Chair Tenders
Chair Tenders
National Academy Of Science And Technology Tender
Textile, Apparel and Footwear
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Supply And Delivery Of Customized Travel Organizer Specifications: Material: Oxford Cloth, Double-sided Twill, Waterproof Shape: Cube Color: Navy Blue/dark Blue Color Of The Zipper: Orange Quantity: 100 Sets Design, Dost And Nast Logo Will Be Provided By The Procuring Entity (pe) One Set Consists Of: 1. Underwear Bag With Handle And 2 Zippers Size: 28 X 20 X 11 Cm No Mesh With Printed Logo On One Side (in Front) 2. Small Clothes Bag With Handle And 2 Zippers Size: 30 X 22.5 X 12 Cm With Mesh With Printed Logo On One Side (at The Back) 3. Medium Clothes Bag With Handle And 2 Zippers Size: 32 X 25 X 11 Cm With Mesh With Two Elastic Straps With Buckle With Printed Logo On One Side (at The Back) Abc: Php 69,400.00 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On February 12, 2025 At 12:00 P.m. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. Sample Design List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Tax Clearance Certificate 6. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On N
Closing Date12 Feb 2025
Tender AmountPHP 69.4 K (USD 1.1 K)
Department Of Health Regional Office Ii Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-103 Location Of The Project – Tuguegarao City Request For Quotation Date:02/14/25 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am February 18, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost "board And Lodging Meal And Snack Day 0" Pax 6 2,250.00 "dinner -pork Liempo, Tinolang Manok, Stir-fried Vegetable, Rice, Soup, Drinks" Pax 6 4,500.00 Accomodation Day 1 Pax 6 1,200.00 Breakfast -pork Tocino, Hotdog, Scramble Egg, -fried Rice,coffee Pax 120 18,000.00 Am Snack -pancit Batil Patong And Canned Juice Pax 120 45,000.00 Lunch Pork Barbeque, Pinakbet, Beef Nilaga Steamed Rice And Macaroni Salad Pax 120 18,000.00 Pm Snacks -special Siopao And Canned Juice Pax 108 40,500.00 Dinner -bola Bola, Fried Fish, Mongo With Malunggay, Steamed Rice And Fruit In Season Pax 108 81,000.00 Accomodation Day 2 Pax 108 21,600.00 Breakfast -steamed Rice, Pork Tocino, Red Egg With Tomato, Banana Cake And Coffee/hot Choco Pax 120 18,000.00 Am Snacks -palabok And Canned Juice Pax 120 45,000.00 Lunch -butter Chicken,sarsyadong Tilapia, Chopsuey, Corn Soup, Steamed Rice, Banana Pax 120 18,000.00 Pm Snacks -hamburger With Cucumber And Tomatoes And Canned Juice Dinner Pax 108 40,500.00 -chicken Tinola, Embutido, Steamed Rice And Fruit In Season Pax 108 81,000.00 Accomodation Day 3 Pax 108 21,600.00 Breakfast -steamed Rice, Tortang Talong,beef Tapa, Muffin And Coffee/hot Choco Pax 120 18,000.00 Am Snacks -chicken Sandwich And Canned Juice Pax 120 45,000.00 Lunch -breaded Porkchop, Bird's Nest Soup,stir Fried Veggies,paksiw Na Tilapia,steamed Rice And Fruid Salad Pax 120 18,000.00 Pm Snacks -clubhouse Sandwich And Canned Juice Terms And Conditions: Please See Attached Term And Conditions. To Be Served During The Conduct Of Mid-term Assessment Activity For Deployed School Nurses On February 26-28,2025 In Tuguegarao City, Cagayan "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: On The Date Indicated And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-02-0442 Page 1 Of 1 /kevin
Closing Date18 Feb 2025
Tender AmountPHP 537.1 K (USD 9.2 K)
Department Of Education Schools Division Of Bacoor City Tender
Education And Training Services
Philippines
Details: Description February 18, 2025 Request For Quotation No. 2025-0008 Please Quote Your Lowest Price On The Items/package Listed Below, Subject To The General Conditions. Submission Of Quotation And Eligibility Documents Is On February 25, 2025 Before 10:00 A.m To Bac Secretariat, City Schools Division Of Bacoor, Bgc Bayanan, Bacoor City, Cavite Or Via Email At Bacoor.city@deped.gov.ph. If Sent Via Electronic Mail, The Digital Copy Of Documentary Requirements Shall Be Sent In A Scanned And Clear Pdf File And If Hard Copies Are To Be Submitted, Please Put All Documentary Requirements In A Properly Sealed And Properly Labeled Envelope Addressed To The Bac Chair. Name Of Project Purchase Of Ict Supplies For Pisa Familiarization Mode Of Procurement Small Value Procurement Approved Budget For The Contract Ninety-nine Thousand Nine Hundred Sixty Pesos Only (p99,960.00) Specifications See Attached Price Quotations And Technical Specification Location Deped-sdo Bacoor City General Conditions: 1. Total Quotation Amount In Excess Of The Approved Budget For The Contract Shall Be Automatically Rejected. 2. Incomplete Quotation Shall Not Be Accepted. 3. Late Submission Of Quotations Shall Not Be Accepted. 4. Delivery Period Within Thirty (30) Calendar Days Upon Signing Of Purchase Order. 5. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials, One (1) Year For Equipment, From The Date Of Acceptance By The Procuring Entity. 6. Payment Shall Be Made Promptly, But In No Case Later Than Thirty (30) Calendar Days Through Land Bank Of The Philippines’ Lddap-ada/bank Transfer Facility After Submission Of Billing Statement/invoice And Upon Fulfillment Of Other Obligations As Stipulated In The Contract As Well As Upon Inspection Of The Goods By The End User. 7. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. 8. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days. 9. Quoted Prices Are Inclusive Of Tax; Government Taxation Applies. 10. Bidders Must Submit Current And Valid Documentary Legal Requirements Upon Submission Of Quotation: A. Latest Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Supplier Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. B. Business/income Tax Return C. Certificate Of Philgeps Registration Number. D. Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder/supplier. (for Abcs Above Php50,000.00, To Be Submitted Upon Signing Of Purchase Order/contract). 11. Award Of Contract Shall Be Made In Favor Of The Supplier With Lowest And Responsive Quotation Which Is Reasonable For Good Value (in Terms Of Quality) In Compliance With The Price Quotation Form (“annex A”), Minimum Description As Stated In “annex B”, And With The Above Terms And Conditions. 12. Any Interlineations, Erasures Or Overwriting In Any Part Of The Submitted Documents Shall Be Valid Only If Signed Or Initialed By The Supplier/bidder Or Duly Authorized Representative. For Further Information, Please Refer To: City Schools Division Of Bacoor Bacoor Government Center, Bacoor Blvd. Brgy. Bayanan, City Of Bacoor, Cavite Email Address: Bacoor.city@deped.gov.ph Telephone No. (046) 435-6100 Adolfo F. Atillano, Jr. Bac Secretariat City Schools Division Of Bacoor Bgc Bayanan, Bacoor City, Cavite Email Address: Jhunatillano@gmail.com Contact No. 09162618289 Lualhati O. Cadavedo Bac Chairperson Annex A Price Quotation Form Date: ______________________ Bac Chairperson City Schools Division Of Bacoor Bgc Bayanan, Bacoor City, Cavite Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is The Quotation For The Item/s As Follows: Item No. Item Description Qty Unit Quote/bid Amount Total Bid Amount 1 1000mbps Ethernet Adapter, Usb 3.0 To Rj45 Network Card 45 Pc 2 24-port Gigabit Rackmount Switch 2 Pc 3 Cat6e Network Cable 305m (1000ft.) 23awg 3 Roll 4 Flatcord 100m. 1 Roll Extension Wire #16 4 Roll 5 Universal Power Socket 5holes Dual Usb Charger Socket Universal Wall Socket 46 Pc 6 Electrical Tape Evat 19mm X 16mm X 0.155mm 10 Pc 7 Heavy Duty Extension Outlet Rubber Plug Adapter Pull Chain 46 Pc 8 Wall Mounted Cabinet 12u Data Cabinet 1 Pc 9 Rj45 Pass Through Connector (100pcs) 4 Pc 10 Pro Lcd 900w-1500va Ups-6 Socket 2 Pc 11 2x Click Optical Wired Usb Mouse With Mouse Pad 45 Pc 12 Omada Gigabi Multi-wan Router V2 2 Pc 13 Dual Band Gigabit Router Wifi 6 2 Pc 14 650va Ups, 220vac, 455watts 4 Pc Xxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxx Grand Contract Amount: _________ (amount In Word) _____________________________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ________________________________ Name And Signature Of Supplier/bidder ________________________________ Name Of Company Address_____________________________ ________________________________ Contact No. Annex B Technical Specifications Bidders Must State Here Either “comply’ Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification” Item Specification Statement Of Compliance 1 1000mbps Ethernet Adapter, Usb 3.0 To Rj45 Network Card 2 24-port Gigabit Rackmount Switch 3 Cat6e Network Cable 305m (1000ft.) 23awg 4 Flatcord 100m. 1 Roll Extension Wire #16 5 Universal Power Socket 5holes Dual Usb Charger Socket Universal Wall Socket 6 Electrical Tape Evat 19mm X 16mm X 0.155mm 7 Heavy Duty Extension Outlet Rubber Plug Adapter Pull Chain 8 Wall Mounted Cabinet 12u Data Cabinet 9 Rj45 Pass Through Connector (100pcs) 10 Pro Lcd 900w-1500va Ups-6 Socket 11 2x Click Optical Wired Usb Mouse With Mouse Pad 12 Omada Gigabi Multi-wan Router V2 13 Dual Band Gigabit Router Wifi 6 14 650va Ups, 220vac, 455watts Xxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxx I Hereby Certify And Agree To Comply With And Deliver All The Above Requirements. ______________________________________________ (name Of Company/supplier/bidder’s Representative) ___________________________________________ (signature Over Printed Name Of The Representative) __________________________ (date)
Closing Soon25 Feb 2025
Tender AmountPHP 99.9 K (USD 1.7 K)
Municipality Of Kauswagan, Lanao Del Norte Tender
Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Details: Description Qty Unit Item Description 64 Units Ipc-hfw2449m-as-led-b-s2 4-mp ½.9” Cmos Image Sensor, Low Luminance And High Definition Image Output Max 4 Mp (2688x1520) @20 Fps And Supports (2560x1440)@25/30 Fps H.265 Codec, High Compression Rate, Ultra-low Bit Rate Built In Warm Light And The Max Illumination Distance Is 50m Roi, Smart H.264+h.265+, Flexible Coding, Applicable To Various Bandwith And Storage Environment Rotation Mode, Wdr, 3d Nr, Hlc, Blc, Digital Watermarking, Applicable To Various Monitoring Scenes Intelligent Monitoring: Intrusion, Tripwire (the Two Functions Support The Classification And Accurate Detection Of Vehicle And Human) Abnormality Detection: Motion Detection, Video Tampering, Audio Detection, No Sd Card, Sd Card Full, Sd Card Error, Network Disconnection, Ip Conflict, Illegal Access And Voltage Detection Alarm: 2 In, 2 Out, Audio: 1 In, 1 Out Support Max 256 G Micro Sd Card, Built In Mic 2 Units Ip Ptz 360 25x Zoom 6 Units 10tb Hdd Fro Surveillance 8 Units Pfs3206 4-port Poe Switch (unmanaged) Two-layer Unmanaged Poe Switch Cascade Can Be Realized Via Sfp Fiber Port Mac Auto Study And Aging, Amc Address List Capacity Is 8k Support Ieee802.3af, Ieee802.3at,hi-poe Standard Conform Ieee802.3, Ieee802.3u, Ieee802.3ab 6 Units 6port Poe 3006 12 Units Poe Extender Outdoor 1x2 2,400 Meters Cat6 Utp Outdoor Pure Copper 1 Lot Fiber Fig.8 With Msgr, Outdoor (various Area) 1 Lot Fiber Cable 1core Outdoor With Msgr 1 Lot Fiber Splicing 16 Pcs Sfp Module Fiber 4 Units Access Point Antenna For P2p In Remote Area 48 Pcs Fiber Patchcord/pigtail 16 Pcs Fiber Box Small 500 Pcs Fiber Pole E Clip Metal/plastic 6 Units Ups 650va 2 Pcs Hdmi Cable 4k 2 Pcs Ptz Utility Box 2 Pcs Ptz Bracket 64 Pcs Aluminum Camera Utility Box 64 Pcs Aluminum Camera Bracket 1 Pc P2p Tower Antenna To Interior School With Long Range Base Station And Receiver 25 Pcs Pole Clamp 10 Pcs Pole Camera Bracket 1 Pc Network Consumable 1 Lot Electrical 1 Lot Command Center Back Up Power Inverter, 48vdc, 12v 200ah Gel Battery, Automatic Transfer Switch, 10mm Thhn, Ac Breaker, Ac Spd, Metal Enclosure 1 Lot Command Center Computer Table And Chair For 6 Monitors 6 Units Pole Box Outdoor Water Proof Large 1 Lot Led Wall Maintenance Cabling 1 Lot Led Wall Panel Maintenance/software Command Center Videowall Components And Software Programming 1 Unit Server Dss Pro With 128 Cameras License, Dss Pro Comprehensive And Expandable Vms, Flexible And Scalable, Reliable And Powerful Central Management System With Client-server Architechture, 1 Unit Nvd0905dh-41-4k Ultra Hd Network Video Recorder Designed For Standalone Operator Viewers H.265+h.265/h.264/mjpeg/mpeg4/mpeg2 Video Decoding Ultr High Decoding Ability Up To 12mp 2ch Hdmi And 2ch Dvi-i Input, 9ch Hdmi Output Support 1/4/9/16 Display Split Support Audio, Alarm, Bi-directional Talk, Rs485 Splicing Screens Control For Zoom/merge/roam/overlay 3 Units Professional Nvr 64 Channel 2u 4k&h.265 Pro Network Video Recorder Smart H.265+/h.265/smart H.264/mjpeg Max 320mbps Incoming Bandwith Supports Raid 0/1/5/10 Up To 12mp Resolution For Preview And Playback 2hdmi/2vga Simultaneous Video Output 9 Units Ls550ucm-ef 55” Fhd Video Wall Display Unit (ultra Narrow Bezel 3.5mm) Industrial Level Ads Lcd Panel, Suitable For Continuous 24h/7 Operation Ultra-narrow 3.5mm Bezel-to-bezel Design Anti-glare Panel, Vivid And Memorable Image Quality Factory Calibration Technology For High Color Uniformity Built-in 3d Noise Reduction System And Picture Splicing Function Abundant Interfaces Hdmi, Dvi,vga, Bnc, Usb Supporting Remote Control By Computer Professional Thermal Design To Extend Device Lifespan Built-in Power, Low Energy Consumption, Ultra Quiet Modular Structure Design, Multiple Installation Modes Widely Used In Durveillance Center, Command Center, Meeting Room, Commercial Display Scenes, Etc. 9 Pcs 15m 4k Hdmi Cables 1 Assembly Fabricated Wall Frame Support 9 Pcs Tvw02-48f Multi-screen Video Wall Mount For 37”-70” 2 Assembly Vms Client Pc (with Dss Client Software Program) Intel I5 12th Gen + Compatible Motherboard 16gb Ram Ddr4 Dimm 256gb Ssd + 500gb Hdd True Rated 650w Psu Atx/matx Tempered Chassis Rtx3050 Gpu (4 Display Output) Mouse And Keyboard Combo 6 Pcs 22” Fhd Led Monitor 2 Pcs Triple Monitor Articulating Mount For 13”-27” (tv12-c034n) 1 Lot Consumables And Other Cables (gypsum Screw, Plastic Tox, Printed Tagging, Electrical Tape, Masking Tape, Cable Tie, Tie Wire, Assorted Connectors, Velcro Tape And Etc.) 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipments/ 1 Year Maintenance/equipment And Tools And Installation Of Video Wall Cable Setting, Including Software Program Of Camera Mapping
Closing Date3 Jan 2025
Tender AmountPHP 27 Million (USD 465.9 K)
National Academy Of Science And Technology Tender
Food Products
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Catering Services For The Scs Orientation And Mentoring: “be A Career Scientist!” For Dost-asti Research Personnel Requirements: I. Event Date: February 18, 2025 Ii. Time: 9:00 Am – 5:00 Pm Iii. Location: Asti Training Room, Dost Asti, Up Technology Park Complex, C.p. Garcia Avenue, Diliman, Quezon City Iv. Meal Requirements: A. Am & Pm Snacks And Managed Buffet Lunch For 65 Persons I. For Am & Pm Snack: Plated Sandwich/pastries/bread/ Noodles/pasta, Served With Juice/any Flavored Drinks Ii. For Managed Buffet Lunch: 4 Viands (either Pork/beef/chicken/fish/seafood), With Salad/appetizer, Vegetable, Noodles/pasta, Soup, And Dessert (option For Muslim And Vegetarian), Served With Juice/ Any Flavored Drinks B. Free Flowing Of Water, Tea, And Coffee Other Requirements: 1. Uniformed Waiters 2. Served Am And Pm Snack 3. Buffet Setup For Lunch 4. Complete Utensils And Dinnerware Note: Menu Choices Should Be Provided Upon Submission Of The Quotation. Abc: P110,500.00 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 31, 2025 At 12:00 Nn. 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
Closing Date31 Jan 2025
Tender AmountPHP 110.5 K (USD 1.8 K)
National Academy Of Science And Technology Tender
Textile, Apparel and Footwear
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Supply And Delivery Of Customized Waterproof Reversible Bucket Hat With Adjustable Elastic Drawstring Specifications: Material: Brushed Twill, Cotton, 220 Gsm Process: Direct Embroidery Sizes: Adult Sizes Design, Text And Logo: To Be Provided By Nast Logo Size: 2"h X 7"w Color: Green And Cream Combinations Others: 1) With Adjustable Windproof Drawstring A) Drawstring Cord Size: 1/4" Wide And 42" Long 2) With Individual Plastic Packaging Quantity: 300 Pcs Abc: P126,600.00 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On February 12, 2025 At 12:00 P.m. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. Sample Design Note: For Sample Purposes Only. Please Follow The Specifications Provided. Thank You. Outside Color And Design Inside Color And Design Color: Green (0f3333) Color: Cream (c5b1a1) List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Tax Clearance Certificate 6. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date12 Feb 2025
Tender AmountPHP 126.6 K (USD 2.1 K)
Island Garden City Of Samal, Davao Del Norte Tender
Machinery and Tools
Philippines
Details: Description Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 1 40 Bot 70% Isopropyl Alcohol 500ml 3,419.20 2 13 Bottle Air Freshener, 500 Ml 3,900.00 3 41 Can Air Freshener, Aerosol Type 4,298.03 4 77 Bottle Alcohol With Pump, 70% Solution, 1000ml 23,100.00 5 52 Gallon Alcohol, Ethyl, 1 Gallon 22,282.52 6 118 Bottle Alcohol, Ethyl, 500ml 7,875.32 7 100 Pc Bathsoap 25grams 2,500.00 8 17 Pack Battery, Dry Cell, Aaa 403.07 9 17 Pack Battery, Dry Cell, Size Aa 445.57 10 15 Galoon Bleaching Liquid, 1000ml 4,500.00 11 3 Bottle Bleaching Liquid, 500ml 450.00 12 21 Piece Broom (walis Tambo) 3,223.50 13 23 Piece Broom (walis Ting-ting) 660.10 14 2 Pieces Bucket (large) 580.00 15 4 Piece Certificate Frames, A4 1,600.00 16 75 Piece Certificate Holder, A4 Size 7,500.00 17 34 Bottle Cleaner, Toilet And Urinal 1,697.28 18 3 Can Cleanser, Scouring Powder 86.10 19 12 Unit Computer Mouse, Wireless 2,331.60 20 3 Piece Dater Stamp 1,565.82 21 40 Piece Detergent Bar, 140g 448.40 22 84 Pouch Detergent Powder, All Purpose, 500gms. 6,720.00 23 28 Bottle Dishwashing Liquid, 500 Ml 1,960.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 24 10 Bottle Dishwashing Liquid, 500 Ml 1,500.00 25 11 Jar Dishwashing Paste 200grams 550.00 26 51 Jar Dishwashing Paste, 400 Grams 3,570.00 27 41 Piece Dishwashing Sponge 1,025.00 28 15 Piece Dishwshing Paste, 250 Grams 1,500.00 29 10 Can Disinfectant Spray, Aerosol, 400g (min) 1,678.70 30 5 Bottle Disinfectant Spray, Antibacterial 400gm 1,750.00 31 7 Piece Document Rack 3 Layers (stainless Metal Made) 5,950.00 32 14 Piece Dust Pan 786.24 33 37 Bottle Fabric Conditioner, 1 Liter 5,550.00 34 10 Piece Feather Duster 600.00 35 4 Pc Feather Duster 908.00 36 30 Piece Filing Box With Cover, Size 11"x15 5/8"x11 (wxlxh) 18,000.00 37 5 Piece Floor Mop , Heavy Duty 3,000.00 38 7 Piece Floor Rug, 40 X 60, Heavy Duty 1,260.00 39 2 Bottle Furniture Cleaner Aerosol 400.00 40 6 Piece Garbage Bin 120l Multi Classification Trash Can 3,000.00 41 23 Roll Garbage Black Bag, Mediumsized, 10's/roll 2,300.00 42 2 Bottle Glass Cleaner, 1000ml 600.00 43 1 Bottle Glass Cleaner, 500ml 180.00 44 15 Bottle Hand Sanitizer, 500ml 1,531.50 45 21 Piece Hand Towel, Size At Least 16" X 28" To 18" X 30" 630.00 46 19 Bottle Handsoap Liquid Antibacterial, 250ml 3,610.00 47 11 Bottle Handsoap Liquid Antibacterial, 500ml 2,200.00 48 4 Bottle Insecticde Spray 1,200.00 49 30 Piece Monobloc Chair, White 12,280.20 50 1 Piece Monobloc Table, White 1,618.66 51 4 Unit Mop Bucket, Heavy Duty, Hard Plastic 10,982.40 52 9 Piece Mop Handle, Heavy Duty 1,470.51 53 14 Piece Mop Head, Made Of Rayon 1,915.90 54 1 Piece Mophandle, Screw Type, Wooden Handle 500.00 55 2 Unit Mouse , Optical Usb Connectiontype 800.00 56 2 Gallon Muriatic Acid, 1 Gallon 600.00 57 3 Piece Paper Tray With 3 Layers, Metal 2,100.00 58 3 Piece Philippine National Flag 1,025.43 59 2 Bundle Plastic Ring Binder, 50mm X 1.12 (2"x44"), 10pcs Per Bundle 610.00 60 1 Box Pvc Cover, 300 Microns, Long Size, Clear, 100's/box 850.00 61 11 Bundle Rags 916.96 62 3 Pack Scouring Pad 308.28 63 2 Pieces Silhig Lanot 164.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 64 7 Kilo Soap Powder 1,400.00 65 2 Pack Table Napkin 300.00 66 12 Piece Toilet Bathroom Deodorizer, 100g 1,200.00 67 4 Pc Toilet Bowl And Urinal Cleaner, 500ml 1,000.00 68 5 Bottle Toilet Bowl Cleaner, 1000 Ml 1,500.00 69 2 Set Toilet Brush With Holder, Heavy Duty 400.00 70 62 Pack Toilet Tissue, 12 Rolls/pack 9,300.00 71 1 Piece Trash Bin Swing Cover 7.85l 250.00 72 2 Piece Trash Can With Swing Cover 32 L. 1,000.00 73 45 Pack Trashbag, Large Size 3,201.30 74 6 Pack Trashbag, Xl Size 666.42 75 20 Pack Trashbag, Xxl Size 3,120.00 76 20 Piece Utility Box, 100 Liters, Black 12,000.00 77 2 Piece Wastebasket 104.84 *** Nothing Follows *** Total Approved Budget For The Contract 236,410.85
Closing Date19 Feb 2025
Tender AmountPHP 236.4 K (USD 4 K)
National Academy Of Science And Technology Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Ten (10) Months Subscription Of Cloud Computing, Collaboration, And Productivity Tools And Software Specifications: Types Of Subscription: Business Standard Number Of Users: Eighty (80) Custom Email With Domain Name (nast.dost.gov.ph) Cloud Based Collaboration And Productivity Tools And Software The Collaboration And Productivity Tools And Software Includes: 1) Web-based Email Service 2) File Storage And Synchronization Service (up To 2tb Disk Space) 3) Video Conferencing Application 4) Online Calendar 5) Survey Application 6) Productivity Applications 7) Communication Software Other Requirements: Twenty-four/seven (24/7) Technical Support (initial Setup, Licensing, Basic Administration) Provide Services For The Data Migration And Renewal Of Existing Account (customer Account Id Will Be Provided) Technical Training: 2 It Admin Only Provision Of Additional Users Supplier Must Be Authorized Supplier/reseller Billing Cycle: One-time Payment Upon Delivery And Activation Activation Date: February 19, 2025 Abc: Php780,063.36 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 20, 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]
Closing Date20 Jan 2025
Tender AmountPHP 780 K (USD 13.3 K)
National Academy Of Science And Technology Tender
Others
Philippines
Details: Description Please Quote Your Lowest Price On The Item/s Listed Below: Training Services For The Development And Conduct Of Nast Capacity Development Program On Policy Analysis And Formulation Requirements: I. Scope Of Work 1. Conduct Of A Capacity Development Program With Face-to-face And Asynchronous Learning Modality For A Maximum Of 30 Participants 2. Pre-activity Assessment Tests For All Participants 3. Development And Compilation Of Learning Modules And Presentations 4. Group Assessments For Each Final Group Output 5. Certificates Of Completion To All Participants 6. Post-activity Assessment Tests For All Participants 7. Post-capacity Development Program Report Ii. Time Frame Expected Contract Duration For The Project Is A Period Of 2.5 Months Starting In Mid-january 2025 And Ending In March 2025 Iii. Minimum Qualification Of The Trainors/facilitator Detailed Terms Of Reference (tor) Can Be Requested At The Nast Secretariat. Abc: Php 493,065.00 Sealed Quotation/proposals May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 20, 2025 At 12:00 Nn. 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. Bir Certificate Of Registration In Lieu Of Dti Registration And Mayor’s Permit (latest) (for Individual Engaged Under Sec. 53.6, 53.7 And 53.9 Of The Irr Of Ra 9184) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Curriculum Vitae 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]
Closing Date20 Jan 2025
Tender AmountPHP 493 K (USD 8.4 K)
Commission On Population And Development Tender
Security and Emergency Services
Philippines
Details: Description Project Reference No. 2025-021 Name Of The Project: Provision Of Security Services For Cpd Region Vii Cy 2025 Location Of The Project: Date: February 18, 2025 Rfq No.: 02-009-2025 ______________________________________________________________________________ ______________________________________________________________________________ Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 21, 2025 Thru Email Address At Fplogisticshotline7@gmail.com Or Actual Submission Of Quotations At Cpd Vii, Banilad Cebu City Maria Lourdes A. Garillos Chair, Bids And Awards Committee Note: 1. Bidders Shall Accomplish The Request For Quotation Form Indicating The Quoted Price For Each Item As The Basis For Evaluation Of Bids 2. Additional Requirement/s May Be Requested After Determination Of Qualified And Responsive Bidders 3. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Signed Or Initialled By The Bidder. 4. Delivery Period Within (7) Calendar Days 5. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity Item No. Item & Description Qty Unit Unit Cost Total Quoted Price Provision Of Security Services For Cpd Region Vii Cy 2025 1 Lot Technical Specifications: 1) Post: Commission On Population And Development, Regional Office 7 2) Address Covered: Banilad, Cebu City 3) Period Covered: April 01, 2025 To December 31, 2025 4) Number Of Security Guards Required: Three (3) Security Guards To Render Eight (8) Hours Per Day From Mondays To Sundays, Including Holidays 5) Shifting Schedule: Shift 1: 7:00am To 3:00pm Shift 2: 3:00pm To 11:00pm Shift 3: 11:00pm To 7:00am 6) Security Guard Qualifications And Requirements: Must Be Physically And Mentally Fit, Properly Trained, With Agency Issued Service Firearms And Ammunitions, With Valid Security License, 201 File And Shall Observe Wearing Of Proper Uniform With Complete Paraphernalia. And Most, Shall Abide And Impose Security Measures Being Set By Cpd Vii 7) Participating Supplier/s Must Submit Photocopy Of The Following: A. Certificate Of Registration From Sec/dti/cda B. Mayor's/business Permit C. Pnp License To Operate D. Certificate Of Philgeps Registration E. Income Tax Return (latest) F. Omnibus Sworn Statement Computation Of Bid With Cost Distribution Per Month 9) Others: A. The Winning Supplier After A Site Visit Shall Submit A Security Plan Tailored Fit For Cpd Vii’s Security Requirement With Specific Methodologies In Executing The Plan B. Demand For Payment Of Security Services Rendered Shall Be Supported With The Following Documents: B.1. Billing Statement/statement Of Account B.2. Daily Time Records Of Security Guards B.3. Proof Of Previous Month Remittances To Sss, Philhealth And Pag-ibig Fund Please Attach Quotation With The Ff: 1. Mayor’s/business Permit 2. Philgeps Certification/registration Number (snap Shot Of Certificate) 3. Accomplished Rfq (signed By The Authorized Representative) 4. Income Tax Return (itr) 1st Page Only Note: Additional Requirement May Be Requested After Determination Of Qualified And Responsive Bidders (omnibus Sworn Statement-oss) Abc: ₱720,000.00 Total: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. __________________________________________________ Printed Name / Signature __________________________________________________ Tel. No. / Mobile No. / E-mail Address Date: ________________________ Terms And Conditions 1. All Prices Quoted Herein Are Valid. Binding And Effective At Least Within Thirty (30) Calendar Days From Date Of Quotation. 2. Awardee Shall Be Responsible For The Source(s) Of His Supplies/materials/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications Of The Award And Purchase Order. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award And Purchase Order Issued To That Awardee And For Re-awarding The Item(s) To The Alternate Awardee. 3. Awardee Shall Pick Up Purchase Order(s) Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call Or Fax Transmission Shall Constitute An Official Notice To The Awardee. Thereafter, If The Purchase Order(s) Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Delivery Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter Is Awardee Has Not Completed Delivery Within The Extended Period, He Subject Purchase Order Shall Be Cancelled And He Award For The Undelivered Balance Withdrawn From That Awardee. The Procurement Service Shall Then Purchase The Required Item(s) From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To He Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Commission On Population (popcom). All Necessary Laboratory Tests Undertaken By Popcom On The Item(s) Shall Be For The Account Of The Supplier. 6. Rejected Deliveries Shall Be Construed As Non-delivery Of Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 4 Hereof. 7. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s) / Product(s), Therefore That May Be Discovered By The Commission On Population Within Three (3) Months After Acceptance Of The Same, Shall Be Replaced By The Supplier With Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Affect. 8. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Product(s)/good(s) Purchased Shall Be Deducted For Each Day Of Delay In The Delivery Of The Product(s)/goods Ordered. 9. All Duties, Excise And Other Taxes And Revenue Charges, If Any, Shall Be For The Supplier’s Account. 10. As A Pre-condition To Payment, Importation Documents Specifically Showing The Condition And Serial Numbers Of The Imported Equipment Purchased Should Be Submitted By The Supplier To The Commission On Population. 11. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date21 Feb 2025
Tender AmountPHP 720 K (USD 12.4 K)
6891-6900 of 7115 archived Tenders