlocker; 1 Stitch; Dimension(lxwxh) 12x13x14 6 3 Pc Electric High Speed Sewing Machine, Power: 90w; Rated Voltage: 220v; Gross Weight: About 7kg; Max Sewing Speed: 1,100 Stiches/min; Materials: Stainless Steel Needle Plate, Metal Frame; Dimensions: Approximately 44cm (l) X 16cm (w) X 28cm (h); Voltage: 220v, Secondary Lifting Height Or Presser Foot: 14mm; Needle Pitch: From 0-4.5mm, Needle Width: From 0-7.0mm 7 4 Pc Flat Iron, 1200w; Stainless Steel Sole Plate; Power Light Indicator; With Steaming/spray Function 8 4 Set French Curve, Dimension(21.65x0.39x7.09); 4.6 Ounce; Made Of Aluminum Or Plastic 9 4 Pc L-square, Material: Stainless; Item Weight: 0.32oz; Product Dimensions: Approx. 14" (l) X 24" (w) 10 1 Pc Manual Sewing Machine With Motor And Foot Controller, Metal Material, Heavy Duty, 9kg Weight, 1 Stitch Dimensions, (lxwxh) 12x13x14 11 4 Unit Meter Stick, Yellow Color; Wood Type 12 4 Pc Needle Threader, Metal Material; Oval Shape; 1 Inch Size 13 31 Pack Sewing Machine Needle, Flat Needles 10pcs/pack 14 11 Pc Sewing Threads 12pcs/box, Material: Cotton; Package Dimensions: Approx. 5.71" (l) X 3.74" (w) X 2.36" (h); Thread Size: Approx. 56mm (h) X 22mm (w); 550 Yards Each Roll 15 25 Pc Tailor’s Chalk, Square Shape; Orange Color;fades Or Brushes Away Easily 16 4 Pc Tape Measure, Material: Durable Soft Plastic; Color: Blue; Measurements: Inches (can Measure Upto 60") And Centimetres (can Measure Upto 150cm) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Ninety (90) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 Until 8:30 Am Of January 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only Php5,000.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On December 23, 2024 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am January 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:00 Am Of January 6, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph December 13, 2024 ________________________________ Macario B. Totanes Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.9 K)
NATIONAL POLICE COMMISSION REGION VIII Tender
Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 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 Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In Scanning, Printing And Copying Office Documents, City Environment And Natural Resources Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 20-25 Php 100,000.00 1 1 Unit Multi-function Copier [print, Scan, Copy, Fax], Capable Of Printing And Scanning A3 Documents Including Original Cover, Table And Supplies: (1) Toner, (1) Drum And (1) Developer System Specifications: Speed: 20 Ppm System Memory: 256 Mb System Hard Drive: 1 Tb Ssd Warm-up Time: 15 Sec. Or Less Paper Size: A5-a3 Paper Size Copier Specification: Resolution: 600 X 600 Dpi Gradations: 256 Gradations Multicopy: 1-999 Magnification: 25-400% Original Format: Max. A3 Copies And Print: Black And White Scanner Specifications: Scan Resolution: Up To 600 X 600 Dpi Scan Mode: E-mail, Smb, Ftp, Usb And Twain Scan File Formats: Jpeg, Tiff, Pdf Scanning: Colored The Approved Budget For The Contract Is To Be Taken From Office Equipment 1-07-05-020. 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 11, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 100 K (USD 1.7 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)
6211-6220 of 6317 archived Tenders