Chair Tenders

Chair Tenders

BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender

Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 330 K (USD 5.6 K)
Details: Description "republic Of The Philippines Bicol Center For Health Development Bicol Regional Hospital And Medical Centeral Daraga, Albay" Request For Quotation Form Code: Fm-adm-bac-05 Effectivity: September 28, 2022 Revision: 1 Company Name: ___________________________________________ Date: February 4, 2025 Address: ___________________________________________ Quotation No. : N-25-02-051 Tin Number: ___________________________________________ Jr# 2025-02-095 Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Representative In Sealed Envelope Not Later Than February 10, 2025 At 9:00 Am. Mary Nathalie M. Cadag, Cpa, Mba Bac, Chairperson Telefax No.:(052) 483-0016/483-0015 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item# Abc Item And Description Quantity Unit Unit Price Request For Provision Of Venue, Room Accommodation And Meals 1 Lot For The Conduct Of Short Course On Behavior Change And Communication On April 28-30, 2025 Meals, Venue And Accommodation For 50 Pax For 3 Days 110,000.00 Day 1: April 28, 2025 50 Pax Breakfast: Garlic Rice, Beef Tapa, Sunny Side Up, Ripe Mango, Coffee/hot Choco Am Snack: Club House Sandwich With Chips, Bottle Juice Cucumber Lunch: Rice, Buttered Fried Tuna With Garlic Slices And Atchara, Pork Sinigang, Saute Squash, Fruit In Season Pm Snack: Fried Ibos With Latik, Bottled Juice Dinner: Rice, Grilled Blue Marlin, Buttered Mixed Vegetables,macaroni Soup, Sliced Watermelon 110,000.00 Day 2: April 29, 2025 50 Pax Breakfast: Garlic Rice, Guinobatan Longanisa, Scrambled Egg, Sliced Papaya, Atchara/sliced Tomatoes And Cucumber, Coffee/hot Choco Am Snack: Ham & Cheese Sandwich With Chips, Bottle Fruit Juice Lunch: Rice, Fish Cocido, Salt And Pepper Chicken, Vege Roll, Banana Lakatan Pm Snack: Macaroni Salad With Garlic Bread, Canned Juice Dinner: Rice, Quarter Fried Chicken, Pinangat, Beef Asparagus Soup, Fruit Salad 110,000.00 Day 3: April 30, 2025 50 Pax Breakfast: Garlic Rice, Tocino, Egg Omelette, Cucumber And Sliced Tomatoes, Ripe Mango, Coffee /hot Choco Am Snack: Pansit Guisado With Toasted Bread, Bottled Fruit Juice Lunch: Rice, Fried Fish With Black Bean Sauce, Pork Chop, Talong With Fresh Tomatoes Fruit In Season V Pm Snack: Ham And Egg Sandwich And Bottled Juice Venue And Amenities Banquet Tables And Chairs Classroom Set Up, With Separate Table For The Working Area/ Unlimitted Free Flowing Coffee With Sugar And Cream/ Free Use Of Hall And With Free Wifi/ Free Welcome Banner And Backdrop/ Sound System With Microphone/ With Parking Space > Can Accommodate Up To 50 To 60 Pax > 1 Registration Area > 1 Lcd Projector With Screen > At Least 3 Extension Cords > Free Welcome Banner > Signage/lobby Posting > 1 Jack (for Laptop) For Audio/video Prsentation > 1 Rostrum > No Smoking Venue, With Free Wi-fi Sound System > At Least 3 Well-functioning Microphones With Mic Stands Accommodations: Terms And Conditions: 1. Payment For Accommodation Based On The Actual Occupancy Of Room Reserved 2. Check-in And Check-out Of Hotel Guest Book Is With Signature Of Client 3. The Date Of Reservation Depend On The Stay Of Guests. 4. With Free Wifi 6. Full Air-conditioned Room 7. Free Use Of Other Hotel Amenities 330.000.00 Total Abc Requirements To Be Attached Upon Submission Of Request For Quotation: A. Updated Mayors Permit B. Updated Philgeps Certificate Of Registration And Membership C. Omnibus Sworn Statement (oss) D. Tax Clerance E. Income Tax Return (itr) (phu) Signature Over Printed Name Canvasser Contact No/s. Date Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered Within ___ Calendar Days From Receipt Of Purchase Order. 9. Bidders Must Be Registered In The Phil-geps. 10. The Brtth Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Brhmc Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It.

NATIONAL ECONOMIC AND DEVELOPMENT AUTHORITY REGION V Tender

Food Products
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.5 Million (USD 27 K)
Details: Description Invitation To Bid For The Venue And Catering Services For Meetings Of The Neda & Rdc Full Council, Sectoral Committees, Special And Affiliate Committees For Cy 2025 (re-bidding, 2nd Semester) The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit (sec. 14, Chapter Iii) B. Health Certificate Of Food Handlers (sec. 15, Chapter Iii) The Catering Service Provider Agrees: A. To Provide Food And Services Through Blue Plate Or Managed Buffet Or Packed As Requested By The Procuring Entity For The Participants As Provided In And In Accordance With The Set Menu In Section Vi. Schedule Of Requirements, Unless Otherwise Provided In Succeeding Paragraphs B, C, D And E. B. To Provide Food And Services For The Number Of Participants On The Basis Of Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, At Least Two (2) Days Prior To The Meeting/training Schedule. C. During The Meeting/training, To Increase/ Decrease The Number Of Meals/snacks To Be Served Provided That Written Or Verbal Notice Is Given By The Procuring Entity Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative At Least One (1) Day Prior To The Meeting/training Schedule. D. During The Meeting/training, To Adjust Any Specific Food/diet Restrictions (religion Or Health Reasons) If Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, Not Later Than 3pm On The First Day Of Meeting/training. E. To Substitute The Menu For A Specific Meeting/training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Non Slaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. F. To Reschedule/cancel The Meeting/training Due To Fortuitous Event/instances Beyond The Control Of Neda Regional Office 5, Arimbay, Legazpi City. G. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Meeting/training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks And 14) Condiments. H. No Plastic/melawares/ Plates, Spoons. Forks, Bowls, Cups And Saucers I. To Provide Clean Table Cloth, Seat Covers And Table Napkins In Designated Dining Area. J. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “ Clean As You Go” K. Use Of Environment-friendly And Biodegradable Food Packages And Utensils For Packed Meals. Additional Requirements Venue A. To Provide Clean Airconditioned Venue Which Can Accommodate At Least The Number Of Participants Indicated Per Meeting/training With Tables And Chairs. B. To Provide Clean And Accessible Comfort Rooms With Continuous Water Supply, Soap And Tissues At Least One (1) For Female And One (1) For Male. C. To Provide Janitors To Maintain The Cleanliness Of All Comfort Rooms. D. To Provide Standby Generator, In Case Of Power Interruption. E. The Service Provider Shall Not Charge Corkage Fee For Any Food And Drink Brought By Neda Regional Office 5 Inside The Venue. F. To Provide At Least Five (5) Wireless Microphones And Audible And Operational Sound System. G. To Provide At Least One (1) Technical Person To Assist And Operate The Sound System. H. The Venue Should Have An Accessible Emergency Exit With Standby Fire Extinguishers. I. To Provide A Security Guard Or Watchman. J. To Make Available A Water Dispenser In The Venue For The Duration Of The Activity. K. To Provide Projector Or Led Screens For Presentations. L. With Wifi At Least 50mbps Catering Services A. The Neda Regional Office 5 Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of Meeting/training. B. The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Procuring Entity. C. The Service Provider Shall Submit Or Provide Menu For Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits And Fresh Fruit Juices. D. The Service Provider Shall Provide Free Flowing Coffee/tea, Creamer, Sugar, Hot And Cold Water During The Meeting/training To Be Ready At 8:00am. E. The Caterer Shall Schedule Food Tasting At Least A Week Before The Conduct Of The Event. F. The Caterer Shall Serve Consumables Of Snacks And Lunch As Provided In The Schedule Of Requirements Which Shall Be Ready For Inspection By 9:30am For Am Snacks, 11:30am For Lunch And 2:30pm For Pm Snacks. G. The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee The Reservation. H. The Concessionaire Shall Assign At Least Ten Waiters/waitresses In Clean Working Garments In Meeting And Training With: 100 Or More Participants And 2-4 Waiters/waitresses For Meeting/training With Less Than Or Equal To 50 Participants.

ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender

Healthcare and Medicine
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 243 K (USD 4.2 K)
Details: Description "republic Of The Philippines Department Of Health Ilocos Sur Medical Center Heroes Bypass Road, Brgy. Parioc Primero, Candon City, Ilocos Sur" Request For Quotation Company Name: Quotation No. 25-02-0016-01 Company Address: Date: Please Quote Your Best Price On The Item/s Listed Below, Subject To The General Terms And Conditions. Submit Your Quotation Duly Signed By An Authorized Company Representative Not Later Than Until 3:00 Pm Only , Sealed And Enclosed In The Provided Return Envelope To The Procurement Unit Or Via Electronic Mail At Ismc.procurement02 @gmail.com. Quotations Submitted Beyond The Deadline Will No Longer Be Accepted And Are Deemed Disqualified. Karla Mae A. Briones, Md, Dpps Bac Chairperson General Terms And Conditions: 1. All Entries Must Be Written Legibly And In Complete Details. Interlineations, Erasures, Or Overwritings Are Only Valid If Signed By An Authorized Company Representative. 2. The Conditions Of The Offer, Other Than What Is Required By This Request For Quotation Must Be Properly Indicated. Otherwise, Ismc Shall Assume That The Offer Automatically Complies With All The Requirements Of This Request For Quotation. 3. Do Not Leave A Section Blank. Write "no Bid" For The Items Not Applicable. 4. Bidders Shall Submit Brochures With Specification/s Of The Product/s Being Offered, If Necessary. 5. "for Drugs, Medicines, Vaccines And Medical Supplies/devices, The Following Documents Must Be Attached Along With This Quotation: (1) Certificate Of Product Registration; (2) Valid License To Operate; (3) Duly Notarized Dealership Agreements, Distributorship Agreements Or Any Notarized Document Authorizing The Bidder To Sell The Product; (4) Batch Notification For Antibiotics Issued By The Food And Drug Administration (fda) To The Marketing Authorization Holder (mah); And, (5) Lot Release Certificate For Vaccines Issued By The Fda To The Mah." 6. Unless Otherwise Indicated, The Evaluation And Award Must Be Made On A Per Item Basis. 7. Contract Must Be Awarded To The Bidder With The Lowest Calculated Responsive Bid (for Goods And Infrastructure) Or, The Highest-rated Offer For Consulting Services). 8. "for New Bidders/suppliers, The Following Documentary Requirements Must Be Submitted Along With This Quotation As Prescribed By ""annex H"" Of The 2016 Revised Irr Of R.a. 9184: (1) Mayor's/business Permit; (2) Professional License/curriculum Vitae (for Consulting Services); (3) Certificate Of Philgeps Registration; (4) Pcab License (for Infra.); (5) Nfcc (for Infra.); And, (6) Income/business Tax Return (if Applicable)" 9. Notarized Omnibus Sworn Statement (oss) Is Required For Transactions With Abc Above P50k As Prescribed By "annex H" Of The 2016 Revised Irr Of R.a. 9184. 10. Delivery Without The Presence Of An Authorized Representative Shall Not Be Allowed. Item No. Item Description Uom Qty Abc Brand/model Unit Price Total Price 1 Basic Foot Spa Treatment With Basic Nail Care (choice Of Either Manicure Or Pedicure) Lot 486 500.00 243,000.00 Technical Specifications: - "1. Foot Spa Treatment Shall Include Soaking, Exfoliation, Massage, And Moisturizing. Basic Nail Care Shall Include Basic Pedicure Or Manicure. 2. Service Duration Per Person Shall Be At Least 1 Hour. 3. Equipment And Tools To Be Used Shall Be Of Good-quality And Can Accommodate Minimum Of 15 Clients Simultaneously Per Day. 4. Comfortable Chairs, Tables And Other Furniture Shall Be Provided For Each Client. 5. Provider Shall Sanitize Workstations After Each Client, Including Cleaning Surfaces, Tools, And Equipment Used During Services. 6. Products To Be Used Shall Be Non-toxic And Formaldehyde-free. 7. Staff Shall Be In Their Proper Uniform And/or Personal Protective Equipment (ppe) At All Times." - Special Conditions: - "1. The Service Provider Shall Exercise Reasonable Care, Skill, And Diligence In The Performance Of Its Obligations. If The Sp, Its Employees Or Agents, Fail To Do So, Resulting In Damage, Loss, Or Injury, The Sp Shall Be Held Liable For Any Direct Damage Arising From Such Negligence. 2. The Location Shall Be Within 5km Radius From The Ilocos Sur Medical Center, Heroes Bypass Road, Parioc Primero, City Of Candon, Ilocos Sur." - Total Approved Budget For Contract (abc) 243,000.00 Total Offer #ref! For Any Inquiries Regarding This Request For Quotation, Please Call Us At 09538832343 Or Email Us At Ismc.procurement02@gmail.com Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order/notice To Proceed After Having Carefully Read And Understood Your General Terms And Conditions, I Quote You On The Item/s At Price/s Noted Above. Price Validity: Purchase Request No: 25-02-0038 Dated February 04, 2025 Rbac Resolution No: 001 S. 2025 Small Value Procurement Purpose: Wellness Package Services For Ismc Employee During The Conduct Of 2025 Women's And Men's Health Month Celebration Signature Over Printed Name Of Authorized Company Representative Position/designation Contact No./e-mail Address Rommel G. Gacula Signature Over Printed Name Of Designated Canvasser Date Accomplished

Municipality Of Consolacion, Cebu Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 230 K (USD 3.9 K)
Details: Description 1. The Municipality Of Consolacion, Through The Barangay Fund Intends To Apply The Sum Of Two Hundred Thirty Thousand Pesos (p 230,000.00) Being The Abc To Payments Under The Contract For Procurement Of Furnitures And Fixtures For Barangay Health Center And Barangay Hall Of Tilha-ong, Consolacion, Cebu. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Consolacion Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15cd. Bidders Should Have Completed, Within Five (5) 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) No. 9184. 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 The Bac Office Of The Municipality Of Consolacion And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 6, 2025 To February 26, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 6. The Municipality Of Consolacion Will Hold A Pre-bid Conference On February 14, 2025 At 10:00 O’clock In The Morning At The Bac Office Located At The 4th Floor, Municipal Building, Poblacion Oriental, Consolacion, Cebu, 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 On Or Before 02:00 O’clock In The Afternoon, February 26, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025 At 02:00 O’clock In The Afternoon At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Consolacion 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 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Sharon Rose Gigremosa Jakhelene C. Tubin Bac Office 4th Floor, Municipal Building Poblacion Oriental, Consolacion, Cebu 268-3736/232-0392 Consolacionbac@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: A. Lguconsolacion.gov.ph Or B. Philgeps Website Atty. Paolo Crispino C. Sucalit Bac Chairperson Office Tables 5 Sets Materials: Mdf Color: Wenge Or Black Size: 1.0m Dimension: 1000x500x750(wxdxh) Office Cabinet 1 Set Materials: Mdf Color: Brown Drawer: 4 Dimension: 45x62x133(wxdxhxcm) Office Table With Vault 1 Set Materials: Mdf/metal Color: Beige Dimension: W1200mmxd600mmxh750mm Drawer: 3 Wall Of Fame 1 Set Materials: Mdf Color: Light Or Black Dimension: 1000x500x2000(wxdxh) Size: 1m Refrigerator 1 Unit Volume Capacity: 7 Cube Ft. Liters: 195 Liters Dimensions: 525x1290x556(wxhxd) Refrigerant: R134 Door: Platinum Vcm Defrosting Type: Semi-automatic 3 Hp Aircon 1 Unit Indoor: Airflow Rate H/m/l Dimension: 615x845x300mm Hxwxd Weight Mass: 37kg Outdoor: Dimension 615x845x300mm Hxwxd Weight Mass: 37kg Refrigerant: Charge 1.15kg Color: Gray With Installation 20ft Piping Outdoor Bracket, Rubber Installation Charol Electrical Wire Supply, Flushing Testing And Commissioning Office Chairs 5 Sets Dimension: 65(w)x50(d)x129(h) Cm Weight: 23kg Color: Black Swivel And Tilt-lock Functions, Wire Control Mechanism And Adjustable 3d Armset For Perfect Fit

Bureau Of Plant Industry Tender

Food Products
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 770 K (USD 13.1 K)
Details: Description Rfq No. 0091 Pr No. 0222-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Food And Accomodation For The Conduct Of Workshop On Plans/programs And Budget Preparation On February 10-14, 2025 Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: February 3, 2025 (8:15am) 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: February 10-14, 2025 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry 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. " Approved Budget For The Contract: Php 770,000.00 End User: Pmo Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 70 Pax "food And Accomodation Feb. 10-14, 2025 (5 Days) Venue: Manila" 2,200.00 Free Unlimited Use Of Function Hall, Good Sound System, Free Use Of Projector And White Screen, Strong Wifi Connection (rooms And Function Hall), Unlimited Flowing Of Tea And Coffee, Table And Chairs Set Up, Free Pad Paper And Pen, With Welcome Tarpaulin,food-buffet Style, With Presentable Wait Staff, Class Room Type Arrangement And Seperate Table For Registration,free Used Of Hotel Amenities Grand Total 770,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building Of Isabela West Elementary School, Isabela, Negros Occidental 1. The Dpwh, Negros Occidental 2nd District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 9,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gl0090 - Construction Of Multi-purpose Building Of Isabela West Elementary School, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Negros Occidental 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building Of Isabela West Elementary School, Isabela, Negros Occidental Contract Id No. : 25gl0090 Locations : Isabela, Negros Occidental Scope Of Works : Construction Of 1 Storey-3 Classrooms (7m X 7m) With Toilets And Deped Standard Table & Chairs Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 138 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d / Size Range Small B Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh, Negros Occidental 2nd District Engineering Office And Inspect The Bidding Documents At Binalbagan, Negros Occidental During Weekdays From 8:00 A.m. To 5:00 P.m.. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05 - 24, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh, Negros Occidental 2nd District Engineering Office Will Hold A Pre-bid Conference On February 12, 2025, 9:30 A.m. At Bac Conference Room, Dpwh-negros Occidental 2nd Deo, Binalbagan, Negros Occ., Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_negrosoccidental2@dpwh.gov.ph For Electronic Submission On Or Before February 24, 2025, 9:30 A.m.. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 24, 2025, 10:30 A.m. At Bac Conference Room, Dpwh-negros Occidental 2nd Deo, Binalbagan, Negros Occ.. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh, Negros Occidental 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Glory June T. Maravilla Head, Procurement Unit Dpwh, Negros Occ. 2nd Deo Tel. No.: 034-3888256 Loc. 60014 Maravilla.glory_june@dpwh.gov.ph For Downloading Of Bidding Documents: Dpwh.gov.ph Or Https://notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_negrosoccidental2@dpwh.gov.ph Dates Of Publication Philgeps & Dpwh Website : February 05 - 24, 2025 ___________________________________ Engr. Marjorie G. Diño Bac-chairperson

Municipality Of Polillo, Quezon Tender

Security and Emergency Services
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 288 K (USD 4.9 K)
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Rental Of Venue For Basic Incident Command System Training With Accompanying Foods & Room Accommodation -lgu Polillo, Quezon 1. The Municipality Of Polillo, Through The Annual Budget 2025 (5% Calamity Fund: Capability Building) Approved By The Sangguniang Bayan Of Polillo Intends To Apply The Sum Of Two Hundred Eighty Eight Thousand Pesos Only (php 288,000.00) Being The Abc To Payments Under The Contract For Rental Of Venue For Basic Incident Command System Training With Accompanying Foods & Room Accommodation Lgu Polillo, Quezon Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (3) 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) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, 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 Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To January 27, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before January 27, 2025, 2:30pm. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Polillo 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. 10. For Further Information, Please Refer To: Deborah B. Marasigan Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson 1 Lot Rental Of Venue With Accompanying Foods & Room Accommodation Function Hall (can Accommodate 50 Persons) Inclusions: - Use Of Function Hall For At Least 14 Hrs/day For 3 Days - Water Dispenser With Purified Drinking Water In The Function Hall - Provisions Of Candies And Flowing Coffee During Session - Use Of Technical Equipment (sound System With Microphones And Batteries If Wireless, White Board Erasers And Screen, Lcd Projector & Free Wi-fi Access - Basic Set-up Of Chairs & Tables Meals For Day 0 (for 45 Persons) Dinner: Clear Soup, Inihaw Na Pork Liempo, Chicken Tinola, Binagoongang Talong, Steamed Rice, Pandan Jelly Meals For Day 1 (for 45 Persons) Breakfast: Longganisang Sariaya, Sunny Side-up Egg, Garlic Fried Rice, & Coffee Am Snacks: Chami, Puto & Juice Lunch: Cream Of Mushroom, Pork Bistek, Fried Chicken, Pinakbet, Steamed Rice, Minatamis Na Saging Pm Snacks: Tuna Sandwich With French Fries & Juice Dinner: Crab & Corn Soup, Breaded Pork Chop, Chicken Adobo, Sauteed Vegetable Pear, Steamed Rice, Macaroon Meals For Day 2 (for 45 Persons) Breakfast: Luncheon Meat, Garlic Fried Rice, Scrambled Eggs & Coffee Am Snacks: Pancit Lucban, Cassava Cake & Juice Lunch: Nido Soup, Lumpiang Shanghai, Chicken Menudo, Adobong Kangkong, Steamed Rice, Minatamis Na Kamote Pm Snacks: Fresh Lumpiang Ubod With French Fries & Juice Dinner: Cream Of Mushroom Soup, Sweet & Sour Pork, Breaded Chicken, Fillet Tortang Talong, Steamed Rice, Coffee Jelly Fellowship: Provision Of Drinks & Finger Foods Meals For Day 3 (for 45 Persons) Breakfast: Skinless Longganisa, Sunny Side-up Egg, Garlic Fried Rice & Coffee Am Snacks: Chicken Sopas, Bread & Juice Lunch: Clear Soup, Meat Balls With Sweet & Sour Sauce, Adobong Manok Sa Gata, Bean Sprout, Steamed Rice, Gulaman Pm Snacks: Egg Sandwich With French Fries & Juice Room Accommodation For 3 Nights (for 45 Persons) Room For Sharing Room Amenities & Inclusions: Hot & Cold Water Toiletries

Metropolitan Waterworks And Sewerage System Tender

Food Products
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 480 K (USD 8.2 K)
Details: Description The Metropolitan Waterworks And Sewerage System-corporate Office (mwss-co) Through Its Bids And Awards Committee (bac) Will Undertake The “procurement Of Catering Services For The 147th Mwss Anniversary Dinner On 17 February 2025” At The Mwss Multi-purpose Hall, Which Will Start At 4:00 Pm Until 10 Pm, Per Officer Order No. 2025-049. The Mwss-co Hereinafter Referred To As The “the Procuring Entity” Now Request You To Submit Price Quotation For The “procurement Of Catering Services For The 147th Mwss Anniversary Dinner”, As Specified Hereunder: Item Description/minimum Specifications Catering Services For The 147th Mwss Anniversary On 17 February 2025 For Minimum Of 225 Individuals (guaranteed): Menu: Starters, Soup And Salad 2 Appetizer Potato Chips With Truffle Dip Melba Toast With Salmon Caviar Pie 1 Soup (served With Roll And Butter), An Option To Choose From Among: Cream Of Mushroom Soup With Truffle Oil Cream Of Pumpkin Soup 1 Salad, An Option To Choose From Among: Tropical Salad With Fruit Vinaigrette Spinach And Arugula Salad With Tuna And Dressing Desserts And Drinks: 2 Desserts Caramel Panna Cotta Fruit Pavlova 1 Drink, An Option To Choose From Among: Pandan And Lemongrass Juice Cucumber Lemonade Mains: 1 Beef, An Option To Choose From Among: Slow Roast U.s. Beef Belly In A Carving Station Slow Roast U.s. Beef Belly Filipino Style In A Carving Station 1 Chicken, An Option To Choose From Among: Roasted Chicken Cooked With Its Own Natural Juices From Cooking With Mushroom Medley Chicken Scallopini With Chardonnay Leek Cream Sauce 1 Seafood, An Option To Choose From Among: Assorted Seafood Tempura (on-the-spot Cooking) Shrimp Tempura (on-the-spot Cooking) 1 Pasta/noodle, An Option To Choose From Among: Linguine In Garlic And Oil With Italian Sausage Penne With Wild Mushroom And Truffle Cream Sauce 1 Vegetable, An Option To Choose From Among: Assorted Mixed Vegetables With Pesto Zucchini And Potato Sprinkled With Breadcrumbs And Grated Cheese 1 Steamed Pandan Rice Purified Drinking Water And Brewed Coffee / Hot Tea Other Requirements: Provision Of Two (2) Complete Buffet Table Set-up With Elegant Skirting And Centerpiece Arrangement Beverage Table/bar Dinner Plates, Glasses And Cutleries Guest Tables (8 Or 10 Seater) With Tablecloth And Centerpiece Arrangement Tiffany Chairs For 225 Pax Well-trained, Neat, Presentable, And Uniformed Servers Enough To Handle/serve 225 Guests. Ingress – Not Earlier Than 7:00 Am Of 17 February 2025 Egress – Immediately After 10:00 Pm Of 17 February 2025 All Items Listed In The Above Specifications Must Be Complied On A Pass/fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Prospective Service Provider Shall Submit A Certificate Of Satisfactory Performance From At Least Two (2) Clients, Whether From Government Or Private Issued In Cy 2024. The Award Shall Be Given To The Lowest/single Calculated Responsive Quotation As Evaluated And Determined By The End-user. The Mode/method Of Procurement Shall Be In Accordance With Section 53.9 Small Value Procurement Of The Irr Of Ra 9184. The Approved Budget For The Contract (abc) Per Office Order No. 2025-049 Is Four Hundred Eighty Thousand Pesos (₱480,000.00) In Philippine Currency Inclusive Of Twelve Percent (12%) Vat And Other Charges. Quotation Submitted Higher Than The Abc Shall Be Automatically Rejected. Proper Sanitation In Accordance With Law (under “food Establishment” As Stipulated In Presidential Decree No. 856) Shall Always Be Observed. The Provider Shall Guarantee That Food Is Prepared In Accordance With Sanitation Law And Shall Maintain Safe And Clean Food, Equipment, And Other Facilities In The Surrounding Areas Of The Activity. Quotations Must Be Delivered At The Address Below Not Later Than The Office Hours On 04 February 2025 (until 10:00 A.m., Philippine Standard Time). Online Submissions Shall Be Rejected. Kindly Submit Your Documents In A Properly Sealed Envelope To The Address Below. You May Utilize Courier Services. Mwss Shall Not Be Held Liable For Late Submission And/or Damages Incurred Of The Bid Submitted Through Courier Services. The Bac-secretariat Chairperson Metropolitan Waterworks And Sewerage System 4th Floor, Administration Building, Mwss Complex, Katipunan Road, Balara, Quezon City Mobile No. 0917-808-50636 The Mwss-co Bids And Awards Committee (bac) Through Osd As End-user Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Shopping Process Or Reject All Quotations At Any Time Before Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/s. The Mwss-co Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionally Of The Equipment And The Capability Of The Supplier To Perform The Contract. The Prospective Supplier Shall Submit The Following: Filled-out Price Quotation Form (annex “a”) Mayor’s/business Permit Proof Of Philgeps Registration Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate (the Form Can Be Accessed And Downloaded From The Gppb Website)

City Of Bais Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.3 Million (USD 22.3 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Construction Of New Fill Cell (phase Ii), City Environment And Natural Resources Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 708-24 Php 1,309,550.00 1 2230 Sq. M. Hdpe 1.5mm Thick (including Installation) 4 20 Lgth. Sewer Pipe S 1000, 6" Dia. X 6m 5 15 Lgth. Sewer Pipe S 1000, 8" Dia. X 6m 6 2 Lgth. Wye S-1000, 6"dia. 7 3 Lgth. Elbow 45 Deg., S-1000, 6"dia. The Approved Budget For The Contract Is To Be Taken From Construction Of New Fill Cell (phase Ii) (8919-1-07-02-99(1)c1). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee

City Of Bais Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Construction Of New Fill Cell At Sanitary Landfill, City Environment And Natural Resources Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 707-24 Php 1,371,550.00 1 2460 Sq. M. Hdpe 1.5mm Thick (including Installation) 4 4 Lgth. Sewer Pipe S 1000, 6" Dia. X 6m 5 2 Lgth. Sewer Pipe S 1000, 8" Dia. X 6m 6 2 Lgth. Wye S-1000, 6"dia. 7 3 Lgth. Elbow 45 Deg., S-1000, 6"dia. The Approved Budget For The Contract Is To Be Taken From Construction Of New Fill Cell At The Sanitary Landfill (8919-1-07-02-99(1)d3). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
7131-7140 of 7283 archived Tenders