Chair Tenders
Chair Tenders
City Of Bais Tender
Civil And Construction...+3Construction Material, Pipe Line Project, Water Storage And Supply
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 Repair And Maintenance-infrastructure Assets (f) Artesian Wells, Reservoirs, Pumping Station & Conduit, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 51-25 Php 345,600.00 1 90 Pcs. 2" X 2" X 12' G. Melina 2 20 Kls. Common Wire Nails # 4" 3 15 Kls. Common Wire Nails # 3" 4 15 Kls. Common Wire Nails # 2" 5 10 Kls. Common Wire Nails # 1" 6 20 Shts. 1/4" X 4 X 8' Mar. Plywood 7 150 Bags Portland Cement 8 50 Cu.m Sand (fine Aggregates) 9 20 Cu.m Gravel (coarse Aggregates 37.5mm) 10 90 Lngth 10mm Ø X 6.0m Def. Bar 11 90 Kls. G.i Tie Wire, No. 16 12 20 Pcs. Hacksaw Blade 13 20 Lngth 1 1/4" Ø X 20' G.i Pipe (s-40) 14 10 Lngth 1/2" Ø X 20' G.i Pipe (s-40) 15 3 Pcs. Foot Valve 1 1/4" Ø 16 5 Pcs. Foot Valve 1" Ø 17 60 Pcs. Tapelon Tape 3/4" Ø 18 20 Pcs. G.i Coupling 1 1/4" Ø 19 20 Pcs. G.i Coupling 1/2" Ø 20 10 Pcs. G.i Tee 1 1/4" Ø 21 4 Pcs. Jetmatic Pump 22 3 Pcs. Cylinder Pump 1 1/4" Ø 23 4 Pcs. Chek Valve 1 1/4" Ø 24 3 Ltrs. Solvent Cement 25 5 Rolls 1/2" Ø X 300m/roll Polyethylene Pipe The Approved Budget For The Contract Is To Be Taken From Gen. Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 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 Date18 Feb 2025
Tender AmountPHP 345.6 K (USD 5.9 K)
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 25-d-047 Date February 10, 2025 Pr Reference 200-25-02-069 Philgeps Reference No. End-user Deped Closing Date February 19,2025 February 20,2025 Bid Opening "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) "b. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) " 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). The Basis Of Evaluation For This Rfq Is: ⬜ By Lot ⬜ By Item Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. "(signature Over Printed Name / Date) " Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 "quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. " 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 "breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). " 8 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-d-047 Total Abc: Php 629,730.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Supply And Delivery Of Medical, Dental And Laboratory Supplies For Cviraa Health Committee Lot. I Medical Laboratory Supplies 1 Cotton Balls Container, Material: Plastic. Plastic Cotton Canister. 21 Piece 42.00 [ ] [ ] 2 "armsling, Size: Large " 107 Piece 140.00 [ ] [ ] 3 "hot & Cold Packs, Suitable For Both Cold And Hot Therapy (acceptable Temperature:-20~100°c) Remains Soft And Flexible After Freezing, Even In Temperatures As Low As -20°c Retains Heat Or Coolness For A Minimum Of 45-60 Minutes. Reusable" 30 Piece 560.00 [ ] [ ] 4 "padded Board Splint Set, Padded Board Splints Are Made Of 3 1/2"" Solid Wood Core. 1/2"" Padding On One Side Rounded Wood Corners For Safety And Comfort Covered With Heavy Duty Vinyl Sealed For Easy Clean-up And Disinfection Set Of Padded Board Splints Contains: (2) 15 Inch (2) 36 Inch (2) 54 Inch Item #560000 Comes With A Carrying Case Reusable Orange Vinyl Bag" 15 Set 3,500.00 [ ] [ ] 5 Straight Forcep, Medium 25 Piece 350.00 [ ] [ ] 6 Wheel Chair, Heavy Duty 1 Unit 11,200.00 [ ] [ ] 7 Glucometer, Compatible With Existing Strips (onetouch) 25 Unit 3,360.00 [ ] [ ] 8 Lancets, G23, 200pcs/box 10 Box 700.00 [ ] [ ] 9 "heavy Duty Foldable Portable Stretcher, Features : *sturdy And Safe: Equipped With Heavy Duty Straps With Over-sized Buckles For Secure Patient Transport. *the Folding Metal Frame Comes With Thick Rubber Pads To Prevent Scratching Of Floors. *suitable For Hospital, Gymnasium, Ambulance, Emergency Centers To Carry The Sick And The Wounded. *premium Quality: Industrial Strength Stretcher, Fireproof And Waterproot. *portable: Collapsible Design For Easy Storage, The Stretcher Can Be Folded To A Smaller Size For A Convenient Way To Carry For Outdoor Activities Or Sports. Specification: Material: Aluminum Alloy Size:200*54*18cm Size After Folding:100*30*10cm • Enter Store › Color:orange" 10 Unit 4,200.00 [ ] [ ] 10 Triangular Bandage, Size: 96cm X 96cm X 136cm 71 Pack 42.00 [ ] [ ] 11 "elastic Bandage , Size: 4 Inches With Hook Closure Made Of High-quality Material Breathable Fiber Bandage Hook Closure Design High Elasticity Washable And Reusable " 130 Piece 210.00 [ ] [ ] 12 Cotton Balls, 150pcs/pack 35 Pack 84.00 [ ] [ ] 13 Sterile Gloves, Size No. 7, 50 Pairs/box 3 Box 2,100.00 [ ] [ ] 14 Non-sterile Gloves, Large,100pcs/box 3 Box 1,400.00 [ ] [ ] 15 Face Mask, 3 Ply, Regular Facemask, 50 Pieces Per Box 61 Box 85.00 [ ] [ ] 16 Curve Forcep , Medium 25 Piece 350.00 [ ] [ ] 17 "lister Bandage Scissor , Type 5 1/2 Corrosion-resistant 410 Surgical Stainless Steel Floor Grade Good Quality" 25 Piece 350.00 [ ] [ ] 18 Adhesive Bandage , Hypo-allergenic, 1 Inch, 12 Pcs/box 3 Box 910.00 [ ] [ ] 19 Blood Glucose Test Strip, 25pcs/box, Compatible With Existing Glucometer One Touch 25 Box 1,400.00 [ ] [ ] 20 "bp Apparatus Set, Heavy Duty With Stethoscope (pedia)" 10 Set 6,300.00 [ ] [ ] 21 "pulse Oximeter, Patient Range. Adult And Pediatrics Patients. Spo2. Measurement Range. 70% - 100% ... Pulse Rate. Measurement Range. 30 - 235 Bpm. ... Display. Type. ... Alarm. Alarm. ... Mechanical. Dimension 60mm (l) * 34mm (w) * 30mm (h) ... Battery. Two Aaa 1.5v, 800mah Alkaline Batteries About 30 Hours. Environmental. Operation Temperature 5℃ - 40℃" 25 Piece 840.00 [ ] [ ] 22 "first Aid Kit Bag, - Outdoor Emergency Rescue -medical Supplies Bag -high-density Ripstop, Waterproof Fabrics -reflective Strips -carried On The Shoulder Or By Hand -many Pockets And Classification Compartment -material: Pvc Oxford -size: 33-35*23-24*13-14cm -type: Large Capacity -color: Red -with Embroidered Logo At The Front" 21 Unit 5,320.00 [ ] [ ] 23 Alcohol, Isopropyl, 70% Solution, 500ml 71 Bottle 140.00 [ ] [ ] 24 Hydrogen Peroxide, 10 Volume, 120 Ml 71 Bottle 42.00 [ ] [ ] 25 Povidone Iodine, 500ml/bottle 35 Bottle 406.00 [ ] [ ] 26 Gauze Pads, 4 In. X 4 In. Non-sterile, 8 Ply, 100pcs/box 21 Box 350.00 [ ] [ ] 27 "kidney Basin, Stainless Steel 10 Inches" 21 Piece 364.00 [ ] [ ] 28 Cervical Collar, Adjustable Cervical Collar Support Neck Brace 7 Piece 630.00 [ ] [ ] 29 Original Petroleum Jelly, 100 Ml 21 Piece 280.00 [ ] [ ] 30 "first Aid Kit Box, 4cm X 14cm X 14cm Heavy Duty Brand" 21 Piece 420.00 [ ] [ ] 31 Alcohol, Ethyl, 68%-72%, Scented, 500 Ml (-5 Ml) 150 Bottle 85.00 [ ] [ ] 32 Face Mask, 3 Ply, Fifty (50) Pieces Per Box 15 Box 175.00 [ ] [ ] 33 Nitrile Gloves, Disposable, 100pcs/box, Surgical Powder Free Gloves Latex, Medium 10 Box 360.00 [ ] [ ] 34 Mask, Non Woven Synthetic Fibre Disposable Masks, Ffp2, Moulded Mask, Nose Clip For Adjustment, Foam Edge Under Nose Clip, Ce, En149, N95 (20 Pcs/box) 15 Box 770.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date19 Feb 2025
Tender AmountPHP 629.7 K (USD 10.8 K)
City Of Bais Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Training, Rescue, Response, And Recovery Activities, Cdrrmo, Viz: Item Approved Budget For The Contract (abc) Pr No. 666-24 Php 600,000.00 1 1 Lot Automatic External Defibrillators (aed) Aed Trainer And Trainer Manikins Full-rescue Aeds Cpr-d-padz One Piece Pre-connected Electrodes With Real Cpr Help Feedback Automatic External Defibrillators Trainer Power: Four (4) D Cells For Training Aed, Two (2) Aa Cells For Remote Includes: Wireless Remote Controller One (1) Set Aed Training Cpr-d Padz One (1) Set Aed Training Cpr-d Padz Reusable Gels Four (4) D Cell Batteries Two (24) Aa Cell Batteries Operator's Guide Training Manikin Trainer Demo Manikins W/ Carrying Case One (1) Adult With Cpr Monitors One (1) Child With Cpr Monitors One (1) Infant With Cpr Monitors Ten (10) Adult Face Shield Lung Bags Ten (10) Child Face Shield Lung Bags Ten (10) Infant Face Shield Lung Bags Automatic External Defibrillators Defibrillator Waveform: Rectilinear Byphasic Change Hold Time: 30 Seconds Energy Selection: Automatic Pre-programmed Selection Patient Safety: All Patient Connection Are Electronically Isolated Charge Time: Less Than 10 Seconds With New Batteries Cpr Monochrome Rate: Variable 60 To 100 Cpm Depth: 3/4" To 3" Shockable Rhythms: Ventricular Fibrallation With Average Amplitude > 100 Microvolts & Wide Complex Ventricular Tachycardia With Rates Greater Than 150 Bpm For Adults And 200 Bpm For Pediatrics Patient Impedance Measurement Range: 0-300 Ohms Defibrillator Protected Ecg Circuitry Display Format: Optional Lcd With Moving Bar Display Sweep Speed: 1" Per Second Batteries And Carrying Bag Included: Replaceable Batteries 10 Type 123a Photo Flash Lithium Manganese Dioxide Batteries Shelf Life Of Batteries And Pads: 5 Years 2 10 Sets Full Face Mask With Single Filter Durable And Skin-friendly Epdm, With Double-layer Face Seal And Triple Sealing Edges 5-point Harness For Simple And Quick Fitting Distortion-free Pmma Lens Made From Perspex With 180° Wide Angle Efficient Ventilation System With Separate Inner Mask Prevents The Lens From Fogging Full Face Mask Is Equipped With A Rd40 Connection (40mm Threaded) Draeger X-plore Includes: Filter For Major Applicants And Protects Against Many Hazardous Substances From Phosphine To Tear Gas To Particulates The Approved Budget For The Contract Is To Be Taken From 70% Disaster Preparedness And Mitigation Fund – 2024 (purchase Of Rescue Equipment, Protective Gears And Supplies. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)
National Academy Of Science And Technology Tender
Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Plants For Renovation And Landscaping Of Plant Boxes At The Pshc I. General Requirements Mobilization And Demobilization Environment, Safety And Health Hauling And Disposal Of Debris Ii. Architectural Works Repainting Of Steel Grills And Gate Iii. Civil Works Replacement Of Paver Blocks Removal Of Aircon Brackets Iv. Electrical Works Installation Of Pvc Conduits Of The Existing Lighting V. Landscape Works Supply And Installation Of Garden Soil Supply And Installation Of White Pandakaki @ 1ft. Ht. 250mm O.c. Supply And Installation Of Orange Eugenia @ 2ft. Ht. 300mm O.c. Please See Attached Tor And Plans For Detailed Specifications. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P 213,368.44 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 27, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Project: Proposed Landscaping Of Pshc Phase Ii Exits 3f Science Heritage Building, Dost Complex, Bicutan, Taguig City Re: Scope Of Works I. Project Information The Landscaping Of The Exit Pathway Of An Exhibit Is An Essential Aspect Of The Overall Visitor Experience. Well-designed Landscaping Not Only Ensures Functional Needs Such As Accessibility And Safety But Also Enhances The Visual And Emotional Impact Of The Visit, Providing A Cohesive Conclusion. This Project Will Involve Landscaping Of The Vacant Plant Boxes, Replacement Of Pavement Blocks, Repainting Of The Tubular Trellis Replacing The Conduit Pipes And Proper Assembly Of Lighting Wirings At The Pshc Phase Ii Exits. Ii. Objectives • To Improve, Rehabilitate, And Landscape The Philippine Science And Heritage Center Phase Ii Exits • To Create A Smooth Transition From The Exhibit Area Back To The Exterior Environment. Iii. Scope Of Work The Work Consists Of The Furnishing Of All Necessary Labor, Materials, Tools And Equipment, Including Technical Supervision Necessary For The Complete Execution Relative To Landscaping But Not Limited To The Following: 1. Demolition And Removal A. Removal Of The Angle Bar Brackets B. Removal Of The Existing Conduit Pipes C. Safely Dispose The Debris And Other Scrap Materials. 2. Architectural Works A. For Repainting Works, Remove All Loose Scaling, Flaking And Peeling Off Paint Either With The Use Of Paint Remover, Wire Brushing Or Scraping. B. Metal Shall Be Clean, Dry And Free From Mill Scale And Rust. Remove All Grease And Oil From Surfaces. C. Metal Surfaces Shall Be Primed With Red Oxide As Specified Before Final Coat Is Applied. D. Replace The Existing Floor Finishes With The New Finishes Specified In The Specifications. 3. Civil Works A. Replacement Of Pavement Blocks B. The Pavement Blocks Should Match The Existing Pavement Blocks 4. Electrical Works A. Standard Pvc Conduit Pipe System Is Required For This Project. B. Conduit Runs Shall Be Concealed Behind The Tubular Steel Trellis C. Conduits Which Have Been Deformed Or Crushed In Any Manner Should Not Be Installed D. Proper Assembly Of The Wirings Of The Lighting. E. Perform Post- Installation Tests. 5. Landscape Works A. Site Clearance To Remove Shrubs And Other Unnecessary Plants And Objects. B. Compaction Of Existing Loose Soil On The Landscape Areas C. Supply And Spread Compost D. Spread Topsoil E. Planting Of Applicable Ornamental Plants For The Landscaping Area F. Maintenance Of Plants Until Final Turn Over. Iv. Material Specifications 1. Paint Finish A. Red Oxide Metal Primer Dry Time Touch: 2 Hours Recoat: 12 Hours Density: 1.32kg/l Theoretical Coverage: 25-30 Sqm. Application: Brush Or Roller B. Quick Dry Enamel Finish: Gloss Dry Time Touch: 5 Hours Recoat: 8-12 Hours Full Cure: 3 Days Density: 1.11kg/l Theoretical Coverage: 30-35 Sqm. Application: Brush Or Roller C. Paint Thinner Mixing Ratio: 4l Qde Paint : 1l Paint Thinner 2. Paver Blocks – Same On Existing Paver Blocks 3. Landscape Plants A. White Pandakaki (tabernaemontana Pandacaqui) • 1-foot Height, Spaced At 250mm On Center • Native To The Philippines • Resistant To Drought That We Can See Them Leafless During Dry Seasons, But Eventually Grow Again With Rainy Seasons • Can Grow Full Sun Or Partial Shade • Low Maintenance Plant (water) • Green Leaves, White Flower B. Eugenia Oleina (syzygium Campanulatum) • 2-foot Height, Spaced At 300mm On Center • Native To The Philippines • Thrives On Drought • Can Grow Full Sun Or Partial Shade • Mid Maintenance Plant (water) • New Leaves Sprout In Reddish Colors, And They Eventually Turn Brown Into Green As They Reach Their Maximum Size Fig 1: White Pandakaki Fig 2: Eugenia Oleina V. Deliverables 1. Sample/ Technical Data Of The Materials. 2. Project Schedule In Gantt Chart Form, Include Schedule Tracking To Check The Progress Of The Project. 3. Lists Of Manpower And Equipment For The Deployment. Vi. Project Duration The Landscaping Of Pshc Phase Ii Exits Shall Be Done Within 15 Calendar Days To Take Effect Seven (7) Days After The Receipt Of Notice To Proceed Vii. Approved Budget Of The Contract The Approved Budget Of The Contract (abc) Is Two Hundred Thirteen Thousand Three Hundred Sixty-eight And 44/100 Pesos Only (php 213,368.44). The Abc Shall Be The Upper Limit Or Ceiling For The Bid Price. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted And Be Automatically Rejected At Opening Of The Financial Bid.
Closing Date27 Jan 2025
Tender AmountPHP 213.3 K (USD 3.6 K)
City Of Bais Tender
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 The Gathered Data During The Mobile Civil Registration From Various Barangays Of The City Of Bais, City Civil Registrar’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 33-25 Php 149,500.00 1 1 Unit 24 Ports Gigabit Switch Hub 2 3 Units Printer 3 In 1 Printer Continous Ink With Scanner And Xerox Ultra- Low-cost Printing: Save Up To 90% On The Cost Of Inknext Generation Ink Filling System: Enjoy Hassle And Mess-free Refills With Enhanced Ink Bottles Reliable Results: Micro Piezo Technology, Epson Genuine Ink, Warranty3-in-1: Print, Copy & Scan And Borderless 10x15cm Photo Printing Print Resolution: 5760 X 1440 Dpiprint Speed: 10 Pages/min Monochrome, 5 Pages/min Colours5760 X 1400 Dpicompatible: Mac Os 10.10.x, Mac Os 10.7.x, Mac Os 10.8.x, Mac Os 10.9.x, Mac Os X 10.6.8 Or Later, Windows 10, Windows 7, Windows 7x64, Windows 8, Windows 8 (32/64 Bit), Windows 8.1, Windows 8.1 X 64 Edition, Windows Vista, Windows Vista X 64, Windows Xp, Windows Xp X 64, Xp Professional X 64 Edition 3 2 Units Computer Processor: I7 13th Gen All Series Operating System: Windows 10 Home 64 Processor Family: I7 13700 Processor Processor: I7 13700 (2.1ghz Base Frequency, Up To 4.2ghz, L3 Cache 30mb, Hexadeca-core) Mainboard: H610-ds4-v1.1 Ram Memory: 16 Gb Ddr4-2666mhz Internal Storage: 1tb Ssd Graphics Card (integrate): Intel® Uhd Graphics 770 Monitor: 144 Hz 22" Monitor Keyboard: Mechanical Keyboard Mouse: Viper Mini Or Any Good Quality Mouse 4 1 Box Cat 6e Utp Ethernet Lan Cable, 305m 5 1 Pack Rj 45 Cat 6e Connector, High Quality, 100 Pcs. 6 2 Units Flash Drive, 128gb, Usb 3.0 Plug & Play The Approved Budget For The Contract Is To Be Taken From Gad Fund, Civil Registration Program, 7621-1-07-05-030. 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 149.5 K (USD 2.5 K)
Department Of Human Settlement And Urban Development Quezo Tender
Furnitures and Fixtures
Philippines
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 02-0036, S. 2025 Procurement Activity Procurement Of Various Furniture For The Dhsud Ous-epr, Coa And Oas-erv Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) Two Hundred Eighty-nine Thousand Five Hundred Pesos (php289,500.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposals On Or Before February 07, 2025 At 1:00 P.m. Delivery Schedule Delivery Of Goods/items Shall Be Within Thirty (30) Calendar Days From The Approval Of The Sample The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 2 Pcs L-type Desk Dimension At Least: 120cm(l) X 60cm(w) X 75cm(h) Side: 140cm(l) X 45cm(w) X 75cm(h) Side Table Available On Left Or Right Side Preferably With Free Delivery And Assembly 15 Pcs Clerical Table Size: 120cm X 75cm With Drawer And Pedestal Laminated Finish Color: Walnut 10 Pcs Ergonomic High Back With Headrest Office Chair Material: Combination Of Mesh And Fabric, Metal And Pu Nylon Armrest Color: Black Dimension: 61cm(w) X 62cm(d) X 109-119cm(h) Weight Capacity: 100 Kgs 5 Pcs 3-layer Steel Lateral Filing Cabinet Size: 40cm X 120cm X 90cm Steel Powder Coated Finish 2 Pcs Mobile Pedestal Cabinet 3-drawer Flush Type Handle Self-locking Mechanism Against Collapsing Color: Gray With Gray Drawer Handle. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss) (annex “a”); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable Prior To Final Settlement: E. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of Various Furniture For The Dhsud Ous-epr, Coa And Oas-erv Request For Quotation No.: 02-0036, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Mr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Qty Unit Description (kindly Indicate The Offered Brand And Model) Price/ Unit Total Price I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ Annex “a” Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ 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 Date7 Feb 2025
Tender AmountPHP 289.5 K (USD 4.9 K)
City Of Bais Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Repair And Maintenance Of Various Machinery And Equipment, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 35-25 Php 649,060.00 1 20 Pc Fuel Filter, Fs1000/equivalent (redcat Dt) 2 20 Pc Oil Filter, Lf9080/equivalent (redcat Dt) 3 20 Pc Fuel Water Separator Filter, Vg1540080311/equivalent (redcat Dt) 4 20 Pc Coolant Filter, Wf2075/equivalent (redcat Dt) 5 12 Pc Oil Filter, 1000428205/equivalent (faw 10w Dt) 6 12 Pc Fuel Filter, 1000053557/equivalent (faw 10w Dt, Mini Dt & Self-loading) 7 12 Pc Oil Filter-primary, Go-581/equivalent (isuzu Dt) 8 12 Pc Oil Filter-secondary, 06750/equivalent (isuzu Dt) 9 12 Pc Fuel Filter, Fe507j/equivalent (isuzu Dt) 10 6 Pc Oil Filter, 8dc8/9 (fuso Dt) 11 6 Pc Fuel Filter, Ft7269/equivalent (fuso Dt) 12 6 Pc Fuel Filter, Element Type 8dc8/9 (fuso Dt) 13 8 Pc Oil Filter, #313/equivalent (lefter Truck/canter) 14 4 Pc Oil Filter C101/equivalent (toyota Mini Dt) 15 4 Pc Oil Filter, 1011020-e00-wz10f/equivalent (aerial Platform) 16 4 Pc Fuel Filter, 1105104e5233/equivalent (aerial Platform) 17 4 Pc Fuel Filter, Cx710b31t/bf9840/equivalent (aerial Platform) 18 4 Pc Fuel Filter, Ff5052/bf788 (aerial Platform) 19 4 Pc Oil Filter, 1000428205/equivalent (faw Mini Dt) 20 4 Pc Oil Filter-primary, 1000053555 (faw Self-loading Truck) 21 8 Pc Oil Filter Secondary, 1000424655 (faw Self-loading Truck) 22 4 Pc Fuel Filter Primary, 1000424916 (faw Self-loading Truck) 23 48 Set Brake Lining (2 Pc/set) (faw & Redcat 10w Dt) 24 36 Set Brake Lining (2 Pc/set) (isuzu & Fuso Dt) 25 5 Set Brake Shoe, (4pc/set) (canter & Faw Mini Dt) The Approved Budget For The Contract Is To Be Taken From Repair And Maintenance – Machinery And Equipment (5-02-13-050). 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 18, 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 Date18 Feb 2025
Tender AmountPHP 649 K (USD 11.2 K)
City Of Bais Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Construction Of Corn Mill Building At Medalla, Brgy. Calasga-an (rev. I) 8918-1-07-04-990(13), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 56-25 Php 226,905.00 1 20 Pcs. 2" X 2" X 12' G. Melina 2 25 Pcs. 2" X 3" X 12' G. Melina 3 45 Pcs. 2" X 4" X 12' G. Melina 4 15 Kls. Common Wire Nails # 4" 5 10 Kls. Commin Wire Nails # 3" 6 6 Kls. Common Wire Nails # 2" 7 4 Kls. Common Wire Nails # 1" 8 138 Lngth 10mm Dia X 6.0m Def. Bar 9 38 Lngth 16mm Dia X 6.0m Def. Bar 10 20 Kls. G.i Tie Wire # 16 11 6 Pcs. Hacksaw Blade 18t 12 580 Pcs. 4 X 8 16" Chb 13 21 Lngth 5mm X 38mm X 6.0m Angle Bar 14 25 Lngth 5mm X 25mm X 6.0m Angle Bar 15 25 Lngth 1.20mm Thick X 50mm X 100mm X 6.0m C-purlins 16 200 Mtrs. No.2 Service Drop Wire (twisted) 17 5 Lngth 2 1/2" Øft Gi Pipe, Sched 40 18 4 Set Secondary Rack W/ 2 Spool Insulator, Heavy Duty 19 5 Lngth No.10 Deformed Bar 20 1 Gal. Red Oxide Paint 21 1 Gal. Black Qde Paint 22 1 Pc. 60a, Circuit Breaker, Outdoor Type 23 1 Lngth 1 1/2" Ø Rsc Pipe 24 1 Pc 1 1/2" Ø Service Entrace Cap 25 20 Mtrs. No.2 Copper Wire Thw 26 2 Pcs. No. 125 Compression Connector The Approved Budget For The Contract Is To Be Taken From 20% Dev’t Fund 2022. 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 18, 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 Date18 Feb 2025
Tender AmountPHP 226.9 K (USD 3.9 K)
Department Of Education Division Of Surigao Del Sur Tender
Others
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Tambis Nhs (jhs), Barobo 2, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost `001 Piece Signpen Liquid Gel, Black 0.4 20 22.20 444.00 `002 Piece Broom, Soft (walis Tambo) 4 136.24 544.96 `003 Bot Cleaner, Toilet Bowl, 1000ml 20 41.60 832.00 `004 Pack Detergent, Powder 1kg 15 54.08 811.20 `005 Can Floorwax, Red Dye Wax 20 316.00 6,320.00 `006 Roll Acetate A4 2 969.88 1,939.76 `007 Piece Philippine National Flag 2 284.84 569.68 `008 Unit Monobloc Chair, White 20 380.00 7,600.00 `009 Unit Electric Fan, Orbit 1 1,222.00 1,222.00 `010 Bot Glue 5 70.72 353.60 `011 Box Staple Wire No. 35 25 23.76 594.00 `012 Roll Tape, Masking, 24mm 30 61.88 1,856.40 `013 Box Fastener, Vinyl 12 94.64 1,135.68 `014 Pack Folder With Tab, Legal White 5 333.26 1,666.30 `015 Piece Marker, Permanent, Black 30 12.00 360.00 `016 Pair Scissors, Heavy Duty 4 69.67 278.68 `017 Piece Stapler, Heavy Duty 3 145.60 436.80 `018 Pad Notepad Stick On 3" X 3" 10 52.00 520.00 `019 Ream Paper Multicopy A4 100 165.65 16,565.00 `020 Ream Paper Multicopy Legal 5 189.18 945.90 `021 Piece Sprinklers 4 950.00 3,800.00 `022 Piece Pick Mattock 5 900.00 4,500.00 `023 Piece Bolo 10 450.00 4,500.00 `024 Piece Crowbar 5 1,450.00 7,250.00 `025 Piece Shovel 5 350.00 1,750.00 `026 Piece Sundang 2 490.00 980.00 `027 Piece Hammer 1 550.00 550.00 `028 Piece Cross Cut Saw 1 850.00 850.00 `029 Piece Pull Push Rule 1 500.00 500.00 `030 Piece Level Bar 1 650.00 650.00 `031 Set Screw Driver 1 550.00 550.00 `032 Piece Jig Saw 1 1,600.00 1,600.00 `033 Piece Sander 1 2,500.00 2,500.00 `034 Piece Drill 1 5,200.00 5,200.00 `035 Piece Grinder 1 4,500.00 4,500.00 `036 Piece Circular Saw 1 4,000.00 4,000.00 `037 Piece Handheld Steamers Iron 1 1,500.00 1,500.00 `038 Meter Table Cloth (satin Red) 30 35.00 1,050.00 `039 Meter Table Cloth (white Alphagina) 15 30.00 450.00 `040 Box Pins 10 25.00 250.00 `041 Piece Dinner Plate, Plain White 6 450.00 2,700.00 `042 Piece Saucers, Plain White 6 250.00 1,500.00 `043 Piece Spoon 6 150.00 900.00 `044 Piece Fork 6 150.00 900.00 `045 Piece Wine Glass, Red Wine 3 350.00 1,050.00 `046 Piece Wine Glass, White Wine 3 350.00 1,050.00 `047 Piece Goblet 3 350.00 1,050.00 `048 Meter Table Napkins/ Cloth 2 150.00 300.00 `049 Set Stove 1 4,500.00 4,500.00 `050 Piece Plain White Dinner Plate 6 600.00 3,600.00 `051 Piece Dinner Spoon (stainless) 6 150.00 900.00 `052 Piece Dinner Fork 6 150.00 900.00 `053 Piece White Saucer Plate 6 290.00 1,740.00 `054 Set Knives 1 330.00 330.00 `055 Piece Plastic Cutting Board 2 85.00 170.00 `056 Piece Wooden Cutting Board 2 85.00 170.00 `057 Piece Bacin, Stainless 4 110.00 440.00 `058 Piece Laddle 4 80.00 320.00 `059 Piece Peelers 4 50.00 200.00 `060 Set Colander 2 140.00 280.00 `061 Piece Pot 2 600.00 1,200.00 `062 Piece Frying Pan 2 330.00 660.00 `063 Piece Tong 1 100.00 100.00 `064 Piece Grater 1 105.00 105.00 `065 Piece Wire Whisk 2 120.00 240.00 `066 Piece Salad Server 1 540.00 540.00 `067 Set Serving Trays (rectangular) 4 250.00 1,000.00 `068 Piece Bread Knife 1 104.00 104.00 `069 Piece Strainer 1 80.00 80.00 `070 Piece Mixing Bowl 1 130.00 130.00 `071 Piece Placemat 6 45.00 270.00 `072 Unit Hair Blower 1 900.00 900.00 `073 Unit Hair Iron 1 1,350.00 1,350.00 `074 Piece Clippers 1 900.00 900.00 `075 Set Sectioning Clips 1 1,440.00 1,440.00 `076 Piece Wide Toothed Comb 1 105.00 105.00 `077 Piece Tail Comb 1 35.00 35.00 `078 Set Barber Comb 1 74.00 74.00 `079 Piece Paddle Brush 1 125.00 125.00 `080 Piece Round Brush 1 204.00 204.00 `081 Piece Water Bottle 1 42.00 42.00 `082 Piece Blending Shears 1 200.00 200.00 `083 Piece Hair Cutting Shears 1 185.00 185.00 `084 Piece Texturizing Shears 1 250.00 250.00 `085 Set Razors 1 540.00 540.00 `086 Piece Cape 1 120.00 120.00 `087 Bottle Hot Oil 1 160.00 160.00 `088 Bottle Hair Bleach 1 140.00 140.00 `089 Pack Oxidiizing Cream 1 160.00 160.00 `090 Bottle Hair Color 1 50.00 50.00 `091 Set Brazilian Hair Botox 1 550.00 550.00 `092 Set Rubber Gloves 1 60.00 60.00 `093 Box Shower Cap 1 100.00 100.00 `094 Piece Application Brush/comb 1 30.00 30.00 `095 Piece Soldering Iron 4 155.00 620.00 `096 Piece Wire Stripper 4 155.00 620.00 `097 Piece Long Nose Pliers 4 85.00 340.00 `098 Piece Side Cutting Pliers 4 85.00 340.00 `099 Set Allen Wrench 4 185.00 740.00 `100 Piece Philips Head Screw Driver 4 90.00 360.00 `101 Piece Flat Head Screw Driver 4 90.00 360.00 `102 Piece Multi Tester 4 210.00 840.00 `103 Piece Organizer Box 1 350.00 350.00 `104 Piece Tweezers 4 105.00 420.00 `105 Packs Double-sided Photo Paper, A4 50 170.00 8,500.00 `106 Bottle Epson 003 Ink, Assorted Colors 20 320.00 6,400.00 `107 Packs Pvc Board, A4 2 800.00 1,600.00 `108 Piece Duct Tape 1 1/2 6 85.00 510.00 `109 Unit Gun Tucker 1 850.00 850.00 `110 Box Tumb Tacks 17 17.00 289.00 `111 Packs Pins 17 15.00 255.00 `112 Piece Floral Foam 13 50.00 650.00 `113 Piece Stick Glue, Small 28 5.00 140.00 `114 Bottle Spray Paint/gold/silver 10 140.00 1,400.00 `115 Meters Ribbon Cloth (red, Yellow, Green) 3 260.00 780.00 `116 Packs Notarial Seal 4 80.00 320.00 `117 Meters Ribbons (red, Yellow, Green) 3 260.00 780.00 `118 Packs Vellum Board, A4 20 40.00 800.00 `119 Piece Certificate Holder, A4 150 60.00 9,000.00 `120 Piece Medals (gold, Silver, Bronze) 122 50.00 6,100.00 `121 Packs Vellum Board, Legal 20 65.00 1,300.00 `122 Liter Gasoline (unleaded) 30 58.00 1,740.00 `123 Bottle 4t Oil (500ml) 1 344.00 344.00 `124 Bottle Betadine 60ml 10 85.00 850.00 `125 Box Band Aid 5 169.00 845.00 `126 Roll Plaster Tape 5 40.00 200.00 `127 Pads Gauze 2 27.50 55.00 `128 Piece Cotton 10 26.25 262.50 `129 Piece Biogesic 51 4.75 242.25 `130 Box Paracetamol 7 137.00 959.00 `131 Piece Neozep 50 8.00 400.00 `132 Bottle Efficascent Oil, 100 Ml 15 70.00 1,050.00 `133 Piece Sanitary Pads, With Wings 20 26.00 520.00 `134 Botlle Epson 003 Ink, Assorted Colors 40 320.00 12,800.00 `135 Botlle Epson 664 Ink, Assorted Colors 40 330.00 13,200.00 `136 Unit Laptop 1 37,000.00 37,000.00 Abc: 242,206.71 Note: To Be Delivered At Tambis Nhs, Barobo, Surigao Del Sur
Closing Date24 Feb 2025
Tender AmountPHP 242.2 K (USD 4.1 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Environmental Service
United States
Details: Page 3 Of 3
this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 334512 Automatic Environmental Control Manufacturing For Residential, Commercial, And Appliance Use Psc 6350/j042 Naic Size Standard Of () Employees For The Washington Dc Vamc.
responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Sam, Or Gsa Ebuy.
requested Information
if You Are Interested And Capable, And Can Provide The Required Service/product, Please Provide Completed Information For Questions 1-17 As Indicated Below:
responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Product Brochures, Place Of Manufacturer, Naic/psc Codes, Sam Uei Number, And Business Size:
is This Service/product Open Market Pricing? Yes/no
is Open Market Priced Online? Yes/no
provide Vendor S Business Size Status And Representations Naic And Psc Code?
does Vendor Have Capability, Product, And Interest For Brand Name Careview Tele Sitter End Item Product Requirement? Yes/no
does Vendor Have Capability, Product, And Interest Of An Equal End Item Product? Yes/ No
if Equal Product End Item; Provide Equal Product Name/model/ Product Brochure/ Specification Sheet/warranty/life Expectancy/maintenance Requirements Information.
where Is Brand Name End Item Product Place Of Manufacturer?
where Is Equal End Item Product Place Of Manufacturer?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of An Equal Domestic End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Brand Name A Domestic End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Brand Name End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Equal End Item Product?
provide A Copy Authorized Distributor Letter If Vendor Is Not The Manufacturer.
is Software Offered Fedramp, Va Trm, Va Saas, And Fip Certified/approved?
does Vendor Have Mou To Install Software And Provide Software Name.
sow
general Information
tech Requirement
offer Privacy Mode To Ensure Compliance With Hippa Regulations.
meet Va Trm, Va Saas, And Fedramp Requirements.
meet Va Security Policy And Hipaa Compliance.
hospital-grade Infrared Light Solution To Permit Low Light Visibility.
allows Continuous Audio And Visual Patient Monitoring With Two-way Audio Capabilities As Well As Prerecorded One-way Audio Messages Available In Multiple Languages To Allow For False Alarms/immediate/early Patient Verbal Response With Provider.
no Remote Retention Of Images Or Video Feeds Storage.
allow Real Time Viewing Only.
must Include A Monitoring Platform And Analytics Dashboard That Documents Patient Risk Events.
monitoring Platform To Alert Monitor Of A Potential Patient Movement, Fall, Patient Elopement, Patient Self-harm, Staff Injury,
capable Of Monitoring Up To 40 Patients At Once.
24/7 Support Based In The United States.
mobile Cameras With Both Wireless And Wired Connections With 2-way Audio And 2-way Video., Lcd Monitor For 2-way Video, Hdmi Ports And Usb Ports.
wireless Connections Must Be At Least Fips 140-2 Certified.
both Mobile And Hardwired Cameras Must Have Fips Certification Number.
hardwired Cameras Must Be Capable Of Wireless And Wired Connections With Built In Rfid For Camera Tracking And Room Identification, 2-way Audio And 1-way Video Capabilities.
camera Requires (360 Degrees Pan), Tilt And Zoom Views (allow For Full Room And Close Up Viewing) To Meet Va Requirements For Patient Safety Includes (all Screws Must Be Tamper Resistance, No Exposed Cords).
remote Viewing Station Must Include All Required Hardware And Accessories.
software Should Have Manual Detection Rfis/ Gps Parameter Options For Room Bed And Chairs.
have Real Time Ability To View Only Monitor Video Feeds Remotely For Event Notification With Logged Encounters Through Notes. Ability To Communicate In Multiple Languages Via 1-way Prerecorded Messages. End User Ability To Redirect Veterans With Built In 2-way Audio. Must Integrate With Programmable 2-way Medical Communication Devices To Notify Clinical Staff Of Fall Risks.
monitor Feed Video Reports Sort Video Feeds In Interface By Sitter Classification And Camera Status, Specify Region Of Interest To Zoom In While Maintaining Full Visibility Of Room.
solution To Visually And Verbally Monitor Denote When Physical Sitters Are In Use, Conduct 2-way Telehealth Consultations Between Provider/clinician And Veteran. Able To Visually Monitor And Communicate Via 2-way Audio And Video.
solution To Meet Standard Reports For Real-time Analytic Dashboard: Clinical Performance, Outcome Summary, Utilization, Shifts, Bed Event History, Patient Event History And User Performance.
software Must Integrated With Existing Va Software Vocera, Getwell, Electronic Health Record, Active Directory
no In-room Alarms.
must Be Able To Install 15 Hardwired And 8 Mobile Camera And All Accessories By Required Pop.
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 2/4/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
end Of Notice
Closing Date4 Feb 2025
Tender AmountRefer Documents
6801-6810 of 6871 archived Tenders