Chair Tenders
Chair Tenders
Benguet National High School Tender
Publishing and Printing
Philippines
Details: Description 1 Gallon Alcohol 70% 2 Box Ballpen; Black, Signpen, 0.7 1 Box Ballpen; Black, Ordinary, 0.5 1 Box Ballpen; Signpen, Black 20 Pcs. Ballpen, Gel, 0.5, Black 20 Pcs. Ballpen, Gel, 0.5, Blue 1 Set Battery Aa, 4's, Rechargeable With Charger 4 Pair Battery, Dry Cell, Aa, 1.5 Volts, Alkaline 4 Pair Battery, Dry Cell, Aaa, 1.5 Volts, Alkaline 4 Pair Battery, Aaa, Ordinary 44 Box Binder Clips; 1inch 15 Box Binder Clips; 2inch 10 Box Binder Clips; 3/4inch 2 Unit "biometrics: Weight=1kg; Dimensions=20.02x1414.8x3.3cm; Face Capacity=1500 Fingerprint Capacity=2000; Card Capacity=2000 Record Capacity=100000; Communication=tcp/ip, Usb-host" 75 Pair Board Paper, Legal, White, 90gsm 232 Ream Bond Paper; A4, 70/80gsm 10 Ream Bond Paper; Short, 70/80gsm 5 Pump Bowl Pump 2 Box Bulldog Clips 3" 10 Pcs. Cartolina; Assorted Color 20 Pcs. Cd-rw 142 Pcs. Certificate Holder; A4 Size 50 Each Clearbook W/ Pocket, Fixed, 100pages, Long, Black,non-refillable 9 Ream Colored Paper, Legal Size 52 Pcs. Correction Tape,20m 75 Pcs. Curtain, Ring, Pastel/cream 105 Pcs. Data File Box 6 Gal Declogging Solution, Liquid 5 Pcs. Detergent Bar; 140grams 10 Pcs. Detergent Powder, All Purpose, 1kg 51 Pcs. Dishwashing Paste 4 Bot Downy, Fabric Conditioner, 900ml 12 Pcs. Dustpan, Plastic 2 Box Envelope, Mail, White, Long, 50pcs/box 1 Box Expanding Envelope, Long 10 Pcs. Expanding Envelope, Long 30 Pcs. Expanding Envelope,long, Blue 2 Unit Extension Cord, 10m 11 Unit Extension Wheel, 10m, 3-4 Outlets 5 Unit Extension Wheel Cord, 15m, Universal Outlet 2 Pcs. Filebox 2 Division 4 Pcs. Flashdrive, Otg, 15gb Type C 30 Pcs. Floorwax, Red, Dye Wax 9 Can Floorwax, Paste Type, 2kg 1 Box Folder; Short 11 Pcs. Folder; Flip, Long 1 Box Folder; Legal Size, Kraftboard 46 Pcs. Folder, Pressboard/expanding, Long 3 Box Folder; Pressboard/expanding, Long, Green 17 Pcs. Folder, Pressboard/ Expanding, Long, Blue 36 Pcs. Footrugs 94 Pack Garbage Bag, Large (by 10s) 10 Pack Garbage Bag, Xl, 10's 9 Pack Garbage Bag, 3xl 75 Pack Garbage Bag; Black Xxl Size (18.5x18.5x40 Inches) 5 Bot. Glue; Multipurpose, 135g 5 Pcs. Hand Towels, Small 2 Gal Hand Soap, Gallon 5 Pcs. Hdmi; Fiber-optic Cable, 10m 2 Kg Helmet Hanger 36 Pcs. Highlighter Assorted Colors 23 Set Ink; 003, Epson, (b,y,c,m) 59 Bot. Ink; 003, Epson, Black 5 Bot. Ink; 003, Epson, Cyan 5 Bot. Ink; 003, Epson, Magenta 5 Bot. Ink; 003, Epson, Yellow 5 Set Ink; 664, Epson , (b,y,c,m) 8 Bot. Ink; 664, Epson, Black 1 Set Ink; L620(b,yc,m) 2 Pcs. Keyboard, Wired W/ Usb Port 5 Pcs. Knife Cutter 173 Box Laminating Film, 250micron, 80mmx110mm, Box (100pcs/box) 3 Unit Laminating Machine 3 Box Marker; Permanent, Black 2 Pcs. Multi Document Tray, 3 Drawers 55 Box Notarial Seal #24, Sticker 15 Book Official Record Book, 150pages 5 Book Official Record Book, 300pages 49 Set Padlock 12 Box Pastel Colors; 12 Colors 10 Box Paper Fastener 6 Pcs. Philippine Flag, 3x5 Ft 15 Pack Photopaper, A4 1 Roll Plastic Cover; #30 10 Pcs. Plastic Basket With Holder (xl Size) 3 Unit Printer; 3 In 1 W/ Scanner 10 Pcs. Push Brush W/ Long Handle 1 Unit Router 2 Box Rubber Band, No. 18 6 Box Rubber Gloves, 12", Xl 10 Pcs. Screw Fastener; 3.5inches 15 Pcs. Screw Fastener; 4 Inches 10 Pcs. Slateboard, 13"x9" 1 Unit Speaker W/ Blutooth & Connector 1 Ream Special Paper, A4, 120gsm 767 Pack Special Paper; A4, Cream,90gsm 1405 Pack Special Paper; Short, White, 90gsm 32 Pack Special Paper, Long, Cream, 90gsm 1 Pcs. Ssd 1tb 4 Pcs. Stapler; Heavy Duty 15 Pack Sticker, Legal 20 Pcs. Sticky Notes 2"x3" 31 Pcs. Sticky Notes/pad 3"x3" 20 Pcs. Sticky Notes 3"x4" 6 Box Surgical Gloves, Xl 2 Unit Swivel Chair,360 Degree W/ Armrest, Adjustable Height 21 Roll Tape; Clear/transparent, 1inch, 21 Roll Tape; Masking, 1inch, 10 Roll Tape; Masking, 2inch, 2 Pcs. Tape Dispenser, Table Top 81 Box Thumbtacks 2 Pcs. Toilet Bowl Brush, Plastic Handle 6 Pcs. Tong, Long Handle, Stainless 6 Pcs. Trash Bin, Small 1 Pcs. Tv Stand W/ Wheels, Movable, Heavy Duty 2 Unit Water Dispenser( With Hot/off Switch) 1 Pcs. Whiteboard, 12x16 25 Pcs. Whiteboard, Mini (quizbee Board) 12"x8" 35 Pcs. Whiteboard Marker, Fine, Black 10 Bot Whiteboard Marker Refill Ink, Black 3 Set Wonder Mop, Spin/rotating 5 Gallon Zonrox, 1000ml
Closing Date22 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.4 K)
National Academy Of Science And Technology Tender
Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Customized Jacket For The Project "assessing The Utilization Of Technologies With Dost Granted Patent And Utility Model Registration (gpum) Award" Requirements: Type: Customized Corporate Jacket Color: Navy Blue Delivery Date: 15 Days Upon Approval Of Mockup Design: Embroidered 1.5 Inch Logo On The Upper Left Side, 2 Side Pockets (left And Right) Outside And 2 Pockets (left And Right) Inside. Logo To Be Provided By The Procuring Entity (pe). Materials: 68% Polyester; 28% Rayon; 4% Spandex Fabric Sizes And Quantity: 30 Pcs M - 6 Pcs L - 12 Pcs Xl - 10 Pcs Xxl - 1 Pcs Xxxl - 1 Pc Process: With Digital Mockup / Sample Before Final Production Payment Terms: Send Bill Abc: P59,785.80 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 27, 2025 At 12:00 P.m. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. Sample Design List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Tax Clearance Certificate 6. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date27 Jan 2025
Tender AmountPHP 59.7 K (USD 1 K)
City Of Bais Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Notice For Negotiated Procurement (53.9) (small Value Procurement) The City Government Of Bais Invites Interested Suppliers To Apply For Small Value Procurement For The Supply And Delivery Of The Following Items, Viz: Item Approved Budget For The Contract (abc) Pr 60-25 – For Use In Medical Supplies For Student-athletes During The In-house Training (student-atletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Php 59,165.00 1 25 Pcs. Elastic Bandage (10cmx4.5m) 2 3 Pcs. Triangular Bandage Size: 32x32x48" 3 3 Pcs. Arm Sling (adult) 4 3 Pcs. Arm Sling (pedia) 5 12 Boxes Adhesive Bandage Strip (1" X 3"), 100 Pcs/box 6 6 Boxes Micropore 2.5cmx5m, 10pcs/box 7 3 Boxes Leukoplast (2.5cmx5), 10pcs/box 8 12 Packs Cotton Balls (100pcs/pack) 9 24 Bottles Povidone Iodine 10% (60ml) 10 3 Gallon Providone Iodine 10%, Gallon 11 6 Bottles Hydrogen Peroxide Solution 3%, 120ml 12 4 Boxes 4x4 Sterile Gauze (individually-wrapped) (100pcks/bx) 13 12 Bottles Methyl Salicylate Camphor + Menthol Ointment 100ml 14 12 Bottles Methyl Salicylate 80mcg, Menthol 76mcg, + Camphor 26mcg, Sports Spray 50ml/bottle 15 6 Pcs. Calamine-zinc Oxide (cream) (20sachets/box) 1/8 Oz. (3.5 G) 16 4 Boxes Oral Rehydration Salts (75-replacement) 20.5g Oral Powder Sachets (25sachets/box) 17 4 Boxes Paracetamol (500mg/tabs/box) 100 Pcs/box 18 4 Bottles Paracetamol 250mg/5ml, 60ml/syrup Bottle 19 12 Boxes Mefenamic Acid, 500mg/cap, 100 Pcs/box 20 12 Boxes Naproxen Sodium, 500mg/tab, 100pcs/box 21 50 Boxes Ascorbic Acid 500mg (vitamin C), 100pcs/box 22 4 Boxes Lagundi Tablet 300mg/tab, (100caps/box) 23 6 Bottles Lagundi 30mg/5ml, 120ml Syrup Bottle 24 2 Boxes Hyoscine Butylbromide (100tabs/bx) 10mg 25 2 Boxes Aluminum Hydroxide + Magnesium Hydroxide (200mg+100mg/tabs), 100 Pcs/box 26 2 Boxes Aluminum Hydroxide 178mg, Magnesium Hydroxide 233mg, Simethicone 30mg/tablet, Chewable, 100pcs/box, Box 27 4 Boxes Omeprazole, 20mg/capsule, 100/box 28 4 Boxes Omeprazole, 40mg/capsule, 100/box 29 4 Boxes Loperamide 2mg/capsule, 500/box 30 4 Boxes Cetirizine 10mcg (100tabs/bx) 31 4 Boxes Clonidine, 75mg, 100/box 32 4 Boxes Metoclopramide 10mg/tablet, 100/box 33 3 Pcs. Ipratropium + Salbutamol Solution (500mcg + 2.5mg) 2.5ml 34 12 Bottles Spirit Of Ammonia, 15ml Bottle 35 3 Pcs. Silver Sulfadiazine 1%, 25g 36 6 Tubes Mupirocin 2%, 15g Cream Tube 37 12 Boxes 3-ply Disposable Face Mask, 50pcs/box 38 12 Boxes 3-ply Disposable Face Mask, (for Kids) 50 Pcs/box 39 12 Bottles Isopropyl Alcohol, 70% Solution, Hypoallergenic, Pump-type, 1000ml/bot 40 6 Gallons Isopropyl Alcohol, 70% Solution, Hypoallergenic, Gallon The City Thru The Bids And Awards Committee (bac) Passed Resolution No. 001a. Duly Approved By The Head Of Procuring Entity Which Provides That The City Shall Opt To Procure The Foregoing Request/project Thru Small Value Procurement. In View Thereof, You Are Hereby Advised To Submit The Following Documents On January 28, 2025 At 1:30 In The Afternoon At City Budget Office, 2nd Floor, City Hall Annex Building, Bais City At Which Date, Time And Place, The Said Documents Will Be Opened And Evaluated, Viz: 1. Request For Quotation 2. Registration Certificate From Sec, Dti For Sole Proprietorship, Or Cda For Cooperatives. 3. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 4. Tax Clearance. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 7. License To Operate (bfad). (for Medicine Or Medical Supplies/equipments) 8. Pca - For Coco Lumber; Denr Certificate - For Good Lumber (for Construction Materials Only) 9. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 10. Certificate Of Philgeps Registration Please Be Guided Accordingly. Very Truly Yours, (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 59.1 K (USD 1 K)
National Academy Of Science And Technology Tender
Textile, Apparel and Footwear
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Supply And Delivery Of Customized Travel Organizer Specifications: Material: Oxford Cloth, Double-sided Twill, Waterproof Shape: Cube Color: Navy Blue/dark Blue Color Of The Zipper: Orange Quantity: 100 Sets Design, Dost And Nast Logo Will Be Provided By The Procuring Entity (pe) One Set Consists Of: 1. Underwear Bag With Handle And 2 Zippers Size: 28 X 20 X 11 Cm No Mesh With Printed Logo On One Side (in Front) 2. Small Clothes Bag With Handle And 2 Zippers Size: 30 X 22.5 X 12 Cm With Mesh With Printed Logo On One Side (at The Back) 3. Medium Clothes Bag With Handle And 2 Zippers Size: 32 X 25 X 11 Cm With Mesh With Two Elastic Straps With Buckle With Printed Logo On One Side (at The Back) Abc: Php 69,400.00 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On February 12, 2025 At 12:00 P.m. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. Sample Design List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Tax Clearance Certificate 6. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On N
Closing Date12 Feb 2025
Tender AmountPHP 69.4 K (USD 1.1 K)
EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation Part 12, Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Contracting Officer Is Utilizing Policies And Procedures Prescribed In Part 12, Acquisition Of Commercial Products And Commercial Services. Solicitation Number Rfq 45310025q0008 Is Issued As A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective On November 12, 2024. Convention Centers, Hotels, And Other Full Service Facilities That Can Satisfy The Requirements Listed Below Are Encouraged To Submit A Quotation. Quotations From Third-party Entities Will Not Be Considered. This Solicitation Is Considered An Unrestricted Procurement.
the U.s. Equal Employment Opportunity Commission Office Of Field Programs, State, Local And Tribal Programs Has A Requirement For A Contractor To Provide Meeting Facilities, Rental Of Audio Visual Equipment/support Services, Food And Beverages, Business Services And Lodging To Conduct A Four-day Joint Fepa-tero Conference. The United States Equal Employment Opportunity Commission (eeoc) Is Conducting A Joint Training Conference For Fair Employment Practices Agencies (fepas) And Tribal Employment Rights Offices (teros).
the Government Anticipates With A Minimum Of 225 Attendees And An Anticipated Maximum Of 250 Attendees. To Be Eligible For Consideration, The Contractor’s Proposed Facility For The Seminar Must Be Located In Downtown Phoenix, Arizona.
the Government Contemplates The Award Of A Firm-fixed Price (ffp) Contract.
the Quotation Package Shall Include The Following Line Items In A Written Quotation:
(fy 2025): Contract Line Item Number: Clin 0001, Rental Of Conference Space – Quantity 4 Days Each (see Below List Of Conference Space Requirements), Unit Price $ , Total Clin 0001 $ ;
clin 0002, Food And Beverage Services (see Below List Of Food And Beverage Requirements, Unit Price $ Per Person Rate Per Day, Unit Price
$ , Total For Clin 0002, $ .
clin 0003, Rental Of Audio Visual Equipment And Technical Support – Quantity 4 Days Each (see Below List Of Audio Visual Requirements), Unit Price $ , Total For Clin 0003 $ ;
clin 0004, Business Services Expenses – 4 Days (see Below List Of Business Services Requirements), Unit Price $ ____,
total For Base Period Clin 0004 $ . Total Price For Clins 0001 Through 0004: $
the Preferred Dates For Consideration In Order Of Preference June 1-june 5, 2025 (1st Choice), June 8-june 12, 2025, (2nd Choice), And July 13-july 17, 2025 (3rd Choice).
please Indicate Availability For Each Date In The Technical Portion Of The Quotation. No Other Dates Or Combination Of Dates Will Be Considered By The Government.
the Conference Provides For Meeting Space For Training Sessions, Along With Food And Beverage Service For Buffet Breakfast, Buffet Lunch, And Morning And Afternoon Breaks. Registration Starts Monday From 8:30am To 4:30pm Et. The Conference Starts Tuesday And Wednesday 7:30 Am To 6:00 Pm Et, Thursday, 7:30am To 1:30pm Et.
a Contract Will Be Awarded To The Responsible Quoter Whose Quotation Represents The Best Value To The Government. The Prospective Contractor Must Be Registered In The System For Award Management (sam) Database At The Time The Quotation Is Submitted. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Each Quotation Must Clearly Indicate The Capability Of The Quoter To Meet The Requirements Specified In This Combined Synopsis/solicitation.
general Requirements: The Following Requirements For The Training Facility Are Specified In Terms Of Minimum Requirements. Accessibility: Americans With Disabilities Act (ada) Requirements: All Facilities, Including Training Rooms And Rest Rooms And Audio-visual Equipment, Must Be Fully Accessible To Individuals With Disabilities In Compliance With The Americans With Disabilities Act Amendments Act. Accommodations For Disabled Individuals May Include, But Are Not Limited To, Accessible Parking Spaces, Elevators, Adequate Sound Systems, Wide Aisles And Wheelchair Ramps. A Site Visit May Be Conducted By The Disability Business And Technical Assistance Centers (dbtac) Prior To The Award Of The Contract. Parking: There Must Be Adequate Free Or Low Cost On-site Parking For All Participants. Confirmation Policy: The Eeoc Anticipates The Need For Sleeping Rooms On Sunday Through Thursday. Eeoc Will Require The Hotel Contact Person To Provide A Listing Of Registered Participants With Reserved Sleeping Rooms Prior To The Lodging Date To Verify The Rooming List As It Develops. Amendments And/or Substitutions May Be Necessary.
description Of Facility And Minimum Requirements
the Following Requirements For Lodging And Conference Space Are Minimum Requirements:
Lodging: Guest Rooms Shall Be Located Onsite. The Facility Shall Be Centrally
Located Within No More Than Three Blocks Walking Distance Of Area Retail,
Restaurants, And Attractions. The Contractor Shall Provide A List Of All Local
Restaurants Within A Ten-minute Walk From The Contractor’s Facility.
lodging Payment Arrangements: Participants Will Contact The Hotel Individually To Obtain Room Scheduling And Shall Be Responsible For Payment Of Individual Guest Rooms And All Incidental Charges Upon Checkout. Payment Amount For Lodging Cannot Exceed, On A Daily Basis, The Maximum Per Diem Rate In Effect In Accordance With The Federal Travel Regulations Including Taxes, Gratuities, And Other Costs. Charges For Incidental Expenses Such As Telephone Charges And Room Service Will Be The Responsibility Of Individual Guests.
local Transportation: The Contractor Shall Also Provide A List Of Options For
commuting From And To All Airports And Railroad Stations (if Applicable) Within The
area. If The Contract Facility Provides Shuttle Service, Contractor Shall Indicate If
the Service Is Free Or What The Fee Is For The Service. Also, Indicate If The Shuttle
service Is Wheelchair Accessible.
room Rate: The Contractor Shall Provide The Sleeping Rooms For Eeoc Staff And Presenters At Or Below The Federal Government’s Domestic Per Diem Rate Which Is Available On-line At Http:/www.gsa.gov. The Facility Will Not Require Advance Payment From Conference Participants Covering The First Night Of Lodging. Guest Rooms Shall Be Located Within The Same Building As The Meeting Rooms.
guest Rooms: Individual Travelers Will Schedule And Pay For Their Guest Room Nights. The Schedule And Range Of Guest Rooms Anticipated For This Conference Are As Follows:
sunday, 35 Sleeping Rooms
monday, 250 Sleeping Rooms
tuesday, 250 Sleeping Rooms
wednesday, 250 Sleeping Rooms
thursday, 65 Sleeping Rooms
friday, 0 Sleeping Rooms
clin 0001 – Conference Space – Meeting Facilities: All Meeting Rooms Shall Be Wheelchair Accessible. The Meeting Facility Shall Be Available For Consecutive Nights And Consecutive Days As Specified Below:
conference Will Be Held Monday Through Thursday On The Dates Provided Previously.
the Following Meeting Spaces/rooms Shall Be Available Throughout The Conference:
registration Area: Registration Area Shall Be Near The Main Plenary Room(s) And Will Include Two Skirted Eight-foot Tables, Configured As Follows: Two Tables Next To Each Other To Accommodate Training Materials. The Facility Shall Provide Signage Identifying The Conference Location Within The Hotel. Set Up Shall Be Completed By 12:00 P.m. Et On Monday. The Registration Area Must Remain Set Up And Available Throughout The Duration Of The Conference.
secured Office/working Room: A Secure Office Or Working Room Is Needed Where Conference Materials Can Be Assembled, Sorted, And Stored. This Will Also Be Used As A Work Area For Staff. The Room Must Include At Least Two Six-foot Tables And Trash Receptacles. Telecommunication Requirements Include Electrical Outlets And Internet Access.
two Plenary Meeting Rooms: Large Plenary Meeting Room Shall Accommodate Up To 250 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be
sufficient For Easy Wheelchair Access. Two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday.
medium Plenary Meeting Room Shall Accommodate Up To 100 People Set In Classroom Style With No More Than Two People Per Six-foot Tables Or 3 People Per Eight-foot Tables Which Are Covered And Skirted. Spacing Between Rows Of Seating Shall Be Sufficient For Easy Wheelchair Access.
two Six-foot, Covered And Skirted Head Tables On A Stage With Four Moveable Chairs And Podium With Microphone. The Stage Shall Have Steps With A Handrail On One Side And Shall Be Wheelchair Accessible With A Low To Moderate Incline. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available Between 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday.
breakout Rooms: Four Breakout Rooms To Accommodate At Least 65 People Each, Set In Classroom Style With No More Than Two People Per Six-foot Table Or 3 People Per Eight-foot Table Which Are Covered And Skirted Or Round Tables Of 6-8 People Per Table. Each Table Shall Contain Writing Paper, Pens, Ice Water With Glasses, Candy Or Mints For Participants. Tables Shall Be Refreshed For Afternoon Sessions. All Chairs Shall Be In Working Order, Free From Soil And Able To Move Easily. There Shall Be Enough Space Between Tables To Maneuver A Wheelchair. The Hotel May Provide The Large Plenary Meeting Room And Medium Plenary Meeting Room As Two Of The Four Breakout Rooms. All Breakout Rooms Will Be Available 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday, And 7:30 Am – 1:30 Pm Et On Thursday.
small Group Meeting Room: This Meeting Room Shall Accommodate Up To 30 People Set In A U-shape Style With Tables That Are Covered And Skirted. The Tables Shall Include Writing Paper, Pens, And Water With Glasses For The Participants At The Start Of The Morning And Refreshed For The Afternoon Sessions. There Shall Be Sufficient Space At The Back Of The Room To Place Additional Chairs, If Needed. Room Will Be Available 8:00 Am – 7:00 Pm Et On Monday; 7:30 Am – 6:00 Pm Et On Tuesday And Wednesday; And 7:30 Am – 6:30 Pm Et On Thursday.
all Meeting Rooms Must Have A Suitable Sound System So All Participants May Hear And Ask Questions Of The Speakers. Both Meeting Rooms Should Be Arranged Classroom Style With Chairs And Tables For Writing And Handouts. All Chairs And Tables Shall Be In Acceptable Condition (the Furniture Is Not Broken, Soiled, Rusted Or Damaged In Any Way That Would Injure The Individual Or Damage Clothing). Aisle Space, Including The Space Between Tables And Desk, Need To Be Accessible For Persons In A Wheelchair. Walls Should Be Constructed In Such A Manner That They Confine Inside Sound And Reduce Or Prevent The Transmission Of Extraneous Sound. Both Rooms (including Luncheon Area) Should Be Equipped With A Working Sound System Which May Be Controlled By The Speaker And Which Projects Equally To All Areas Of The Room. Rooms Should Be Configured To Allow Every Participant A Clear View Of The Speaker And All Visual Aids. Each
participant Should Have A Clear View Of At Least One Of The Projection Screens In Use. Rooms Should Be Well Lit To Accommodate Extensive Reading And Writing And All Lighting Should Be Uniform And Should Not Produce A Glare. Heating And Air Conditioning Should Provide A Comfortable Level Of Air Quality And Room Temperature When Rooms Are At The Maximum Capacity. Rooms Should Be Refreshed After Each Session And Debris Removed.
clin 0002 – Food And Beverage Service: Buffet Breakfast To Be Served On Tuesday, Wednesday, And Thursday Between [approximate Time Of Service: 7:30 A.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices.
morning Break To Be Served On Tuesday, Wednesday And Thursday Between [approximate Time Of Service: Tbd] And Shall Include, At A Minimum Refresher Of Coffee, Tea And Water.
buffet Luncheon To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: 11:45 A.m. And 1:15 P.m. Et]. Buffet Shall Be Set Up Outside The Large Plenary Meeting Room And Individuals Will Be Permitted To Bring Food Back Into The Large Plenary Meeting Room For Consumption. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Juices, Coffee, Decaffeinated Coffee And Iced Tea. Please Provide Recommended Lunch Buffet Menus, With Prices Per Person Served With Regular And Decaffeinated Coffee, Water And Tea (iced Or Hot).
afternoon Break Is To Be Served On Tuesday And Wednesday Between [approximate Time Of Service: Tbd] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices.
small Group Food And Beverage – Only Needed On Monday And Thursday Afternoon [approximate Time Of Service: Tbd]. The Estimated Number Of People Receiving This Service Is Up To 30 People And Is Subject To Change.
small Group Breakfast To Be Served On Monday Between [approximate Time Of Service: 7:30
a.m. And 9:00 A.m. Et] And To Include A Protein (such As Eggs And/or Meat), A Potato Dish, Assorted Pastries, Breakfast Breads, Bagels And Cream Cheese, Sliced Fresh Fruit And Yogurt, Freshly Brewed Coffee, Decaffeinated Coffee, Tea, Hot Water And Assorted Fruit Juices. Please Provide Recommended Breakfast Menus, With Prices Per Person Served.
small Group Luncheon To Be Served On Monday Between [approximate Time Of Service: 11:45
a.m. And 1:15 P.m. Et]. Typical Lunch Must Consist Of Chicken Or Comparable Entree, Seasonal Vegetables (an Offering Sufficient To Serve As Main Meal For Vegetarians And Vegans), A Starch, Bread Or Rolls/butter, Dessert, Brewed Coffee, Decaffeinated Coffee, Juices And Iced Tea. Please Provide Recommended Lunch Menus, With Prices Per Person Served.
small Group Afternoon Break Is To Be Served On Monday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips. Provide Recommended List Of Beverages And Snacks And Their Related Prices.
small Group Afternoon Break Is To Be Served On Thursday [approximate Time Of Service: Tbd Et] To Include Assorted Drinks, Bottled Water, Herbal Teas Along With A Snack That May Consist Of Cookies And/or Brownies, Whole Fruit, Or Chips And A Hot Or Cold Food Item. Provide Recommended List Of Beverages, Snacks And Hot Or Cold Food Item And Their Related Prices.
quoter Should Also Submit An All-day Food And Drink Package With A Per Person Rate Per Day. All Food And Beverage (f&b) Services Need To Be Located In Areas Accessible To Individuals With Disabilities. The Luncheon Should Be Arranged So That All Individuals Can Be Seated And Served Sufficiently.
pricing For Food And Beverages Shall Include The Price For The Item(s), Plus The Gratuity (service Charge), And A Statement From The Contractor Indicating Whether The U.s. Government Is Exempt From State Tax, If Applicable. The Eeoc Is A Tax Exempt Federal Agency; Please Do Not Include Any Sales Tax In Quotations For Which The Federal Government Is Exempt.
the Contracting Officer Representative (cor) Will Contact The Contractor Within 72 Hours Of The Event To Confirm The Number Of Participants. The Contractor Shall Provide Food And Beverage For A Minimum Of 250 Participants Each Day. The Contractor Shall Invoice The Eeoc At The Agreed Upon Rates For Meeting Room Rental, Audio Visual Equipment, Food And Beverages, And Business Services. Charges For Food And Beverage Service Shall Be Reflected On The Invoice As The Cost Incurred Per Person.
clin 0003 – Rental Of Audio Visual Equipment And Technical Support: The Following Services And Audiovisual Equipment Will Be Required:
large Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday.
podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each]
hand-held Cordless Microphone [2 Each]
table Top Microphone For Table Next To Podium [3 Each]
mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room.
projection Package Linked To Podium Laptop Computer.
projection Screens Appropriate For Size Of Meeting Room [2 Each]
av Package (movable Cart, Power Cord And Power Strip)
technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations.
equipment And Av Package Including A Technician To Enable Live Streaming Of Plenary Speaker(s) To Audience Participating Remotely.
av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space.
medium Plenary Meeting Room – Needed On Tuesday, Wednesday And Thursday.
podium With Wired Microphone; Laptop Computer With Internet Connection [1 Each]
hand-held Cordless Microphone [2 Each]
table Top Microphone For Table Next To Podium [3 Each]
mixer With Sufficient Tracks To Amplify Speech And Sound Audible To Entire Audience Gathered In The Meeting Room.
projection Package Linked To Podium Laptop Computer.
projection Screens Appropriate For Size Of Meeting Room [2 Each]
av Package (movable Cart, Power Cord And Power Strip)
technical Assistance In Setting Up All Equipment, Including Splitters In Order To Assure That All Registrants Can Hear And See All Presentations.
av Technician To Monitor And Maintain Speech And Sound At Audible Levels During Meetings Held In Meeting Space.
breakout Room(s) – Needed On Tuesday, Wednesday And Thursday. If Hotel Only Provides Two Additional Breakout Rooms, Hotel Will Allow For Large Plenary And Medium Plenary Rooms To Be Repurposed For The Use Of Serving As Breakout Rooms.
requirements For Room:
podium With A Hand-held Wireless Microphone That Can Attach To The Podium. [1 Each]
projection Screen Appropriate For Size Of Meeting Room [1 Each]
av Package (movable Cart, Power Strip And Cord).
small Group Meeting Room – Needed On Monday And Thursday. Requirements For Room:
projection Screen Appropriate For Size Of Meeting Room [1 Each]
projection And Av Package To Allow For Laptop To Be Connected And Projected On To Screen.
the Contractor Must Submit A Detailed Pricelist For The Audio-visual Equipment And Technical Support, Including High Speed Wireless (wi-fi) Internet Access, And Electrical
connections. Also, Include The Price For The Items, Inclusive Of An Hourly Rate And The Number Of Labor Hours With Breaks Included In A Day Rate For Audio Visual Support Services (if Needed), Plus The Gratuity/service Charge.
clin 0004 – Business Services. Wi-fi Access For Presenters In Meeting Spaces: High Speed Wi-fi Connectivity For Presenters In All Meeting Spaces (large Plenary, Medium Plenary, Breakout Rooms, Small Group Meeting Room, Secured Office/working Room).
business Center: Business Office Support (copying, Faxing, Etc.) May Be Required Throughout The Conference. Hotel Must Provide A Pricing List For Copying, Faxing, Shipping, And Receiving Charges For The Hotel To Include Any Surcharges And Taxes.
receipt And Storing Of Materials: The Hotel Shall Have Procedures And Facilities In Place To Receive And Store All Conference Materials Shipped In Overnight Mail. Charges For This Service Shall Be Included In The Business Center Charges.
pre-conference Meeting And Conditions: A Pre-conference Meeting Either Via Telephone, Zoom/teams, Or In-person To Be Held At The Contractor’s Facility To Discuss The Objectives Of The Conference, Meet Staff Responsible For Implementing The Contract And Address Any Questions Regarding Elements Of The Statement Of Work, Within A Mutually Agreed Upon Time Prior To The Start Of The Conference.
signage: Signs And Floor Plans Directing Participants To The Meeting Rooms Shall Be Provided By The Facility. This Shall Include A Daily Electronic Announcement Board, Announcing The 2025 Joint Eeoc-fepa-tero Training Conference. The Electronic Board Shall Easily Be Visible To Participants And Identify Meeting Room Locations.
other: It Is Anticipated That Some Additional And/or Miscellaneous Expenses Might Be Incurred During The Conference Such As Service And Set Up Charges, Electrical Hook-up Fees, And Other Necessary But Unpredictable Expenses Which May Arise During The Conference. All Anticipated Charges For Additional Work Or Deliveries Of Requirements Outside Of Those Stated In The Government Contract Must Be Approved By The Cor And Communicated To The Government’s Contracting Officer In Writing Prior To Acceptance Of The Related Invoice And Payment Processing.
the Facility Shall Agree To Allow The Eeoc To Bring In Audio-visual And Other Equipment And Connect These To The Facility’s Audio Visual/public Address System, As Necessary.
Reporting Requirements
pre-award Reporting: In Their Quotation, The Quoter Must Submit A Detailed Breakdown Of All Cost To Include Lodging Rates, Meeting Space, Food And Beverage, Av Equipment, Labor And Service Costs, And Any Other Miscellaneous Charges, Which Are Necessary For The Success Of The Conference.
Prior To Conference Reporting: The Contractor Will Provide The Designated Eeoc
contact With Online Access To Hotel Reports With Information About Confirmed Room Reservations Or An Electronic List Of All Hotel Confirmation Numbers For All Participants, Staff And Presenters On A Weekly Basis Prior To The Conference.
during Conference Reporting: In Addition To Pre-conference Meeting, There Will Be A Daily Reconciliation Of All Charges Incurred With The Eeoc Designated Representative. The Charges Will Include Food And Beverage, Av Equipment And Labor, Telecommunication And Business Center Charges.
post Conference: The Contractor Shall Submit A Final Invoice Covering All Charges Within Five (5) Business Days After The Completion Of The Conference. The Contractor Shall Submit A Detailed Report With The Invoice That Consist Of The Following: Room Usage By Date And Attendee, Detailed Av Charges By Meeting Room And A Detailed Breakdown By Day For All Food And Beverage Charges And A Grand Total By Category For Reconciliations Of The Event.
Period Of Performance
period Of Performance-the Base Period Is From Date Of Award Through Execution Of The Fy 2025 Joint Fepa-tero Conference.
contract Administration-inspection And Acceptance
the Contracting Officer’s Representative (cor) Under The Resulting Contract Shall Be Designated At The Time Of The Contract Award.
method Of Payment: The Preferred Payment Method Is Payment By Government-wide Commercial Purchase Card. The Contractor Is To Apply Charges To Government Purchase Card Only After Final Invoice Has Been Accepted And Reconciled By The Cor.
cancellation: Should Eeoc Elect To Cancel This Contract, Eeoc Will Provide A Written Notification To The Contractor No Later Than Sixty (60) Calendar Days Prior To The Scheduled Event. By Receipt Of This Cancellation Notice, The Contractor Agrees To Release Eeoc From Any Cancellation Penalties Or Charges. If There Is A Cancellation Within Sixty (60) Calendar Days Of The Scheduled Event Date, Paragraph (l) Termination For The Government’s Convenience Or (m) Termination For Cause Of Far Clause 52.212-4, Contract Terms And Conditions - Commercial Items Will Govern.
submission Of Quotation: All Interested Parties Shall Submit With Their Quotation A Detailed Breakdown Of All Costs To Include Conference Space, Rental Of Audiovisual Equipment And Technical Support, Food And Beverage Service, Business Services, And Any Other Miscellaneous Services And Equipment Which Are Necessary For The Success Of The Seminar. In Addition, A Price Quotation Utilizing Attachment 1, Quotation Response Form, Shall Be Included. Quotations Shall Be Submitted In Three (3) Separate Volumes As Follows: Volume 1 - Technical Capability; Volume 2 - Past Performance; And Volume 3 - Price. Pricing Must Be Submitted Using The Line Item Structure In The Above Schedule Of Supplies And Services Of This Rfq. A Separate Attachment May Be Included In Volume 3 For Pricing Information On Menu Items, Transportation, Parking, Applicable Tax Rates, And Sleeping Room Rates. Your Quotation In Response To Rfq 45310025q0008 Is Due January 17th, 2025 At 12:00 P.m. Et. Quotations Will Be Accepted Via E- Mail. If Electronic Copy Of The Quotation May Be Submitted Via E-mail, Addressed To Melisza.coates@eeoc.gov.
questions: Questions Regarding This Request For Quotation Should Be Submitted To Melisza Coates, Contract Specialist Via E-mail At Melisza.coates@eeoc.gov. Telephone Inquiries Or Responses Are Not Acceptable. The Deadline For Submission Of Questions Regarding 45310025q0008 Is January 10, 2025, 12:00 P.m. Et. Any Questions Received After The Above Mentioned Date And Time Will Not Be Considered. The Government Will Not Reimburse Interested Parties For Any Cost Associated With Responding To This Business Opportunity. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. The Anticipated Contract Award Date Is On Or Before February 28, 2025.
basis For Award: The Government Intends To Award A Firm Fixed-price Contract To The Responsible Quoter Whose Quotation Is Responsive To The Solicitation And Is Determined To Be The Best Value To The Government, Using The Tradeoff Approach. Selection Of The Best Value To The
government Will Be Achieved Through A Process Of Evaluating The Strengths And Weaknesses Of Each Quoter’s Quotation Against The Below Described Evaluation Criteria. In Determining The Best Value To The Government, The Technical Capability And Past Performance Evaluation Criteria, When Combined, Are More Important Than The Evaluated Price. The Government Is More Concerned About Obtaining A Superior Technical Capability Quotation Than Making An Award At The Lowest Evaluated Price. However, The Government Will Not Make An Award At A Price Premium It Considers Disproportionate To The Benefits Associated With The Evaluated Superiority Of One Technical And Management Quotation Over Another. Thus, To The Extent That Quoter’s Technical And Past Performance Quotations Are Evaluated As Close Or Similar In Merit, The Evaluated Price Is More Likely To Be A Determining Factor.
evaluation Factors For Award: The Following Factors Shall Be Used To Evaluate Quotations. These Factors Are Listed In Their Relative Order Of Importance: Technical Capability, Past Performance, And Price.
factor I – Technical Capability:
contract Requirements
quotations Will Be Evaluated On The Quoter’s Ability To Provide All The Contract Requirements Regarding Meeting Space, Food And Beverage, Audio-visual Equipment And Technical Support, Lodging, And Secured Storage. Quotations Must Address The Quoter’s Ability To Meet Ada Requirements For Accessibility As It Relates To Meeting Space, Lodging And Parking. Quotations Will Be Evaluated On The Quality Of The Customer Services Provided, The Layout Design And Quality Of The Facilities As Reflected By The Physical Layout And Atmosphere Of Meeting Space, Amenities Such As Free Wi-fi In The Conference Space, And Upkeep Of The Facilities.
location. Quotations Will Be Evaluated On The Ability Of The Quoter To Provide A Facility In Downtown Phoenix, Arizona With Adequate Low Cost Or Free On-site Parking For Participants And Presenters.
availability Of Dates. Quoters Will Be Evaluated On The Ability Of The Quoter To Provide The Required Services On The Dates Requested. Additional Consideration Will Be Given To Quoters Who Can Provide The Required Services On The Preferred (1st Choice) Dates.
availability Of Government Rates: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Lodging At Or Below The Government Rate Or Market Value For All Conference Participants And Presenters.
meeting Space: Quotations Will Be Evaluated On The Ability Of The Quoter To Provide The Required Meeting Spaces Within The Statement Of Work.
factor Ii – Past Performance:
the Quoter Must Provide References For A Minimum Of Three (3) Government Or Non-government Contracts Which Provide The Same Or Similar Services; Contract Must Have Been Awarded Within The Past (3) Years. The Information For Each Reference Shall Include The Following:
name And Address Of Government Agency And Other Non-government Client;
name, Title, Email And Telephone Number Of Contracting Officer Or Other Point Of Contact;
name, Title, Email And Telephone Number Of Client’s Program Manager, If Applicable;
contract Number, Period Of Performance, And Total Dollar Value Of Contract; And
description Of Services Provided.
list Any Problems Encountered On Each Contract And The Contractor’s Corrective Actions.
eeoc Will Evaluate Past Performance Based On Timeliness, Customer Service And Corrective Actions Taken (if Necessary). A Quoter Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Will Not Be Evaluated Favorably Or Unfavorably On Past Performance.
factor Iii – Price:
the Price Quotation Will Be Evaluated Against The Independent Government Price Estimate. Evaluation Of Quotations Will Consider The Following Pricing Information: Pricing Provided For All Line Items Listed In The Schedule Of Supplies And Services Of This Solicitation In The Units And Format Provided.
supplemental Agreements – If Any Hotel Submitting A Quotation Has Any Supplemental Agreements, Those Agreements Must Be Submitted With Their Quotation. If The Hotel Requires Signature Of A Supplemental Agreement That Was Not Submitted With The Quotation, The Quotation Will Be Rejected.
site Visits: The Eeoc Reserves The Right To Conduct A Site Visit Of All Quoters Who Are Rated To Be Technically Acceptable. The Site Visit Will Review And Evaluate The Same Technical Items Identified In The Technical Capabilities Portion Of The Technical Evaluation Factors.
notice: The Government Intends To Evaluate Quotations And Make Award Without Discussions (except Clarifications As Described In Far 15.306(a)). Therefore, The Quoter’s Initial Quote Should Contain The Vendor’s Best Terms From A Price And Technical Standpoint. The Government Reserves The Right To Conduct Discussions, If The Contracting Officer Later Determines Them To Be Necessary. The Government Also Reserves The Right To Conduct A Site Visit Prior To Award.
applicable Provisions And Clauses: The Provisions At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition. 52.212-2, Evaluation-commercial Products And Commercial Services, The Vendor Shall Include A Completed Copy Of The Provisions At 52.212-3, Offeror Representations And Certifications - Commercial Products And Commercial Services With Your Quote. The Clause 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services And Clause 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Order-commercial Products And Commercial Services, Clause 52.203.6, Restrictions On Subcontractor Sales To The Government, Clause 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreement Or Statement, Clause 52.204-23, Prohibition On Contracting For Hardware, Software And Services Developed Or Provided By Kaspersky Lab Covered Entities, Clause 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment, Clause 52.204-10 Reporting Executive Compensation And First –tier Subcontract Awards, Clause 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractor’s Debarred, Suspended, Or Proposed For Debarment, Clause 52.209.10, Prohibition On Contracting With Inverted Domestic Corporations, Clause 52.222- 3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation With Authorities And Remedies, Clause 52.222-21, Prohibition Of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity For Veterans, Clause 52.222-36 Equal Opportunity For Workers With Disabilities, Clause 52.222-37 Employment Reports On Veterans, Clause 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, Clause 52.222-41, Service Contract Labor Standards, Clause 52.222- 50 Combating Trafficking In Persons, Clause 52.222-52, Exemption From Application Of The Service Contract Labor Standard To Contracts For Certain Services-certification, Clause 52.226-8 Encouraging Contractor Policies To Ban Texting Messaging While Driving, Clause 52.225-13 Restrictions On Certain Foreign Purchases, Clause 52.232-33, Payment By Electronic Funds Transfer – System For Award Management Are Incorporated By Reference, Clause 52.232-40, Providing Accelerated Payments To Small Business Subcontractors. Clause 52.233-3 Protest After Award And Clause 52.233-4 Applicable Law For Breach Of Contract Claim.
to Obtain The Above Provision/clauses In Full Text, Please Visit Https://www.acquisition.gov/far. Method Of Payment: Electronic Funds Transfer.
rev. 004_10-01-2018
Closing Date17 Jan 2025
Tender AmountRefer Documents
Metropolitan Waterworks And Sewerage System Tender
Food Products
Philippines
Details: Description The Metropolitan Waterworks And Sewerage System-corporate Office (mwss-co) Through Its Bids And Awards Committee (bac) Will Undertake The “procurement Of Service Provider For The Food (lunch) For The 147th Mwss Anniversary: Tree Planting Activity On 13 February 2025” In Brgy. Magsaysay, Infanta, Quezon Located Within Kaliwa Watershed Per Officer Order No. 2025-042. The Mwss-co Hereinafter Referred To As The “the Procuring Entity” Now Request You To Submit Price Quotation For The “procurement Of Service Provider For The Food (lunch) For The 147th Mwss Anniversary: Tree Planting Activity,” As Specified Hereunder: Item Description/minimum Specifications Service Provider For The Food For The 147th Mwss Anniversary: Tree Planting Activity On 13 February 2025 For Minimum Of 269 Individuals (guaranteed): Menu For Lunch (assisted Buffet): Two (2) Viands: Options To Choose From Are Beef, Chicken, And/or Fish One (1) Soup: Options To Choose From Are Cream Of Mushroom, Pumpkin, Or Seafood One (1) Salad: Options To Choose From Are Topical Salad With Sauce Or Mixed Vegetables One (1) Dessert: Options To Choose From Are Fruits In Season Or Pastry One (1) Steamed Rice One (1) Drink: Options To Choose From Are Cucumber Lemonade Or Pandan And Lemongrass Other Requirements: Provision Of Two (2) Complete Buffet Table Set-up At The Restaurant Lunch Plates, Glasses And Cutleries Guest Tables (8 Or 10 Seater) With Tablecloth Chairs For 269 Pax Well-trained, Neat, Presentable, And Uniformed Servers Enough To Handle/serve 269 Guests. Ingress – Not Earlier Than 11:00 Am Of 13 February 2025 All Items Listed In The Above Specifications Must Be Complied On A Pass/fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. The Award Shall Be Given To The Lowest/single Calculated Responsive Quotation As Evaluated And Determined By The End-user. The Mode/method Of Procurement Shall Be In Accordance With Section 53.9 Small Value Procurement Of The Irr Of Ra 9184. The Approved Budget For The Contract (abc) Per Office Order No. 2025-042 Is Ninety Four Thousand One Hundred Fifty Pesos (₱94,150.00) In Philippine Currency Inclusive Of Twelve Percent (12%) Vat And Other Charges. Quotation Submitted Higher Than The Abc Shall Be Automatically Rejected. Proper Sanitation In Accordance With Law (under “food Establishment” As Stipulated In Presidential Decree No. 856) Shall Always Be Observed. The Provider Shall Guarantee That Food Is Prepared In Accordance With Sanitation Law And Shall Maintain Safe And Clean Food, Equipment, And Other Facilities In The Surrounding Areas During Lunch Time. Quotations Must Be Delivered At The Address Below Not Later Than The Office Hours On 10 February 2025 (until 4:00 P.m., Philippine Standard Time). Online Submissions Shall Be Rejected. Kindly Submit Your Documents In A Properly Sealed Envelope To The Address Below. You May Utilize Courier Services. Mwss Shall Not Be Held Liable For Late Submission And/or Damages Incurred Of The Bid Submitted Through Courier Services. The Bac-secretariat Chairperson Metropolitan Waterworks And Sewerage System 4th Floor, Administration Building, Mwss Complex, Katipunan Road, Balara, Quezon City Mobile No. 0917-808-50636 The Mwss-co Bids And Awards Committee (bac) Through The 147th Mwss-co Anniversary Committee As End-user Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Shopping Process Or Reject All Quotations At Any Time Before Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/s. The Mwss-co Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionally Of The Equipment And The Capability Of The Supplier To Perform The Contract. The Prospective Supplier Shall Submit The Following: Filled-out Price Quotation Form (annex “a”) Mayor’s/business Permit Proof Of Philgeps Registration Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate (the Form Can Be Accessed And Downloaded From The Gppb Website)
Closing Date10 Feb 2025
Tender AmountPHP 94.1 K (USD 1.6 K)
Municipality Of Sultan Kudarat Maguindanao Tender
Others
Philippines
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Province Of Maguindanao Del Norte Municipality Of Sultan Kudarat Tel No.: (064) 429-0060/ (064) 429-0079. Fax No. (064) 429-0081 Invitation To Bid Package A: Project Title: 1. Supply And Delivery Of Medical Assistance For Persons With Disabilities (pwd). Duration: 30 Cd Total Abc: Php. 550,000.00 Bid Documents: Php. 500.00 Item Quantity Units Description Abc 1 50 Pcs Standard Wheel Chairs With Mag Wheels 250,000.00 2 200 Pcs Adjustable Aluminum Underarm Crutches/saklay 150,000.00 3 75 Pcs Aluminum Folding Walkers With Wheels 100,000.00 Total 550,000.00 1.the Local Government Unit Of Sultan Kudarat, Maguindanao Del Norte, Through Share In The Bureau Of The Treasury The Fy 2024 Intends To Apply The Total Sum Of P 550,000.00 (abc) To Payment Under The Contract For Supply And Delivery Of Medical Assistance For Persons With Disabilities (pwd). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Local Government Unit Of Sultan Kudarat, Maguindanao Del Norte, Now Invites Bids For The Above-mentioned Projects With Their Corresponding Contract Duration. The Delivery Of The Goods Is Required Within 30 Calendars Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Ten (10) 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. Instruction 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. (i)bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4.bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184; 5.interested Bidders May Obtain Further Information From The Local Government Unit Of Sultan Kudarat, Maguindanao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm Monday To Friday; 6.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents To The Local Government Unit Of Sultan Kudarat, Maguindanao Del Norte Cashier In The Amount Of As Stated Above; It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7.the Local Government Unit Of Sultan Kudarat, Maguindanao Del Norte Will Hold A Pre-bid Conference On February 3, 2025; 9:00am At Municipal Conference Hall, Sultan Kudarat, Maguindanao Del Norte, Which Shall Be Opened To Prospective Bidders. 8.bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before On February 18, 2025; 9:00am At Municipal Conference Hall, Sultan Kudarat, Maguindanao Del Norte. Bid Opening Shall Be On February 18, 2025; 9:00am At Municipal Conference Hall, Sultan Kudarat, Maguindanao Del Norte. Bids Will Be Opened In The Presence Of The Bidder And/or Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9.for Further Information, Please Refer To: Engr. Mohammad U. Sangacala Bac Secretariat Sultan Kudarat, Maguindanao Del Norte. (064) 429-0079 Or (064) 429-0081 Lgusultankudarat@gmail.com _________________________________________ Engr. Anthony E. Paguirigan Bac Chairperson Date Of Publication: January 29, 2025 End Of Publication: February 05, 2025
Closing Date5 Feb 2025
Tender AmountPHP 550 K (USD 9.4 K)
DEPARTMENT OF ENVIRONMENT AND NATURAL RES PENRO, D ISLAN Tender
Food Products
Philippines
Details: Description Form Gs - 45 Request For Quotation Date: Quotation No.: 2025-01-010 Company Name: Address: T.i.n: Philgeps Reg. No.: Dear Sir/ma'am: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than Three(3) Calendar Days In The Return Envelope Attached Herewith. Erra Madel R. Cabalquinto Procurement Officer Note: 1. All Entries Must Be Typewritten/written In Ink 2. Delivery Period Within The Date Of Activity Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 90 Calendar Days 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certificates Of The Product Being Offered. 7 In Line With The Denr Caraga R-13 Application For Environmental Management System, Standards And Iso 14001. Service Providers For Catering Services Are Discouraged The Use Of Bottled Mineral Water, Bottled Sofdrinks And Juices, Plastic Cups, Spoons And Forks And Other Plastic. This Is To Adhere To Mandate Of Environmental Objectives Which Is The Reduction Generation Of Solid Wastes. Item No. Item & Description Abc Qty. Unit Unit Price Total Cost (php) Unit Cost Total Cost Day 1 (feb. 4, 2025) 1 Am Snack 40 Pax Ube Maja Blanca (2 Slice/serve) W/ Lemon Juice 2 Lunch 40 Pax Rice, Pork Ribs Nilaga, Sweet And Sour Fish Fillet, Ginisang Batong W/ Giniling Na Karne, Watermelon, Water And Soft Drinks(coke) 3 Pm Snack 40 Pax Special Lomi W/ Bread And Softdrinks(coke) Day 2 (feb. 5, 2025) 4 Am Snack 40 Pax Beef Taco Fries And Orange Juice 5 Lunch 40 Pax Rice, Pork Sinigang, Beef Kare-kare And Vegetables Stir Fry, Vegetable Salad, Water And Softdrinks(coke) 6 Pm Snack' 60 Pax Pancit Miki W/ Bread And Lemon Juice Day 3 (feb. 6, 2025) 7 Am Snack 60 Pax Chiding And Puto Cheese (3 Pcs Each/serve) And Pineapple Juice 8 Lunch 60 Pax Rice, Garlic Tokwa And Kangkong, Sinigang Pork Pata, Shrimp Tempura, Banana, Water And Softdrinks (coke) 9 Pm Snacks 30 Pax Buko Pandan W/ Ice Cream Toppings Day 4 (feb. 7, 2025) 10 Am Snack 30 Pax Cheesy Burger And Lemon Juice 11 Lunch 30 Pax Rice, Kinilaw, Beef Nilaga, Vegetables Stir Fry, Pine Apple, Water And Softdrinks (coke) 12 Pm Snack 30 Pax Spaghetti And Lemon Juice 4 Days 13 Venue Inclusive Of Sound System, Microphones, Tables And Chairs, And Good Ventilation (4 Days) ***with Flowing Water And Coffee*** Abc=104,000.00 Note: Supplier Must Be Philgeps Registered Purpose: Requested Catering Services And Venue Rental For The Conduct Of Cds Section, The Interim Protected Area Management Offices, Levelling Off Cum Orientation On Protected Areas, Biodiversity, Wildlife, Coastal And Cave Management Related Guidelines On February 4-7, 2025 W/ In Mun. Of San Jose, Pdi Brand And Model : Delivery Period : Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature : Tel. No. / Cellphone No. : E-mail Address : End-user Representative/canvasser Daniel D. Hubilla Procurement Representative/canvasser
Closing Date27 Jan 2025
Tender AmountPHP 104 K (USD 1.7 K)
Department Of Trade And Industry Tender
Others
Philippines
Details: Description Please Quote Your Lowest Price On The Item/s Listed Below, Taking Into Consideration The Following: Procurement Terms & Conditions 1. The Total Approved Budget For The Contract (abc) Is Php 125,000.00 2. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Withholding Tax (ewt) Of 1%. 3. Evaluation Of Bids Will Be Conducted On A “lot” Basis 4. Delivery Period Is Within Five (5) Calendar Days From The Receipt Of Purchase Order. 5. If Awarded The Contract, Processing And Payment Shall Be Within 5 Working Days After Complete Delivery Of The Goods/items. 6. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184. 7. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery Schedule Shall Be Liable For Damages For The Delay Pursuant To Sec. 3 Of Annex D Of Handbook On Philippine Government Procurement, 6th Edition. 8. This Rfq Must Be Submitted Sealed In A Mailing Envelope Hereto Provided. The Name Of The Procurement/contract To Be Bid And The Name Of Bidder Shall Be Indicated In The Envelope. For Control Purposes, The Signature Of The Duly Authorized Representative Appearing In The Rfq Shall Also Appear Between The Top And Bottom Flap Of The Envelope. 9. This Must Be Submitted Sealed To The Above Address Not Later Than February 21, 2025; 9:00am. 1 Lot Brgy. Tinambacan, Jaro, Leyte (for 35 Pax) February 26, 2025 Am Snack: Pancit Sotanghon With Bread And Bottled Iced Tea Lunch: Rice, Beef Curry, Buttered Chicken, Ginataang Pinakbet, Fresh Fruits And Bottled Water Pm Snack: Assorted Kakanin And Bottled Juice 2 Lot Brgy. Uguiao, Jaro, Leyte (35 Pax) February 27, 2025 Am Snack: Assorted Kakanin With Bottled Water Lunch: Rice, Lechon Kawali,chicken Barbeque, Buttered Mixed Veggies, Banana With Softdrinks Pm Snack: Cheese Burger And Bottled Juice 3 Lot Brgy. Rubas, Jaro, Leyte (35 Pax) February 28, 2025 Am Snack: Lasagna With Toasted Bread And Bottled Iced Tea Lunch: Rice, Pork Kare-kare, Buttered Chicken, Vegetable Lumpia, Fresh Fruits And Bottled Water Pm Snack: Cheese Burger And Bottled Juice 4 Lot Brgy. Canvertudes, Alangalang, Leyte (35 Pax) March 10, 2025 Am Snack: Spaghetti With Toasted Bread And Bottled Iced Tea Lunch: Rice, Beef Caldereta, Grilled Tuna, Buttered Vegetable, Fresh Fruits And Bottled Water Pm Snack: Torta And Canned Juice 5 Lot Brgy. Caglawaan, Jaro, Leyte (25 Pax) March 11, 2025 Am Snack: Spaghetti With Bread And Bottled Iced Tea Lunch: Rice, Beef Garlic Pepper Steak, Chicken Bbq, Vegetable Pickles, Fresh Fruits And Bottled Water Pm Snack: Cheese Burger And Bottled Juice 6 Lot Brgy. Sto. Niño, Jaro, Leyte (35 Pax) March 20, 2025 Am Snack: Cassava Cake And Bottled Iced Tea Lunch: Rice, Lechon Kawali, Chicken Bbq, Vegetable Pickles, Vegetable Lumpia, Fresh Fruits And Bottled Water Pm Snack: Assorted Kakanin And Bottled Juice 7 Lot Brgy. Bias-zabala, Jaro, Leyte (25 Pax) March 21, 2025 Am Snack: Sandwich And Bottled Orange Juice Lunch: Rice, Mixed Seafoods, Lumpiang Shanghai, Fresh Fruits And Bottled Water Pm Snack: Cheese Burger And Bottled Juice 8 Lot Brgy. Canapuan, Jaro, Leyte (25 Pax) March 24, 2025 Am Snack: Spaghetti With Bread And Bottled Iced Tea Lunch: Rice, Beef Caldereta, Chicken Bbq, Vegetable Pickles, Vegetable Lumpia, Fresh Fruits And Bottled Water Pm Snack: Torta And Canned Juice Inclusive Of Tables And Chairs And Delivery To The Venue With Free Flowing Coffee Inclusive Of All Applicable Taxes Bidder/ Supplier Must Submit Valid Documents On Philgeps Registration 2025 Lgu Business Permit Bir Registration Omnibus Sworn Statement Ifad Self Certification Form Total Approved Abc 125,000.00
Closing Date21 Feb 2025
Tender AmountPHP 125 K (USD 2.1 K)
Civil Service Commission Tender
Automobiles and Auto Parts
Philippines
Details: Description Provision Of Manpower Services (driver & Janitorial) For Csc Regional Office For Cy 2025 (lot 1) Location / Area: Csc Regional Office, No. 7 Oñate Street, Mandurriao, Iloilo City Terms Of Reference: Provision Of Manpower Services (driver & Janitor) Covering January 1, 2025 To December 31, 2025. The Agency Shall Provide One (1) Driver And (2) Janitors Reporting For Work Daily As Maybe Directed By The Entity Except Saturdays, Sundays And Holidays, Or As Needed With Approved Request For Overtime. Provided, However, That The Work Schedules Of The Assigned Personnel Will Be With The Entity Conformity Of Knowledge. Provided Further, That The Agency Obligates Itself To Increase Or Decrease The Number Of Assigned Personnel Upon Request Of The Entity. 1. General Conditions/technical Specifications: A.1 Driving Services 1. Ensure That Office Vehicles Are Road Worthy Using The Checklist Of Blow Bagets. Likewise Ensure That These Are Kept Clean Before, During, And After Use. 2. Perform On A Daily Basis, Basic Vehicle Cleaning Such As, But Not Limited To, Washing Of Windshields, Simple Body And Tire Cleaning, Wiping Of Dashboards, Ensuring That Interiors Are Free Of Food And Litter, Cleaning Of Seats And The Like. 3. Monitor And Ensure That Vehicle Preventive Maintenance Schedule Is Implemented As Scheduled And The Vehicles Are Kept Roadworthy At All Times. 4. Immediately Report To The Msd Chief Through The Designated Property Officer, In Cases Where The Vehicles Would Need Urgent Repairs For Issues Other Than The Scheduled Maintenance. 5. Perform Messengerial Services As May Be Required Such As But Not Limited To Delivery Of Mails To Courier Service Centers, Perform Simple Liaison Services To Agencies And Other Entities. 6. Vouchers And Its Supporting Documents, Complete And Correct, Should Be Endorsed To The Cashier Upon Return To The Office. Delivery Receipts And/or Receiving Copy Of Documents Should Be Returned To The Requesting Party Asap. 7. As Far As Practicable, Ensure That Vehicle Fuel Is Replenished At The End Of The Trip For The Day. 8. Prepare The Fuel Request Form And Secure Approval From The Msd Chief Through The Designated Property Officer, And Attach The Fuel Receipt To The Fuel Request Form, For Filing. 9. Prepare The Necessary Documents And Other Requirements Needed For The Processing Of Payment For Fuel Every 15th Day Of The Month Except December, The Due Of Which Is The Last Working Day Of The Year. 10. Submit The Properly Accomplished Trip Tickets To The Msd At The End Of Each Trip With Details Such As Date Of Trip, Destination, Purpose Of Trip, Time Of Departure And Arrival, Names Of Passengers, Etc. 11. Surrender The Vehicle Keys To The Guard-on-duty Before Logging Out Of The Office. A.2 Vehicle Maintenance 1. Vehicles Shall Undergo Preventive Maintenance In Accordance With The Approved Vehicle Maintenance Schedule Per Office Vehicle Or As Often As May Be Necessary. Total Distance Travelled Shall Be Monitored For Purposes Of Maintenance Reference. 2. Visual Checking Of Vehicles Should Be Done Regularly. This Includes Checking Of Engine For Leaks, Condition Of Engine Belts And Liquids, Ensure That Vehicle Is Free From Dents And Scratches, Tire Condition, Etc. 3. Renewal Of Vehicle Registration Should Be Done At Least One (1) Week Prior To Its Expiration. A.3 Use Of Office Vehicles 1. The Use Of Office Vehicles Shall Always Be Covered By A Duly Accomplished And Signed Trip Ticket, Indicating The Following: I. Date, Time, Destination, And Other Required Information; Ii. Initials Of The Msd Chief Or Designated Property Officer Affixed Below The Printed Name Of The Authorized Official Iii. Signature Of The Regional Director, Asst. Regional Director Or In Their Absence, The Officer-in-charge. 2. Requests To Avail Of Transportation Services Shall Be Submitted To The Msd At Least 3 Days Before The Scheduled Trip, Using The Prescribed Request For Utility Vehicle (ruv) Form, With A Copy Of The Approved Office Order Of The Requesting Party. 3. Approval Of The Request For The Use Of A Utility Vehicle Shall Be On A First-come-first-served Basis, Subject To Availability Of Drivers And Vehicles. 4. Vehicles May Be Used To Perform Messengerial And Support To Liaison Services. 5. In No Case Shall An Office Vehicle Be Used Without Proper Authorization From The Management Through The Msd. B. Janitorial Services 1. Washing Of Inside Windows And Doors, Frames And Screen; 2. Cleaning And Polishing Of Office Furniture And Fixtures And Counter Excluding Items Or Equipment That Require Specialized Maintenance, Furniture Such As Davenport And Chairs Showing Signs Of Spill Due To Any Caused Shall Be Washed And Cleaned; 3. Washing, Scrubbing And Polishing Of Floors; 4. Application Of Special Sanitizing And Waxing Solution To Hallways, Lobbies And Offices; 5. Dusting And/or Damp Wiping Of Glass Tops, Glass Door, Counters And Furniture; 6. Dusting Of Inside Windows, Window Ledges, Air-vents, Stair Railing And Other Horizontal And Vertical Surfaces; 7. Cleaning Of Glass Walls And Glass Partitions; 8. Cleaning Of Trash Receptacles; 9. Assist In Transferring Of Tables, Chairs, Cabinets And Counter, Etc. Upon Instruction By Authorized Officer Of The Office; 10. Daily Collection Of Garbage And Waste Materials To Be Disposed Of; 11. Frequent Spraying Of Air Fresheners In Work Areas And Other Designated Places; 12. Washing And Cleaning Of All Windows And Glasses Either By Hands Or With The Use Of Class Wiper; 13. Cleaning Of All Light Diffusers; 14. Thorough General Cleaning Of All Areas. 15. Other Services Within The Building Which May Be Assigned By The Management From Time To Time Within The Scope Of Janitorial Services. 2. Miscellaneous Services A. To Provide Extra Manpower Or Extension Of Authorized Tour Of Duty On Christmas And Other Special Occasions And In Case Of Emergencies Or Natural Calamities Necessitating Relief Operations, A Team Of Trained Personnel Within The Authorized Work Force Shall Be Provided To Undertake Such Job Receipt Of Five (5) Days Advanced Notice; B. Provide Minor Carpentry, Electrical And Plumbing Services; C. Clerical/messengerial Services. 3. Obligations Of The Agency A. Equipment And Uniform The Agency Shall Provide Complete Uniform With Proper Identification Card To Its Employees Assigned To The Entity And Shall Also Provide Standard Carpentry Small Tools Needed For Maintenance Services Such As But Not Limited To The Following: Hammer, Saw And Tape Ruler. B. Responsibilities It Is The Responsibility Of The Agency To Provide The Entity Of The Following: 1. Qualified Employees To Perform The Assigned Tasks: 2. Reliever In Case The Assigned Employee (s) Is Absent; 3. Ensure That All Employee Assigned In The Area Shall Follow House Rules And Regulations; 4. Discipline, Supervise And Control All Employees By Following Entity’s Rules And Regulations; 5. Replacement Of Any Employee (s) Assigned At The Office; 6. Conduct Inspection; 7. Monthly Meeting Of Agency With Their Personnel And Regular Check-up/supervision In Site Of The Assigned At The Office; 8. Regular Debriefing Of Personnel Assigned At The Office; 9. Duly Signed Monthly Accomplishment Report To Be Attached To Disbursement Voucher. C. Quality Assurance And Control The Agency Shall Conduct Regular Onsite Inspection And Evaluation Of The Services Performed By The Assigned Employees To The Entity To Ensure And Keep The Quality Of Work With Highest Standard Requirement. D. Human Resource Development The Agency Shall Provide Free Semi-annual Skills Development Seminar To Its Employees Assigned To The Entity To Enhance And Improve Their In-house Driving And Cleaning Skills, Maintenance Of Equipment And Use Of New Cleaning Materials And Supplies (supplied By Entity). Also, The Agency Shall Require All Their Employees Assigned To The Entity To Wear The Proper Uniform To Appear Neat And Clean In Their Work Place. Wearing Of Id Should Always Be Observed At All Times For Proper Identification And Security Purposes. 4. Timeline/schedule Of Delivery The Selected Agency Will Ensure And Deliver The Manpower Services Of One (1) Driver And Two (2) Janitors Who Meet The Qualifications As Stated In The Items Of The General Conditions. The Personnel Shall Render An Eight (8) Hour Service A Day, Five (5) Days A Week, Including Holidays To The Csc Regional Office. The Agency Shall Ensure That A Reliever Be Deployed Immediately In Case Of Changes Or Modifications To The Duty Of Its Assigned Personnel. 5. Duration Of Contract The Contract Shall Commence From The Date Of Signing Until December 31, 2025 Or Until The Execution Of A New Contract Pursuant To Government Procurement Policy Board (gppb) Resolution No. 23-2007 Dated September 28, 2007 “approving And Adopting The Revised Guidelines On The Extension Of Contracts For General Support Services”, Subject To The Agreement Of Both Parties. 6. Terms Of Payment For And In Consideration Of The Services Rendered By The Selected Agency, Cscro Vi Shall Pay The Contract Amount On A Monthly Basis. 7. Other Conditions Mode Of Payment To The Winning Security Agency Shall Be Made Via Issuance Of Mds/commercial Checks.
Closing Date2 Jan 2025
Tender AmountPHP 636 K (USD 10.9 K)
6221-6230 of 6411 archived Tenders