Chair Tenders
Chair Tenders
Department Of Education Division Of Surigao Del Sur Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Cagbaoto Es, Bayabas, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Btl Cleaner, Toilet Bowl And Urinal 18 44.72 804.96 2 Pouch Detergent Powder, All Purpose 18 88.40 1,591.20 3 Pack/roll Trashbag, Medium Size 9 85.00 765.00 4 Unit Fire Extinguisher, Dry Chemical 6 1,398.80 8,392.80 5 Pc Philippine National Flag 4 284.84 1,139.36 6 Pc Monobloc Chair, White 30 372.32 11,169.60 7 Unit Monobloc Table, White 2 1,348.88 2,697.76 8 Unit Electric Fan, Ceiling Mount, Orbit Type 1 1,380.08 1,380.08 9 Unit Electric Fan, Stand Type 2 1,006.72 2,013.44 10 Unit External Hard Drive 1 3,018.08 3,018.08 11 Unit Multifunction Printer 1 11,400.00 11,400.00 12 Unit Wireless Bluetooth Speaker 1 20,900.00 20,900.00 13 Unit Biometric Machine 1 9,500.00 9,500.00 14 Btl Glue 130g 16 80.00 1,280.00 15 Box Staple Wire, Standard 9 62.00 558.00 16 Box Plastic Fastener 8 52.00 416.00 17 Pc Marker, Whiteboard, Black 10 10.40 104.00 18 Box Paper Clip, Vinly/plastic Coated, 33mm 10 10.00 100.00 19 Pair Scissors, Symmetrical/asymmetrical 8 41.60 332.80 20 Pack Cartolina, Assorted Colors 8 90.00 720.00 21 Ream Paper, Multicopy A4 290 220.00 63,800.00 22 Ream Paper, Multicopy Legal 50 230.00 11,500.00 23 Btl Ink Epson Magenta 27 37.21 1,004.67 24 Btl Ink Epson Cyan 27 160.54 4,334.58 25 Btl Ink Epson Yellow 27 160.54 4,334.58 26 Btl Ink Epson Black 48 160.54 7,705.92 27 Pc Ballpen Red & Black) 18 160.55 2,889.90 28 Roll Double Sided Tape 18 95.00 1,710.00 29 Pack Photo Paper Double Sided 5 50.00 250.00 30 Pack Vellum Paper 180gsm 25 320.00 8,000.00 31 Pack Photo Paper Double Sided 5 45.00 225.00 32 Ream Pvc Cover (a4) 8 320.00 2,560.00 33 Ream Neon Paper Assorted ( A4) 9 771.29 6,941.61 34 Pc Expanded Envelope Legal (red) 2 25.00 50.00 35 Pc Expanded Envelope Legal (orange) 2 25.00 50.00 36 Pc Expanded Envelope Legal (green) 2 25.00 50.00 37 Pc Expanded Envelope Legal (violet) 2 25.00 50.00 38 Pc Expanded Envelope Legal (yellow) 2 25.00 50.00 39 Pc Expanded Envelope Legal (brown) 2 25.00 50.00 40 Pc Expanded Folder Legal (pink) 2 25.00 50.00 41 Pc Expanded Folder Legal (blue) 2 25.00 50.00 42 Pc Expanded Folder Legal (red) 2 25.00 50.00 43 Pc Expanded Folder Legal (orange) 2 25.00 50.00 44 Pc Expanded Folder Legal (green) 2 25.00 50.00 45 Pc Expanded Folder Legal (violet) 2 25.00 50.00 46 Pc Expanded Folder Legal (yellow) 2 25.00 50.00 47 Pc Certificate Holder 31 75.00 2,325.00 48 Pc Plaque 1 1,050.00 1,050.00 49 Pc Medal (deped) 80 90.00 7,200.00 50 Mtr Cloth ( Alpha Gina) White 10 55.00 550.00 51 Mtr Cloth ( Alpha Gina) Royal Blue 10 55.00 550.00 52 Mtr Cloth ( Alpha Gina) Fuchia Pink 10 55.00 550.00 53 Mtr Cloth Printed (fuschia Pink) 5 55.00 275.00 54 Mtr Cloth (ethnic Design) 2 65.00 130.00 55 Box Thumbtacks 20 12.00 240.00 56 Pad Pins 30 10.00 300.00 57 Pack Metallic Balloons (100pcs) 3 600.00 1,800.00 58 Roll Ribbon No.9 (green,yellow,bue,red) 4 200.00 800.00 59 Pc Ribbon (graduates) 31 10.00 310.00 60 Pc Ribbon (parents) 31 10.00 310.00 61 Roll Ribbon No.15 (green,yellow,bue,red) 4 200.00 800.00 62 Pc Stick Glue 30 10.00 300.00 63 Roll Tassel (yellow) 1 700.00 700.00 64 Bundle Plastic Flowers And Leaves 1 4,000.00 4,000.00 65 Unit Tp Link 1 2,500.00 2,500.00 66 Mtr Tp Wire 20 35.00 700.00 67 Tube Shuttle Cock Xp2 2 1,580.00 3,160.00 68 Pc Lpg Tank (pycegas) 1 2,000.00 2,000.00 69 Pc Medal Ordinary 30 25.00 750.00 70 Pc Ring Binder 1 Inch 30 45.00 1,350.00 71 Pc Ring Binder 2 Inch 30 75.00 2,250.00 72 Pc Ring Binder 20mm 30 25.00 750.00 73 Pc Ring Binder 10mm 30 12.00 360.00 74 Box Sign Pen (0.5) (black) 2 550.00 1,100.00 75 Ream Colored Bondpaper A4 9 240.00 2,160.00 76 Mtr Hose With Faucet 30 55.00 1,650.00 77 Box Crayon 10 75.00 750.00 78 Pc Balloon Air Pump 3 100.00 300.00 79 Pc Glue Gun 2 350.00 700.00 80 Feet Tarpaulin For Graduation (plywood Size) 1 1,711.48 1,711.48 81 Bundle Floormat 1 2,497.36 2,497.36 82 Box Biogesic Paracetamol 8 200.00 1,600.00 83 Btl Efficascent Oil 8 48.00 384.00 84 Box Loperamide 8 200.00 1,600.00 85 Pc Gauze 2x2 8 70.00 560.00 86 Pc Plaster 8 50.00 400.00 87 Box Band Aide 1 115.75 115.75 88 Box Dicycloverin 5 80.00 400.00 89 Btl Betadine 8 60.00 480.00 Abc: 246,607.93
Closing Date17 Feb 2025
Tender AmountPHP 246.6 K (USD 4.2 K)
National Academy Of Science And Technology Tender
Publishing and Printing
Corrigendum : Tender Amount Updated
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Printing Of Science Advisories, Position, And Nast Statements Specifications: 1. Science Advisory No. 2024-02 - Two Versions Of One Pandemic Quantity: 2000 Copies Size: Letter (8.5 X 11 Inches); Spread: 25.5 X 11 Inches No Of Page: 6 Paper Stock: C2s 100 Color: Full Colors (with Color Separation) Process: Offset Binding: Two (2) Folds Others: Two (2) Sides Printing File Ready 2. Science Advisory No. 2024-01 - Towards Reducing The Prevalence Of Hypertension And Cardiovascular Disease Quantity: 2000 Copies Size: Letter (8.5 X 11 Inches); Spread: 25.5 X 11 Inches No Of Page: 6 Paper Stock: C2s 100 Color: Full Colors (with Color Separation) Process: Offset Binding: Two (2) Folds Others: Two (2) Sides Printing File Ready 3. Science Advisory No. 2023-01 - On Avian Influenza (highly Pathogenic Strain) Causing Massive Economic Losses To The Poultry Industry And With Significant Potential As A Human Public Health Concern Quantity: 2000 Copies Size: Letter (8.5 X 11 Inches); Spread: 25.5 X 11 Inches No Of Page: 6 Paper Stock: C2s 100 Color: Full Colors (with Color Separation) Process: Offset Binding: Two (2) Folds Others: Two (2) Sides Printing File Ready 4. Nast Asd's Position On Court Of Appeals Moratorium On Modern Plant Breeding Products A. Quantity: 2000 Copies B. Size: Letter (8.5 X 11 Inches); Spread: 17 X 11 Inches C. No Of Page: 4 D. Paper Stock: C2s 100 E. Color: Full Colors (with Color Separation) F. Process: Offset G. Binding: Fold H. Others: Two (2) Sides Printing File Ready 5. Statement Of The Nast Executive Council And The Engineering Sciences And Technology Division On The Philippine Building Act (pba) Bills At The Senate Of The Philippines A. Quantity: 2000 Copies B. Size: Letter (8.5 X 11 Inches) C. No Of Page: 2 D. Paper Stock: C2s 100 E. Color: Full Colors (with Color Separation) F. Process: Offset G. Binding: N/a H. Others: Two (2) Sides Printing File Ready Abc: P130,333.33 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 February 21, 2024 At 11:00am. 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 Date21 Feb 2025
Tender AmountPHP 130.3 K (USD 2.2 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Procurement Of 1 Unit Hauling Vehicle Delivery Truck (closed Van) Under Organic Agriculture Program Fy 2024 Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Organic Agriculture Program Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (ᵽ 1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 1 Unit Hauling Vehicle Delivery Truck (closed Van) Under Organic Agriculture Program Fy 2024 Continuing Fund With Project Identification No.: Itb-2025-01-141. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 1 Unit Hauling Vehicle Delivery Truck (closed Van) A. Prime Mover Type: Diesel Engine Engine Displacement: 1900 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power-assisted Steering Transmission System: Constant Mesh-synchromesh (manual) No. Of Drive: Two Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Up To Six (6) Wheels Payload: 950 Kg, Minimum Gross Vehicle Weight: 16880 Kg, Maximum Front Cabin: Single Rear Body Type: Closed Van D. Other Requirements / Inclusion 1. Fuel Tank Capacity: 50 Liters, Minimum 2. Output Power: 75 Ps, Minimum 3. Engine Torque: 170 N-m, Minimum 4. Rear Body/container Dimension (lxwxh): 2438 Mm (8ft) X 1400 Mm (4.6ft) X 1500 Mm (4.9ft), Minimum 5. Variant: Utility/ Multi-purpose With Air-conditioning System And Built-in Retractable Chair (seating Capacity: 10-14) 6. Warranty: 3 Years Or 100,000 Km Whichever Comes First 7. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 8. Complete Set Of Tools As Per Manufacturer's Specifications, Tint, Seat Cover, Matting (cab), Air-conditioning System (front And Rear), With First Three Years Free Lto Registration, Tpl And Comprehensive Insurance, Freight And Da Logo And "for Official Use Only" 9. Radio And Speakers: Tuner Radio With Usb, 2 Speakers 10. With 1 Unit Brand New Spare Tire With Rim And Accessories 11. Provision Of Vehicle Brochure And List Of Service Center In The Bidding Documents 12. With Certificate Of Conformity (coc) Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81 13. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 14. With 100% Available Stocks In The Warehouse Of The Bidder During Post-qualification. Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:00 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 25, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 25, 2025 10:00 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date24 Feb 2025
Tender AmountPHP 2.5 Million (USD 43.2 K)
City Of Bais Tender
Energy, Oil and Gas
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Notice For Negotiated Procurement (53.14) (direct Retail Purchase) The City Government Of Bais Invites Interested Suppliers To Apply For Direct Retail Purchase For The Supply And Delivery Of The Following Items, Viz: Item Approved Budget For The Contract (abc) Pr 114-25 – For Use In The Operation And Maintenance Of Various Vehicles, City Mayor’s Office, Viz: Php 200,000.00 1 1 Lot Gasoline (1st Quarter 2025) Of City Mayor’s Office Terms Of Reference Procurement Of Gasoline For Various Authorized Service Vehicles And Equipment Of The City Government Of Bais 1. Rationale The City Government Of Bais, Through Its Bids And Awards Committee (bac), Will Undertake The Procurement Of Gasoline Using Section 53.14 Direct Retail Purchase Of Petroleum Fuel, And Oil And Lubricant As Provided For In The 2016 Irr Of R.a. 9184. This Is A Major Operational Requirement Of The Lgu Which Is Essential For The Delivery Of Services To Its Stakeholders. 2. Objectives The Main Objective Of Having A Fuel Service Agreement Is To Provide City Government Of Bais With An Efficient, Secured, Convenient, Continuous And Steady Supply Of Gasoline Which Is Economically Manageable. 3. Contract Price 3.1. The Total Contract Amount For This Procurement Shall Not Be More Than Two Hundred Thousand Pesos (p200,000) 3.2. Prices For Procurement Using The Retail Pump Price Or The Price Of Petroleum Fuel Per Liter Of Gasoline As Established By Retailers, Dealers Or Gas Stations For The Day. 3.3. Cost For E-vat And Other Governmental Costs Which Fall Equally On All Prospective Suppliers Are Presumed To Be Included In The Computation Of The Bid Price. 4. Actual Prices Payable 4.1. For And In Consideration Of The Performance And Accomplishment Of Providing Gasoline To The Service Vehicles And Equipment Of Lgu Bais, The City Government Of Bais Shall Pay The Fuel Service Provider For The Gasoline Actually Delivered And Duly Received By It, Using The Retail Pump Price As Defined. 4.2. If During Contract Implementation, The Total Contract Price For The Project Would Have Been Consumed Or The End Of The Contract On March 31 2025 As Cited In Section 5.2 Have Elapsed, Whichever Comes First, Notwithstanding That The Requirements Were Not Fully Delivered In The Units/volume Contemplated, No Further Order And Payments Shall Be Made. This Provision Shall Form Part Of The Contract Agreement. 5. Scope Of Service 5.1 The Fuel Service Provider Shall Provide Gasoline Requirements For The Service Vehicle And Equipment Of The City Government Of Bais Based On Duly Approved Summary As Provided By The Procuring Entity Along With The Trip Ticket And Fuel Order Slip. 5.2 The Fuel Service Provider Shall Be Responsible To Dispense And Make Available At All Times Up To March 31 2025 Under The Terms And Conditions Most Advantageous To The Government Following The Estimated Volume Or Quantity As Follows: Gasoline (minimum Of 91 Octane) – 3,448 Liters More Or Less 5.3 All Purchases Must Be Accompanied By Properly Accomplished And Duly Signed / Approved Fuel Order Slip. 5.4 The Fsp Accepts Payment In The Form Of Check Amount Of Which Is Net Of Taxes Withheld Supported By The Issuance Of Certificates. 5.5 Payment Shall Be Made By City Government Of Bais Within 30 Days From Receipt Of The Monthly Billing With Complete Attachments Covering Actual Purchases. 6. Responsibilities Of The Fuel Service Provider (fsp) 6.1 The Fsp Shall Provide The Gasoline Requirement Of The City Government Of Bais’ Authorized Service Vehicles And Equipment In An Efficient Manner Following The Terms And Conditions Set In The Contract. 6.2 Fsp Provider Must Have A Fuel Station Located Within 150-meter Radius From City Hall Office At Presedencia De Bais, Ec Villanueva St, Bais City. 6.3 The Fsp Shall Be Responsible In Ensuring Availability Of Gasoline, And Competent Fuel Attendant/personnel To Attend To The Services Required During Predetermined Time Schedules. 6.4 The Fsp Shall Be Responsible To Dispense Fuel To City Government’s Authorized Vehicles, Equipment And Containers / Canisters In The Presence Of Duly Appointed Representative From The City Government Of Bais Tasked With Inspecting / Checking The Filling / Loading Process. 6.5 Repair/maintenance Of Damage, Accident Or Otherwise, Incurred By The Fsp To Any City Government Of Bais’ Service Vehicle And Equipment Shall Be For The Fsps Account. 6.6 A Transaction Slip/invoice Shall Be Issued Every Time Fuel Is Withdrawn And Loaded Into Government Authorized Vehicles And Equipment As Reflected In The Duly Approved Fuel Order Slip. 6.7 Ensure That The Transaction Slips Accurately Reflects Any And All Purchases Charged To City Government Of Bais. 6.8 Issue An Accurate Statement Of Account With Copies Of Transaction Slip/receipt/invoice On A Monthly Basis. 7. Responsibilities Of The City Government Of Bais 6. 7. 7.1 To Pay The Amount Billed Within 30 Days From The Receipt Of The Statement Of Account With Complete Attachments. 7.2 To Examine The Statement And Report Any Discrepancy/ies To The Fsp Within 10 Days Upon Receipt Thereof. If There Is No Error Reported Within Such Period, The Statement Of Account Shall Be Considered As Conclusively Correct. 7.3 Issue Bir Form 2306 And 2307 Pertaining To Taxes Withheld For Each Payment Made. 7.4 Accomplish Fuel Order Slip Duly Signed By Authorized Signatory For Presentation To The Fsp Upon Withdrawal Of Gasoline. 7.5 Designate A Checker That Will Validate The Actual Withdrawal Of Gasoline As Reflected In The Duly Signed Fuel Order Slip 7.6 Inform The Fsp For The Changes In The Order Slip’s Authorized Signatory/ies. The City Thru The Bids And Awards Committee (bac) Passed Resolution No. 060a. Duly Approved By The Head Of Procuring Entity Which Provides That The City Shall Opt To Procure The Foregoing Request/project Thru Small Value Procurement. In View Thereof, You Are Hereby Advised To Submit The Following Documents On February 11, 2025 At 2:00 In The Afternoon At City Budget Office, 2nd Floor, City Hall Annex Building, Bais City At Which Date, Time And Place, The Said Documents Will Be Opened And Evaluated, Viz: 1. Request For Quotation 2. Registration Certificate From Sec, Dti For Sole Proprietorship, Or Cda For Cooperatives. 3. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 4. Tax Clearance. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 7. License To Operate (bfad). (for Medicine Or Medical Supplies/equipments) 8. Pca - For Coco Lumber; Denr Certificate - For Good Lumber (for Construction Materials Only) 9. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 10. Certificate Of Philgeps Registration Please Be Guided Accordingly. Very Truly Yours, Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Bureau Of Fisheries And Aquatic Resources Region Viii Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Please Quote Your Lowest Price Inclusive Of Vat On The Following Item/s Or Lot/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 10, 2025, At Bids And Awards Committee Of Bfar 8, 3rd Floor Mrgp Commercial Bldg, Marasbaras, Tacloban City. For More Information, Please Call The Bac Secretariat At Telephone Nos.: 888-0381 (local 1003) Or Browse The Philgeps Website. Item/job Description: Lot 1 Seaweed Laboratory Supplies 1 Adhesive Silicone Sealant Guns 1 Piece 2,000.00 2 Air Controller Bulb For Aquarium Or Fish Tank, Plastic Or Rubber 200 Piece 1,600.00 3 Apron 10 Piece 2,000.00 4 Balloon Stick 200 Piece 1,000.00 5 First Class Towel (100% Cotton, 29"l X 13.5"w) 5 Piece 1,500.00 6 "heat Gun, Heavy Duty Voltage/frequency?220?/50hz-60hz •input Power?2000w •temperature?60-650°c •air Flow Speed?250l/min-500l/min" 2 Piece 4,000.00 7 Microfiber Super Absorbent Hand Towel, White & Large 10 Piece 2,500.00 8 Multi-purpose Fire Extinguisher 10lbs, (non Conducting And Non Corrosive Chemicals),original 1 Unit 4,500.00 9 Adhesive Sealant Silicon Glue(waterproof),300ml 10 Piece 3,000.00 10 Small Plastic Stool Chair For Laundry 10 Piece 2,500.00 11 Standard Ceiling Orbit Electric Fan, 18 Inch, Heavy Duty 2 Unit 6,000.00 12 Utility Knife, 2" Long, Original Stainless Steel 20 Piece 7,600.00 13 Washing Gloves,rubber 10 Pair 1,500.00 Seaweed Laboratory Other Supplies 14 Surgical Gloves, Lightly-powder Nitrile Examination Gloves, 50/box Fully-textured, Ambidextrous, For Medical Use, Non-latex, Non-sterile, Medium 50 Box 31,500.00 Lot 2 Seaweed Laboratory Supplies 1 Carboys, Plastic With Cover, Clear 10l Capacity 80 Piece 56,000.00 2 Cooler Box, 30l Capacity 2 Box 5,000.00 3 Cooler Box, 52l Capacity 2 Box 6,000.00 4 Culture Jars,1000ml 200 Bottle 150,000.00 5 Styrobox, 20l Capacity 10 Box 8,000.00 6 Styrobox, Size: 39.5 X 23 X 31.5cm, 7kls Capacity 10 Piece 5,000.00 7 Styrobox,31.5 X 23.5 X 33.5cm,3kls Capacity 10 Piece 4,000.00 Lot 3 Epsdp First Aid Kit And Medical Kit 1 Anti-mosquito Lotion,500ml 15 Bottle 9,000.00 2 Antibacterial Heavy Duty Plastic Bandages 3 Box 600.00 3 Antidiarrheals Capsules, 2mg 1 Box 700.00 4 Antihistamine,10mg 1 Box 600.00 5 Bandages (4inch) 10 Roll 1,000.00 6 Cotton,150g 5 Pack 250.00 7 Dextromethorphan Hbr Phenylpropanolamine Hcl Paracetamol 1 Box 300.00 8 First Aid Kit Composition: (2 Roll Dhesive Bandages; 4 Roll Adhesive Bandage Tape Small Size; 1 Bot. Rubbing Alcohol 250 Ml; 1 Bot. Antiseptic Solution 150ml; 5 Pcks Gauze Pads Each Size ( Sizes: 2x2x12, 3x3x12 & 4x4x12); 1 Pack Cotton Swabs; 1 Tube Burn Oitment; 1pc Tweezer Small; 1 Pc Scissor Small; 1pc Hot Packs & 1 Pc. Cold Packs; 1 Pc. Thermometer; 5-10 Pcs. Sterile Gloves; 1 Tube Antibiotic Ointment; 1 Tube Hydrocortisone Cream; 1 Blister Packs Each Of The Ff. Otc Medicines; Acetaminophen,antihistamin,bismuth Tables Cold Medicines; Ibuprofen,laxative;loperamide;throat Lozenges; 1pack Antiseptic Wipes (10 Pvs/pack); 1 Pc. Led Flashlight (small) With Batteries) 3 Box 4,725.00 9 Ibufropen Tablet, 200mg 1 Box 350.00 10 Mefenamic Acid/ponstel, 500mg 1 Box 1,200.00 11 Petrolleum Jelly, 50ml 5 Bottle 450.00 12 Phenylephrine Hcl Chlorphenamine Maleate Paracetamol + Zinc,500mg 1 Box 450.00 13 Phenylephrine Hcl Chlorphenamine Maleate Paracetamol,2mg/10mg/500mg 1 Box 350.00 14 Povidone Iodine 10% Wound Solution 120ml 3 Bottle 1,050.00 15 Sunblock(body And Face Lotion, Spf 50,100ml) 10 Bottle 15,000.00 Lot 4 Seaweed Laboratory Other Supplies 1 Glass Slide 5 Box 1,000.00 2 Pippetor Single Channel (0.5-10ul) 2 Piece 4,000.00 3 Pippetor Single Channel (1-2.5ul) 2 Piece 2,000.00 4 Pippetor Single Channel (1-2.5ul) 1 Set 1,000.00 5 Pippetor Single Channel (100-1000ul) 2 Piece 4,000.00 Lot 5 Seaweed Laboratory Other Supplies 1 "dive Booties (sizes:37&38&40-1pair,39&45-2pairs,42-5pairs) Made Of High Quality 3mm Neoprene/polychloroprene, Ultra Lightweight And Comfortable" 12 Pair 24,000.00 2 Diving Gloves, 1.5mm Wear-resistant & Non-slip Snorkeling Gloves (large-6 Pairs & Medium-6 Pairs) 12 Pair 9,600.00 3 "adjustable Diving Fins For Outdoor Snorkeling Dimensions: S/m:39.*17.5cm L/xl:41*18cm" 6 Pair 10,200.00 4 Fisherman Hat/bucket Hats,cotton And With Strap 18 Piece 5,400.00 5 Rashguard,up And Down, Large Size 14 Set 21,000.00 6 Scuba Hood/wetsuit Hood, 3mm Thermal Neoprene/polychloroprene (large Size) 10 Piece 7,000.00 7 Leakproof Snorkel Set (anti-fog Swimming Snorkeling-goggles Glasses With Easy Breath And Dry Snorkel Tube) 12 Set 30,000.00 Terms And Conditions: 1. That The Winning Bidder Shall Deliver The Items To Bfar 8-regional Office-marasbaras, Tacloban City 2. That The Materials Must Be Brand New And In Good Condition; 3. That The Winning Bidder Shall Deliver The Items Within 30 Days Upon Receipt Of The Purchase Order; 4. That The Winning Bidder Must Specify The Technical Description And Brand Being Offered; 5. That The Payment Shall Be Made After The Complete Delivery Of Items, Inspected By Bfar's Duly Authorized Representative, Documents Completed, And Papers Processed. Bidders Must Submit The Following Documents: 1.) Philgeps Registration Number 2.) Mayor's Permit 3.) Request For Quotation (rfq) 4.) Omnibus Sworn Statement (oss)* *for Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. *for Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. *for One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form.
Closing Date10 Feb 2025
Tender AmountPHP 460.4 K (USD 7.9 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Procurement Of 1 Unit Hauling Vehicle Delivery Truck (closed Van) Under Organic Agriculture Program Fy 2024 Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Organic Agriculture Program Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (ᵽ 1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 1 Unit Hauling Vehicle Delivery Truck (closed Van) Under Organic Agriculture Program Fy 2024 Continuing Fund With Project Identification No.: Itb-2025-01-141. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 1 Unit Hauling Vehicle Delivery Truck (closed Van) A. Prime Mover Type: Diesel Engine Engine Displacement: 1900 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power-assisted Steering Transmission System: Constant Mesh-synchromesh (manual) No. Of Drive: Two Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Up To Six (6) Wheels Payload: 950 Kg, Minimum Gross Vehicle Weight: 16880 Kg, Maximum Front Cabin: Single Rear Body Type: Closed Van D. Other Requirements / Inclusion 1. Fuel Tank Capacity: 50 Liters, Minimum 2. Output Power: 75 Ps, Minimum 3. Engine Torque: 170 N-m, Minimum 4. Rear Body/container Dimension (lxwxh): 2438 Mm (8ft) X 1400 Mm (4.6ft) X 1500 Mm (4.9ft), Minimum 5. Variant: Utility/ Multi-purpose With Air-conditioning System And Built-in Retractable Chair (seating Capacity: 10-14) 6. Warranty: 3 Years Or 100,000 Km Whichever Comes First 7. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 8. Complete Set Of Tools As Per Manufacturer's Specifications, Tint, Seat Cover, Matting (cab), Air-conditioning System (front And Rear), With First Three Years Free Lto Registration, Tpl And Comprehensive Insurance, Freight And Da Logo And "for Official Use Only" 9. Radio And Speakers: Tuner Radio With Usb, 2 Speakers 10. With 1 Unit Brand New Spare Tire With Rim And Accessories 11. Provision Of Vehicle Brochure And List Of Service Center In The Bidding Documents 12. With Certificate Of Conformity (coc) Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81 13. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 14. With 100% Available Stocks In The Warehouse Of The Bidder During Post-qualification. Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:00 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 25, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 25, 2025 10:00 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date24 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Department Of Human Settlement And Urban Development Quezo Tender
Food Products
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. 02-0065, S. 2025 Procurement Activity Procurement Of Catering Services For The Ceremonial Signing On The Approval Of Clup And Pdpfp On February 13, 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) One Hundred Thirty-five Thousand Pesos (php135,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 10:00 Am, February 11, 2025. Delivery Schedule Delivery Of Services Shall Be On February 13, 2025. The Minimum Technical Specifications For The Said Activities Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 90 Pax Breakfast Buffet Salad Station: Fresh Fruits Creamy Mushroom Truffle Pasta Mini Sandwiches Free-flowing Brewed Coffee Inclusive Of Buffet Set Up For 90 Pax, Complete With Tables, Chairs, And Centerpiece Decorations, Along With A Minimum Of Three (3) Attendants. The Set Up Will Be Arranged In The Ground Floor Holding Area And The 7th Floor Expansion Room. 90 Pax Lunch Buffet Salad Station: Vegetables / Fruit Salad Chicken Beef Fish Roasted Vegetables / Mixed Vegetables Pasta Steam Rice Dessert: Assorted Mini Pastries Drinks: Juice And Free-flowing Brewed Coffee Note: With Servers / Waiters And Table And Chairs Set Up With Table Cloth Terms And Conditions: 1. Delivery Of Goods/items Shall Be On February 13, 2025, However, The Date Is Tentative And Subject To Change By The End-user Unit/implementing Office Under Certain Circumstances; 2. 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); 3. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 5. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 6. 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; 7. 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; And (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Latest Tax Clearance. (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 Catering Services For The Ceremonial Signing On The Approval Of Clup And Pdpfp On February 13, 2025 Request For Quotation No.: 02-0065, 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 Dr. 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: Quantity Unit Description 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 : ______________________________________ 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 Date11 Feb 2025
Tender AmountPHP 135 K (USD 2.3 K)
Don Emilio Del Valle Memorial Hospital Tender
Housekeeping Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Unit Description Quantity Unit Cost Total Cost Month "hiring Of 33 Janitors And 1 Area Supervisor 9 787,550.00 7,087,950.00 Preferably Well-trained In Proper Hospital Cleaning And Janitorial Methods And Techniques In Order To Maintain Quality Cleanliness For The Service To The Patients. Well Disciplined With Good Moral Character, Physically And Mentally Fit. They Shall Report 10 Minutes Before Time With Proper Uniform. A Non-smoker And Non-drinker Of Any Alcoholic Beverages. The Company Must Have Tesda Certificate Or The Cleaners Have Certificate Of Training Of Tesda Housekeeping. Must Report Eight (8) Hours Per Shifting Day. They Shall Maintain Cleanliness And Orderliness To Protect And Safeguard The Directors, Officers, Employees, Visitors, Guest And Clients From Hazardous Infections. Implement Hospital Waste Management Rules And Policies Of Don Emilio Del Valle Memorial Hospital, Bood, Ubay, Bohol. The Company Must Have An Office In Tagbilaran City Or In Ubay, Bohol. From April 1, 2025 To December 31, 2025 Duties Of Janitorial Supervisor: A. Make Rounds To Check His/her Subordinates' Attendance, Attire And Hygienic Aspects, Provide Special Cleaning Instructions And/or Assignments, Use Of Equipment Safety Practices And Work Regulations, And Ascertain Compliance With Directives. B. Conduct Inspection To Check Cleanliness And Orderliness Of The Premises, And Inform His/her Subordinates Of Corrections Necessary. C. Determine Materials, Supplies Needed And Timely Inform The Head Of The General Services Division Of The Requirement. D. Train Subordinate On Proper Cleaning Methods, Use Of Equipment, Safety And Work Regulations. E. Shall Ensure The Janitors Comply With Policies And Procedures Implemented Especially The Rules On Safety. F. Shall Prepare Work Assignments And Schedules Subject To The Prior Approval Of The Client. G. Shall Report And Coordinate To Devmh Department Head. H. Conduct Regular Meeting (monthly Meeting). I. Remind All Housekeeping To Keep The Good Manner And Right Conduct. Technical Specifications I Performance Criteria 1. The Service Provider/contractor Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of Contract Based On The Following Set Of Performance Criteria: A. Quality Of Service Delivered B. Time Management C. Management And Suitability Of Personnel D. Contract Administration And Management E. Provision Of Regular Progress Report F. Attentiveness And Presence Of Mind G. Compliance With Devmh Instructions And Policies. One (1) Unsatisfactory Rate From The End-user Will Be The Grounds Of Replacement Of The Deployed Personnel. The Above Criteria Shall Be Used To Assess Quarterly The Level Of Performance Of The Janitorial Agency And Its Janitorial Personnel As Basis Of Continuity Of The Contract. Ii Technical Evaluation Parameters 1. Stability A. Years Of Experience: At Least 5 Years In The Business B. Liquidity Of The Contractor: At Least P5 Million (current Assets Minus Stocks Minus Current Liabilities Based On The Balance Sheet As Of December 31, 2023) C. Organizational Set-up: With Good Office Set-up, Personnel And Office Tools And Equipment 2. Resources A. Number And Kind Of Equipment And Supplies: With The Minimum Number And Kind Of Equipment & Supplies As Specified In Section Vi. Schedule Of Requirements. B. Number Of Janitors: With At Least 33 Janitors Who Can Be Assigned On Different Areas Regardless Of Risk Exposure To Infectious Diseases With Corresponding Relievers During Day Off. C. Number Of Supervisor: With At Least 1 Supervisor Who Will Monitor Cleanliness And Supervise All The Janitors On All Areas Of The Hospital. 3. Houskeeping Plan: Tailored Fit For Devmh In Accordance With The Minimum Requirements Below. State/enumerate The Specific Methodology To Execute Plan. A. State/enumerate The Specific Methodology To Execute The Plan. B. Recruitment And Selection Criteria: Trainings Conducted For The Janitors Before Deployment, Educational And Age Requirements And Others. C. Completeness Of Uniforms And Other Praphernalia. D. The Agency Must Be Able To Provide Quality Janitorial Services For The Hospital Buildings With The Necessary Manpower, Equipment, Training, Experience, Financial Resources And Capability To Provide The Needed Cleaning And Sanitary Requirements To Ensure Hygienic Environment For Its Personnel And Clients. Iii. Housekeeping Plan. 1. Daily Housekeeping Responsibilities: Common Office Areas, Conference Room, Hallways/corridors, Stairways, Tea Room, Storage Room And Ward Rooms (public And Private Rooms), Special Areas (or, Dr, Nicu & Septic Nicu), Waste Storage Area, Septic Vault Area. A. Report To Each Respective Assigned Area; Sweep The Floor And Pick-up With The Dustpan All Litters Scattered Around Devmh Premises. B. Scoop Off Any Sticky Substance Of Dirt On The Floor With Putty Knife And Clean With Damp Cloth Or Rag. C. Mop Floor With Damp Mop Head. Finish Cleaning With Clean And Dry Mop Head. D. Wipe With Damp Cloth Or Rag All Tables, Chairs, Computers, Steel And Wooden Cabinets, Electric Fans, Telephone Instruments, Refrigerators, All Bedside Tables, Chairs, Wooden Cabinets, Air Conditioning Grilles And Casing, And Other Office Equipment. Finish Cleaning With A Clean And Dry Cloth Or Rag. E. Empty Wastebaskets/trashcan. Clean Same With Liquid Detergent. Rinse Off With Water And Let Dry. Return Wastebaskets/trashcan To Their Respective Places. F. Wipe With Damp Cloth All Window Sills, Window Panes/glass, Mirrors, Roman Shades, Aluminum/stainless Steel Frame Doors And Stair Railings. G. Remove Stain Marks On Dirt On Walls, Doors And Building Posts With Chemical Removers Or With Cloth, Soak In Liquid Detergent Cleanser. Finish Cleaning With Damp Cloth Or Rag. H. Wash With Water The Whole Area Of The Comfort Room, Then Sweep Water And Drain. Drain Or Remove Water Inside Toilet Bowl Before Pouring Cleanser Or Toilet Cleanser. Let It Stay For A While Sprinkling Cleanser On Walls And Floor Tiles, Water Closet Tank, Lavatory Or Sink, And Toilet Bowl. Scrub Inside Of Toilet Bowl With Brush Or Sponge With Handle, Then Flush. Scrub With Brush Or Sponge The Whole Area Of The Comfort Room. Rinse Off With Water And Drain Area Of Excess Water. Finish Cleaning Floor Tiles With Dry And Clean Mop/cloth. Clean Mirror With Damp Newspaper Or Cloth And Finish Cleaning With Dry Cloth. Spray Comfort Room With Air Freshener. I. Clean And Disinfectas The Ward Rooms Upon Discharge Of Patients Both Public And Private Rooms. Clean The Bedside Tables, Beds, And Dispose Garbage. Coordinate With The Nurses For Rooms With Infectious Disease. J. Report Breakage, Electrical Malfunctions And Other Defeciences. K. Sweep And Clean Driveways. L. Cut/uproot Unsightly Grass Growth. M. Water Potted/indoor Ornamental Plants Inside And Outside Devmh Premises And Garden. O. Attend To The Needs Of The Scheduled Staff Meetings As Required. P. Report Any Necessary Maintenance Repairs Immediately. Q. Stay In Respective Post For Messengerial/errand Work. R. Report To Engineering Maintenance Any Leakage, Malfunction Of Water Faucet In Offices And Wards. S. Clean And Disinfect Waste Storage Holding Area After The Lgu Disposal. T. Collect And Place On Proper Storage Of Empty Vials. U. Collect Used Needles/syringes At Wards And Stored At Septic Vault. V. Collect Placenta (day Time) At Ob Ward Going To Placenta Vault. W. Operate Hospital Waste Autoclave Twice A Day. 2. Weekly Maintenance - General Cleaning Of All Areas Every Saturday. A. Scrub And Strip Off Sticking Dirt, Gums, And Other Similar Substances, Particularly Those Inner Areas And Corners. Wash Clean With Soap And Water And Dry. B. High Clean/sweep Cobwebs Of The Ceiling And Wipe Light Fixtures/diffusers And Inner Walls. C. Remove Dirt And Wash Clean With Soap And Water All Window Grills And Panes, Stairways, Balcony And Walls. D. Thoroughly Clean All Comfort Rooms Particularly The Toilet Bowls, Lavatories And Men's Urinals. Apply Disinfectant And Deodorized All Areas. E. Thoroughly Clean Office Furniture And Fixtures And Other Office Equipment, Taking Extra Care In Moving Same To Avoid Damage. F. Apply Floor Wax On Floors And Polish Shine. G. Spray Insecticide Inside Devmh Offices To Eradicate Rats, Flies, Mosquitoes, Termites, White Ants And Other Pests. H. Cultivate Soil And Fertilize Indoor And Outdoor Plants. I. Clean Catch Basins And All Other Planter Boxes. J. Clean/wash Garbage Cans K. Clean Inside, Top, Under And Back Of Regrigerator, Clean All Seals On Refrigerator/freezer. 3. Monthly Maintenance – Every Last Saturday Of The Month. A. Wipe/clean Venetian Blinds. B. Clean Inside Windows. C. Remove And Replace Curtains At All Areas. D. Clean Door Jams/balusters/handrails. E. Clean Glass Walls/partitions. F. Vacuum Clean All Upholstered Furniture. G. Wash Walls. 4. Miscellaneous Services To Be Performed Whenever Required. A. Provide Logistical Assistance During Meetings And Conferences. B. Haul/move Office Furniture, Fixtures & Equipment, Among Others. C. Messengerial And Errand Work Within Office Premises. D. Make Available At All Times Relievers And/or Replacements To Ensure Continuous And Uninterrupted Services In Case Of Absences. E. Exercise The Necessary Supervisory Work. F. Must Provide Office Supplies And Equipments To Be Used By The Area Supervisor For The Necessary Clerical Works. G. Must Provide Atleast 7 Sets Of Uniform To The Janitorial Personnel, That Will Be Used Daily, Such As But Not Limited To Janitor Scrubs, Customized Polo Uniform And Jockey Type Polo Uniform. H. Must Have Atleast One (1) Administrative Representative From The Agency That Will Be Assigned In Ubay Or Nearby Towns And Could Cater All The Concerns Pertaining Janitorial Services In The Hospital. I. All Janitorial Personnel Shall Assist After Crushing The Empty Vials. Other Services Offered (if Any) Cleaning Equipment/tools 1. Push Cart, Big, Heavy Duty - 6 Units (at Least 50kg Load) 2. Vacuum Cleaner, Heavy Duty - 2 Units 3. Squeezer - 10 Units 4. Other Equipment Offered (if Any) "
Closing Date25 Feb 2025
Tender AmountPHP 7 Million (USD 122.5 K)
DON PEDRO HIGH SCHOOL Tender
Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq No. 2025-02-0002 February 9, 2025 Request For Quotation (supply/delivery Of Materials For Repair Of Ceilings (building 2; Room 1 And 2) And Upgrading Of Power Lines –electrification (wirings)-jhs) Don Pedro High School Hereinafter Referred To As “the Purchaser”, Through Its Bids And Awards Committee (bac), Invite Interested Parties To Submit Price Quotation For The Supply/delivery Of Materials For Repair Of Ceilings (building 2; Room 1 And 2) And Upgrading Of Power Lines –electrification (wirings)-jhs Through Shopping (sec. 52.1 [b], Irr Of R.a. No. 9184) With Approved Budget For The Contract (abc) Of Seventy-three Thousand One Hundred Fifty Pesos (p73,150.00): Lot No. Unit Item Description Quantity Unit Cost Total Cost 1 Box Blind Rivets: Size: 5/32 X 1/2 12 220.00 2,640.00 Piece Drill Bit: Size: 5/32 12 70.00 840.00 Piece Masonry Drill Bit: Size:5/32 3 50.00 150.00 Clip Nylon: Size:#50 3 45.00 135.00 Kilogram Concrete Nail: Size: 1 1/2 4 90.00 360.00 Piece Wall Angle 44 35.00 1,540.00 Piece Metal Furring 35 85.00 2,975.00 Piece Carrying Channel 50 85.00 4,250.00 Piece W-clip 200 4.00 800.00 Piece Diamond Disc 2 220.00 440.00 Piece Hardiflex 54 380.00 20,520.00 Piece Gi Pipe 3', S40 5 2,350.00 11,750.00 Box Cutting Disc 1 280.00 280.00 Box Welding Rod E-6013 1 190.00 190.00 Piece Steel Bar: Size: 12mm 6 175.00 1,050.00 Bag Cement 15 220.00 3,300.00 Piece Insulator Ball Big 24 45.00 1,080.00 Piece Electrical Tape Big 10 38.00 380.00 Piece Grinding Disc 4 45.00 180.00 Box Thhn Wire: Size: #8 1 5,200.00 5,200.00 Roll Aluminum Wire: Size: #6 (single, Black) (500m) 1 8,750.00 8,750.00 Truck Salandra Sand 1 1,900.00 1,900.00 Piece Circuit Breaker 60a Plug In 1 300.00 300.00 Piece Circuit Breaker 80a Bolt On 1 650.00 650.00 Piece Pvc Pipe 1' Orange 2 110.00 220.00 Piece Long Elbow 2' Orange 1 60.00 60.00 Piece Pvc Male Adaptor 2' Blue 1 90.00 90.00 Piece Pvc Female Adaptor 2' Blue 1 90.00 90.00 Piece Plain Sheet: Size: 4x4x8 1 370.00 370.00 Meter Aluminum Wire Size:#6 (single, Black) 140 19.00 2,660.00 All Items Listed Under The Purchaser’s Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements Will Result To Rejection. Likewise, It Is Understood That Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. Any Quotation/bid Amount Submitted Exceeding The Abc In This Lot Shall Automatically Be Rejected. This Is Vat-inclusive. Refusal To Accept The Award May Be Ground For Imposition Of Administrative Sanction Under Rule Xxiii Of The Revised Irr Of Ra 9184. All Bids Must Be Accompanied With The Documentary Requirements (i.e Mayor’s/business Permit, Philgeps Registration/certificate). Bids/rfq Must Be Submitted In A Sealed Envelope And Be Duly Received By The Bac Secretariat At The Address Below On Or Before 10:00 A.m. On February 13, 2025. Opening Of Quotations/proposals Shall Be On February 13, 2025, 10:30 A.m. At Don Pedro High School. Delivery Date: Based On The Purchase Order To Be Issued To The Winning Bidder. Delivery Place: Don Pedro High School For Further Information, Please Refer To: Bac Secretariat Deped-don Pedro High School Mansalay, Oriental Mindoro 0945-528-2490 Sheena A. Castillo Teacher Iii Bac Chairperson Attachment A (rfq No. 2025-02-0002) Quotation Form _________________ Date The Chair Bids And Awards Committee Don Pedro High School Madam: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply/deliver The Following Items (with Our Unit Prices/bid Amount And Total Price/total Bid Amount): Lot No. Unit Item Description Quantity Unit Cost Total Cost Bid Amount Total Bid Amount 1 Box Blind Rivets: Size: 5/32 X 1/2 12 220.00 2,640.00 Piece Drill Bit: Size: 5/32 12 70.00 840.00 Piece Masonry Drill Bit: Size:5/32 3 50.00 150.00 Clip Nylon: Size:#50 3 45.00 135.00 Kilo-gram Concrete Nail: Size: 1 1/2 4 90.00 360.00 Piece Wall Angle 44 35.00 1,540.00 Piece Metal Furring 35 85.00 2,975.00 Piece Carrying Channel 50 85.00 4,250.00 Piece W-clip 200 4.00 800.00 Piece Diamond Disc 2 220.00 440.00 Piece Hardiflex 54 380.00 20,520.00 Piece Gi Pipe 3', S40 5 2,350.00 11,750.00 Box Cutting Disc 1 280.00 280.00 Box Welding Rod E-6013 1 190.00 190.00 Piece Steel Bar: Size: 12mm 6 175.00 1,050.00 Bag Cement 15 220.00 3,300.00 Piece Insulator Ball Big 24 45.00 1,080.00 Piece Electrical Tape Big 10 38.00 380.00 Piece Grinding Disc 4 45.00 180.00 Box Thhn Wire: Size: #8 1 5,200.00 5,200.00 Roll Aluminum Wire: Size: #6 (single, Black) (500m) 1 8,750.00 8,750.00 Truck Salandra Sand 1 1,900.00 1,900.00 Piece Circuit Breaker 60a Plug In 1 300.00 300.00 Piece Circuit Breaker 80a Bolt On 1 650.00 650.00 Piece Pvc Pipe 1' Orange 2 110.00 220.00 Piece Long Elbow 2' Orange 1 60.00 60.00 Piece Pvc Male Adaptor 2' Blue 1 90.00 90.00 Piece Pvc Female Adaptor 2' Blue 1 90.00 90.00 Piece Plain Sheet: Size: 4x4x8 1 370.00 370.00 Meter Aluminum Wire Size:#6 (single, Black) 140 19.00 2,660.00 Abc 73,150.00 - Note: Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. All Items Shall Be Covered By At Least One (1) Year Warranty Period. (attach Additional Sheets If Necessary) We Undertake, If Our Quotation Is Accepted To Supply/deliver And Install The Above Goods Within Fifteen (15) Days Period From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Supplier’s/authorized Representative Signature Over Printed Name Designation: Name Of Company: Address: Contact No.: Tax Identification Number (tin): Philgeps Registration Number:
Closing Date17 Feb 2025
Tender AmountPHP 73.1 K (USD 1.2 K)
Professional Regulation Commission - PRC Tender
Transportation and Logistics
Philippines
Details: Description Terms And Conditions: 1. Specifications: Requirement Transportation Service Baguio City-la Trinidad Area A Unit Preference Each Service Vehicle Should Be A Closed Unit, Preferably Passenger Van Or Other Similar Units, To Secure Examination Personnel, Supplies And Materials, Especially During Rainy Days. B Capacity Can Accommodate 6-12 Examination Personnel Plus 1-2 Boxes Of Examination Supplies And 28-48 Plastic Envelopes Containing Licensure Examination Materials. C Condition The Vehicle Is In Consistent Good Running Condition To Avoid Repairs And Maintenance During Transportation So As Not To Compromise And Disrupt The Expected Delivery Time Frame Of Test Questionnaires And Other Examination Materials. D Service Inclusion Transportation Services Include Driver With Appropriate Driver's License And Fuel Expenses, And Documentary Requirements Relative To The Service Being Rendered Or As A Transporation Service Provider. 2. Itinerary Of Travel. The Transportation Service Shall Be Available During The Scheduled Day At All Times. Drivers Shall Park Near The Distribution/dropping Area, Which Is Visibly Accessible To The Examination Personnel To Call For Service. A. During Administration Of Examination, The Service Vehicle/s Shall Transport Examination Personnel, Supplies And Materials, From The Prc-car Office Or Quarantine Room To The Designated Examination Venues And Vice Versa From 5:30 Am Up To 7:00 Pm Or Until The End Of Examination. B. During The Duration Of The Service Day, The Service Vehicle May Be Used To Attend To Other Official Functions Of The Regional Office Such As, But Not Limited To, Pick Up Of Office Supplies, Deliver Communications. C. Transportation Service May Include Hauling Of Tables And Chairs, From The Prc-car Office/supplier To The Venue And Vice Versa. 3. Terms Of Payment. Payment Shall Be Made Directly To The Account Of The Transportation Service Provider For The Actual Usage After The Last Day Of Every Examination Upon Receipt Of Billing Statement From The Transportation Service Provider, Net Of Applicable Withholding Taxes. The Transportation Service Provider Shall Make Available The Following Minimum Details Required In The Processing Of Payment: Bank Name : Bank Account Number : Bank Account Name : Contact Number : Tax Identification Number : Bir Registration : (vat Or Non-vat) The Bank Account Information Must Be Provided As Appearing In The Bank Book. Photocopy Of Which Will Be Required For Validation Before Submission Of Payment To The Servicing Bank. 4. Documentary Requirements. Copy Of The Following Eligibility Requirements Are Required To Be Submitted Along With Your Price Quotation Sheet (attached): A. Valid Mayor’s/business Permit (for Those With Not Yet Available Mayor’s Permit, Submit The Copy Of Official Receipt For The Payment Of Renewal Application Together With The Copy Of Expired Permit) B. Philgeps Registration Number C. Notarized Omnibus Sworn Statement Using The Latest Prescribed Form D. Valid Tax Clearance – This Requirement Shall Be Submitted Prior To Settlement Of Payment For Service Rendered For Every Billing. Travel Documents As May Deem Required At Check Points Shall Be Made Available In The Vehicle For Ready Presentation By The Driver. 5. Performance Evaluation. The Transportation Service Provider Shall Be Subjected To Performance Evaluation By The End-user Or Head/representative Of Examination Section. Documents Such As Drivers’ Licenses Shall Be Required For Verification And The Vehicle Units With Matching Official Receipt And Certificate Of Registration Shall Be Made Available For Inspection. 6. Penalty Clause. The Following Penalties Shall Be Imposed Under The Following Applicable Cases: A. The Equivalent Hourly Rate Shall Be Deducted For Failure To Arrive On Scheduled Time To Be Computed Based On The Approved Budget Per Unit Per Examination; B. Failure To Provide The Required Number Of Service Vehicles Shall Cause The Revocation Of The Contract Of Transportation Services; C. Failure To Pass The Performance Evaluation For Two (2) Consecutive Examinations Shall Cause The Rejection Of Future Bid Offers. Please Submit Your Price Quotation Sheet Together With The Required Documentary Attachments Personaly To The Rbac Secretariat At The Finance And Administrative Division, 5th Floor, Pine Lake View Building, No. 09 Otek Street Corner Benjamin R. Salvosa Drive, Rizal Monument, Baguio City, Which Shall Be Stamped Thereon The Date And Time Received And Shall Be Placed The Same In The Bid Box Or E-mail Scanned Copy Of The Documents To Prcbaguio.regionalbac@gmail.com. The Quotation Must Be Received By The Rbac Secretariat On Or Before January 31, 2025 And Not Beyond 10:00 O’clock In The Morning. All Bids Which Are Higher Than The Abc Shall Be Automatically Disqualified. In Accordance With Annex H, V, D, Item 8 Of The 2016 Revised Irr Of Ra No. 9184, The Receipt Of At Least One (1) Quotation Is Sufficient To Proceed With The Evaluation Thereof. The Service Being Offered By The Transportation Service Provider With The Lowest Calculated Quotation Shall Then Be Evaluated. In Case Of Tie Among Bidders, The Rbac Shall Resort To Draw Lots. If Determined Responsive, The Rbac Shall Recommend To The Head Of The Procuring Entity The Award Of Contract In Favor Of The Transportation Service Provider With The Single Or Lowest Calculated And Responsive Quotation. The Rbac Reserves The Right To Accept Or Reject Any And All Quotation/s Submitted And To Impose Additional Terms And Conditions As It May Deem Proper. The Opening And Evaluation Of Quotations Shall Be Conducted On January 31, 2025 At 10:01 Am, At The Pantry Area, 5th Floor, Pine Lake View Building, No. 09 Otek Street Corner Benjamin R. Salvosa Drive, Rizal Monument, Baguio City.
Closing Date31 Jan 2025
Tender AmountPHP 535.5 K (USD 9.1 K)
7131-7140 of 7296 archived Tenders