Chair Tenders
Chair Tenders
Department Of Tourism Region Xi Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description I. Background And Rationale The Philippine Travel Tour Expo (ptte) Is One Of The Country's Leading Tourism Events, Organized Annually By The Philippine Travel Agencies Association (ptaa) At The Smx Convention Center In Pasay City. The Expo Serves As A Major Platform For Promoting Both Local And International Travel Offerings, Bringing Together Travel Industry Professionals, Businesses, And Enthusiasts To Explore The Diverse Tourism Opportunities In The Philippines. The Event Aims To Foster Growth Within The Tourism Sector While Providing A Venue For Business Networking And Collaboration. Since Its Inception In 1994, The Ptte Has Significantly Grown In Scope, Attracting A Wide Range Of Participants Such As Travel Agents, Tour Operators, Hotels, Resorts, And Individual Travellers. The Expo Showcases A Variety Of Travel-related Services, Including Vacation Packages, Flights, Accommodations, And Emerging Travel Technologies. It Also Highlights Different Regions And Destinations Across The Philippines, Emphasizing The Country’s Cultural Heritage, Natural Beauty, And Unique Tourism Experiences. The Event Offers Exclusive Deals And Promotions, Making It A Popular Destination For Both Business And Leisure Travellers. The Department Of Tourism Xi Views Ptte As A Valuable Opportunity To Promote The Davao Region’s Tourism Products And Attractions. With The Goal Of Boosting Tourism Recovery, Dot Xi, Alongside Local Government And Private Sector Partners, Will Participate In The Expo By Setting Up A Dedicated Booth To Showcase Davao’s Destinations And New Tourism Circuits. This Initiative Aligns With Their Efforts To Strengthen Domestic Tourism In The Region And Market It Effectively To The National Capital Region (ncr) Audience, Helping Ensure The Sustainable Growth Of The Local Tourism Industry. Ii. Objectives 1. To Showcase And Promote The Davao Region Tourism Products And Services In The National Capital Region And Other Regions In The Philippines 2. To Provide Opportunities For Trade Expansion And Consumer Engagement For Davao Region Tourism Stakeholders 3. To Provide An Avenue For Davao Tour Operators To Connect, Build A Network And Create New Businesses With Their Counterparts In Central Philippines 4. To Support The Sustainability Of The Existing Davao To Ncr Routes And Other Regional Air Routes Iii. Program Design The Dot Regional Office Xi Will Participate As Exhibitor And Will Conduct Customer-to-customer And Business-to-business Engagements. Event Components • Main Booth Exhibit: Showcase Of The Davao Region Provinces Partnered With Local Tour Operators • B2b Activity: Participation Of The Delegation To The Main B2b Activity By The Ptaa Iv. Scope Of Work A. Booth Construction And Design 1. Coordinate With The Organizer For Guidelines/ Instructions On Booth Installation. 2. Supervise And Facilitate Ingress And Egress, Booth Set-up And Installation, Maintenance And Dismantling; 3. Secure Required Forms And Permits For The Smooth Installation Of The Booth. 4. Assignment Of Stand-by Manpower For The Duration Of The Event To Manage On-site Problems; 5. Design And Construction Of The Dot Davao Booth, With The Following Details And Inclusions To Wit: All Design And Landscaping Materials And Procedures For A Two (2m Deep) (3m Long) Or 12 Sqm Booth With Platform Raw Space Booth; Led Wall Or Maximum Size Television For Audio-visual Presentations In The Booth Back Printed High-resolution Tarpaulins Sintra Boards/ Lighted Build Up Up Lights And Floodlights Counters With Storage (number Of Counters To Be Identified) Additional Storage Area For Safekeeping Of Items. Column Fabricated Wall-type Design Décor, Chairs And Tables (dependent On The Design) Provision Of Sound System Provision Of Water Dispenser With Daily Supply Water Gallon Installation And Disassemble Services Freight Services For Any Items/elements To Be Owned By Dot Xi B. Deliverables Of The Contracting Party: 1. Activity Report 2. Photo Documentation 3. Statement Of Account 4. Official Receipt C. Design Pegs: V. Project Requirement And Scope Of Deliverables Terms During The Service And Expected Output (a) The Supplier Shall Propose Design Incorporating The Aesthetic Elements And Components That Depict The Icons And Destinations Of Davao Region; To Incorporate New Davao Region Branding (b) The Proposed Design & Lay-out And Other Elements Shall Be For Approval Of Dot Xi Vi. Proposed Budget Of The Contract (abc): • The Total Approved Budget For The Procurement For The Services Of A Booth Contractor For The Davao Region Booth For The 32nd Ptaa Travel Tour Expo Is Two Hundred Thousand Pesos Only (php 200,000.00) Inclusive Of All Applicable Government Taxes” • Terms Of Payment: Government Procedure/willing To Provide Services On A Send Bill Arrangement Payable Within Thirty (30) Working Days. Vii. Minimum Requirements Requirements: (to Submit Sufficient Documents) 1. Company Profile Or Portfolio; 2. Must Have Handled Dot Accounts And Must Provide A List Of Previously Conducted Events/service For “booth Contractor” (within The Last 3-6 Months); (contracts/po) 3. Must Be Smx Convention Center Accredited (accreditation Certificate) 4. Valid Bidding Documents (as Required By The Procurement Law/dot Xi Procurement Division) A. Valid Philgeps Registration B. Valid Mayor’s Permit C. Dti/sec Registration Certificate D. Tin Certification E. Other Applicable Documents As Required 5. Must Be A Manila-based Company (not A Subsidiary Company) Viii. Payment Procedure Send-bill Arrangement: (payable Within 15-30 Days Upon Receipt Of The Statement Of Account From The Supplier) Official Billing Details: Tanya Rabat-tan Regional Director, Department Of Tourism-xi Unit 1-5, Ground Floor, Cope Development Corporation Building 2, Cm Recto St., Davao City Ix. Project Officers/contact Persons: Marketing & Promotion Division: Kamille M. Araneta Procurement Division: Bon Jovi Cabreros/nathania Molina Contact Nos: 09171696215/09472506686 Email: 2021dotxi.procurement@gmail.com/dot11mpd@gmail.com Other Information: Dot Xi Rbac Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. It Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation.
DEPARTMENT OF TOURISM REGION I Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 124.8 K (USD 2.1 K)
Details: Description Terms Of Reference Project: Procurement Of Event Management Services For The Participation Of Region 1 In The Philippine Travel Agencies Association (ptaa) 32nd Travel Tour Expo On February 7-9, 2025 Project Background The 32nd Ptaa Travel Tour Expo 2025 Will Take Place From February 7 To 9, 2025, At Halls 1- 4 And Function Rooms 1-4 Of The Smx Convention Center, Mall Of Asia, Pasay City. With The Theme “beyond Borders,” This Year’s Travel Tour Expo Aims To Inspire And Connect The World Through The Transformative Power Of Travel, Highlighting The Unparalleled Wonders That Lie Beyond Our Borders. This Premier Event Offers An Exceptional Platform To Explore Cutting-edge Innovations, Discover Opportunities, And Forge Connections That Transcend Geographical And Cultural Boundaries. Widely Regarded As A Cornerstone Event In The Travel And Tourism Calendar, The Travel Tour Expo Gathers A Remarkable Array Of Industry Players. These Include Travel Agents, Tour Operators, Airlines, Hotels, Resorts, Entertainment And Theme Parks, Providers Of Travel Essentials, Food Businesses, And Other Travel-related Establishments. The Expo Has Consistently Shattered Records In Terms Of Exhibitor Participation, Visitor Attendance, And Production, Solidifying Its Reputation As The Philippines’ Leading Event For Showcasing The Best In Tourism, Travel, Hospitality, And Allied Industries From Both Local And International Markets. As Part Of Its Ongoing Mission To Strengthen, Intensify, And Sustain Marketing And Promotional Efforts, Dot Region 1 Will Proudly Showcase The Rich Offerings Of Its Four Provinces. Representatives From Provincial And Municipal Tourism Offices, Along With Travel And Tour Operators, Hotels, Resorts, And Other Tourism-related Entities, Will Join The Dot Region 1 Team To Highlight Newly Developed Products, Destinations, And Tourism Circuits. The Region 1 Booth Will Feature An Inviting Lounge And Food-tasting Corner, Where Visitors Can Sample The Region’s Vibrant Culinary And Gastronomy Offerings. As Part Of Product Activation Efforts, A Region 1 Presentation Is Scheduled On Either The Second Or Third Day Of The Event. This Will Include Product Showcases, Engaging Displays, And Interactive Games To Captivate And Inspire Attendees. Booth Size: 12 Sqm (2 Units- 3m X 2m ) Booth Height: 8 Ft (max) Approved Budget Of The Contract The Approved Budget Of The Contract Is One Hundred Twenty-four Thousand Eight Hundred Fifty Pesos Only (php 124,850.00) Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Scope Of Service The Service Provider Shall Provide The Necessary Logistical Requirements For The Implementation Of The Participation Of The Department Of Tourism Region 1 In The 32nd Travel Tour Expo 2025 With Requirements And Details As Specified Below: Expenses Particulars Unit/pax Frequency Region 1 Booth Enhancement Provision And Supply Of Labor, Materials, And Professional Services To Execute The Concept, Design, Layout, Creatives, Installation And Dismantling Of The Department Of Tourism Region 1 (dot Ro1) – Ilocos And Pangasinan Region Including Payment Of Any Fees During The Ingress A. Tv With Stand 55 To 60 Inches B. Customized Background Walls And Ceiling Featuring Major Destinations C. All Photos Should Be Highresolution Printed And Mounted In Sintraboard Or Its Equivalent D. Artificial Grass For Flooring E. To Incorporate The Dot Logo And Love The Philippines In The Design F. #findtheoneinregion1 Marquee Letter G. 2 Customized Counter With Cabinet For Storage And High Chairs That Can Accommodate 2 Pax Per Table H. Strategically Located Electrical Outlets And Storeroom I. Quality Led Lighting Or Pin Light For The Booth And Displays And Photos J. Provision Of Standby Manpower For Booth Maintenance Note: Pls Submit 2 Designs For Approval Of Dot Region 1 Note: Pls See Attached Floor Plan Lot Ingress/egress Installation And Dismantling Promotional Materials Tokens Of R1 Products For Vvip Guests With Customized Packaging 30 Pcs Customized Find The One T-shirt For The Dot Guests 20 Pcs Food Tasting Provision And Supply Of Curated R1 Food Products For The Food Tastings For 3 Days Good For 100 Pax Per Day 3 Days Other Requirements Include: The Supplier To Process And Shoulder Necessary Permits, Fees And Other Papers Relative To The Installation And Dismantling Of The Region 1 Booth. The Service Provider Shall Work In Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Project Under A Pre-approved Itinerary. Any Changes In The Itinerary And Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Reminders To Bidders: 1. Please Note That Projects Will Be Awarded As One Lot. 2. All Bidders Must Submit A Copy Of Their Mayor’s/business Permit (business Permit Application, If Applicable), Philgeps Certificate/number, And Original Omnibus Sworn Statement (notarized) With Their Original Copy Of Quotations/proposals On Or Before The Indicated Deadline On The Philgeps Website In Order For Proposals To Be Considered And Qualified. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250. 4. Please Send Your Quotation And Bid Documents To Mr. Bon Derryl G. Pugal- Bac Secretariat At 2/f Nisce Business Center Bldg., Barangay Catbangen, San Fernando City, La Union. You May Send An Advance Copy Of Your Documents Through The Bac Secretariat At The Email Address: Dotregion1bac@gmail.com. Please Note That We Still Need To Receive The Original Documents For Us To Consider Your Bids.
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 365.4 K (USD 6.2 K)
Details: Description Invitation To Bid For The Venue, Accommodation, Meals And Snacks For The Capacity Building Of The La Trinidad Civil Society Organization 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Three Hundred Sixty Five Thousand Four Hundred Pesos (php365,400.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Venue, Accommodation, Meals And Snacks For The Capacity Building Of The La Trinidad Civil Society Organization. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-12-6188-mo Name Of Project: Venue, Accommodation, Meals And Snacks For The Capacity Building Of The La Trinidad Civil Society Organization Project Location: La Trinidad, Benguet Contract Duration: To Be Arranged With The Implementing Office Upon Receipt Of The Notice To Proceed (6 Days) Brief Description: Qty. Unit Description 120 Pax Accommodation (1 Night And 2 Days) Room Requirements: - Air Conditioned - No Bed Sharing -2-3 Pax Per Room With Single Bed -inclusions: Free Amenities, Hygiene Kits: Shampoo, Dental Kit, Bath Soap, Towel Function Hall: - Free Use Of Hall -with Sound System -projection Screen Set For Avp -5 Wireless Mic -tables And Chairs To Accommodate The Participants Venue: Must Be Therapeutic, Nature Landscape View With Swimming Pool To Accommodate The Participants For Mental Health Activities After Sessions 120 Pax Meals And Snacks For 2 Days Breakfast (2nd Day: Complimentary/free): Choices Of Hotdogs, Longanisa, Eggs, Fried Fish With Tomatoes With Rice And Fruits Am Snack (2 Days): Choices Of Pasta/bread Plant/ Fruit Based Drinks 300ml Or Bigger Pm Snack (2 Days): Choices Of Pasta/ Bread Plant/fruit Based Drinks 300ml Or Bigger Lunch (2 Days): Choices Of 2 Meat And 1 Vegetable/seafoods Rice Soup Fruits/ Dessert Dinner (1 Day): Choices Of 2 Meat And 1 Vegetable/seafoods Rice Soup Fruits/ Dessert Inclusions: Overflowing Coffee, Juice, Drinking Water With Complete Amenities: Mugs/cups, Coffee Stirrer, Sugar Creamer 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 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – 22, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 22, 2025 At 9:00am. 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 15. 9. Bid Opening Shall Be On January 22, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity
Torrijos Poblacion School Of Arts And Trades Tender
Furnitures and Fixtures
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 157 K (USD 2.7 K)
Details: Description Bids And Awards Committee The Torrijos Poblacion School Of Arts And Trades (tpsat), Through The Bids And Awards Committee (bac) Hereby Invites All Eligible Distributor/suppliers To Quote Their Prices On The Listed Below, Subject To General Conditions Stated Herein, For The Period From February 19, 2025 To February 26, 2025 For The Following: Name Of Project Improvement Of Rac Workshop’s Learning Resource Center And Comfort Room For Male, Female, And Pwds (rac Building) Furniture And Fixtures Project Description Furniture And Fixtures For The Improvement Of Rac Workshop’s Learning Resource Center And Comfort Room For Male, Female, And Pwds (rac Building) Location Torrijos Poblacion School Of Arts And Trades Torrijos, Marinduque Approved Budget Php 157,000.00 (one Hundred Fifty Seven Thousand Pesos) Terms And References The Objective Of The Procurement Is To Comply With The Provision Of Ra 9184 On The Government Procurement Process. This Is Also To Ensure The Transparency Of All Government Transaction As Mandated By Law. With The Procurement Of Goods, It Is Serves As Documentary Requirements As Stated In The Coa Circular 2012 – 001 Entitled “revised Documentary Requirements For Common Government Transaction”. Furniture And Fixtures For The Improvement Of Rac Workshop’s Learning Resource Center And Comfort Room For Male, Female And Pwds (rac Building) Are Specified In This Quotation. Specific Deliverables: 1. The Technical Specifications Of Requested Items Are As Follows: Furniture And Fixtures Code Project/program Quantity Unit 2025- 043 3 Sets (x4) Computer Table 2x2 Tubular Frame With Shelves For Cpu And Drawer For Key Board, Aluminum Composite 0.08mx3.00mx0.60m 3 Sets 2025- 044 20 Office Chairs Stackable 0.80mx0.45mx0.42m 20 Pcs 2025- 045 1 Set Lrc Book Shelve, Tubular Frame With Aluminum Composite, 5 Layers .030mx2.40mx1.4m 1 Set 2025- 046 2 Swing Door For Cr, White Frame 2 Pcs 2025- 047 1 Swing Door For Cr, 2x4 Tubular Frame, With Yp 200 Complete Hardware And Accessories 0.80mx2.10m 1 Pcs 2025- 048 1 Pc Top Glass For Lrc Table, 10mmthk, Tempered Bronze Glass 0.70mx1.65m 1 Pc 2025- 049 1 Set Jalousie Windows 2x4 Tubular Jamb, Jalouplus Frame 11 Blades 6mm Ref Bronze Glass 2.00mx1.10m 1 Set 2025- 050 2 Set Jalousie Windows 2x4 Tubular Jamb, Jalouplus Frame 11 Blades 6mm Ref Bronze Glass 2.75mx1.10m 2 Set 2025- 050 Curtain Window Roller Blinds (100cm Width X 160 Cm Height) Color: Gray 8 Pcs 2. Interested Supplier Are Required To Submit Their Valid And Current Mayor’s Permit, Philgeps Registration Certificate (platinum), Price Quotation Form (annex A) And Schedule Of Requirements (annex B). 3. The Winning Bidder Shall Submit A Certificate Of Warranty Stating Therein The Coverage Period Shall Commence Based On The Date Of Acceptance. 4. Any Items Found Defective Within 10 Calendar Days Of Delivery Shall Be Replaced With A New Unit. The 10 Calendar Day Period Shall Commence From The Date Of Delivery Receipt, As Acknowledged By Tpsat. Ii. Schedule Of Delivery The Delivery Of Equipment Shall Be 10 Calendar Days From The Receipt Of The Corresponding Notice To Proceed. Iii. Remuneration And Terms Of Payments The Supplier Shall Be Paid In Full Upon Tpsat Issuance Of Certificate Of Acceptance. Iv. Approved Budget The Approved Budget Amount Is Php 157,000.00 (one Hundred Fifty Seven Thousand Pesos) V. General Conditions 1. All Quotations Must Be Delivered To The Address Stated Below Prior To The Closing Of Submission Of Bids. 2. The Deadline For The Submission Of Bids Will Be On Or Before February 27, 2025 (thursday) At 8:00 Am. 3. Bid Opening Shall Be On February 27, 2025 (thursday), 10:00 Am At Fos Workshop, Tpsat, Poctoy, Torrijos Marinduque. Bids Will Be Opened In The Presence Of The Bidder(s) Representatives Who Chose To Attend. Late Bids Shall Not Be Accepted. After The Bid Opening, A Detailed Evaluation Of The Financial Component Of The Eligible Bid/s Shall Be Conducted To Determine The Lowest Calculated And Responsive Quotation. Only The Bidder With The Lowest Calculated Quotation Shall Be Notified Within Seven (7) Calendar Days To Submit Post-qualification Documents. 4. All Quotations Shall Be Considered As Fixed Prices And Not Subject To Price Escalation. For Further Information, Please Refer To: Loverell V. Rejano Secretariat Torrijos Poblacion School Of Arts And Trades Poctoy, Torrijos, Marinduque Email: Lvrejano@tesda.gov.ph For Further Inquiries Please Contact Loverell V. Rejano At Contact Number (042) 332-0566 Or (042) 332-0560. The Quotation/proposal Must Be Submitted And Delivered To The Address Indicated Below. Bids And Awards Committee Secretariat Torrijos Poblacion School Of Arts And Trades Poctoy, Torrijos, Marinduque 4903 The Torrijos Poblacion School Of Arts And Trades Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s, And To Accept Only Offer Most Advantageous To The Government. The Tpsat Has No Responsibility Or Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotations/bids. Ma. Teresita A. Ferrer Chairperson
NATIONAL POLICE COMMISSION REGION VIII Tender
Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 K)
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-
City Of Bais Tender
Publishing and Printing
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 250 K (USD 4.2 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 To Be Used Of This Office, City Treasurer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 576-24 Php 250,000.00 2 1 Unit Digital Duplicator Print Speed 80-130 Copies Per Minute Resolution Master Making 300 X 400 Dpi Resolution (fine Mode) Flatbed Type Scanning 600 X 600 Dpi 300,000 Prints Per Month Duty Cycle Enlarger / Reducer 141%, 122%, 115%, 100%, 93%, 87%, 82%, 71% Image Mode - Letter, Photo, Letter/photo Auto Separation, Pencil, Tint Printing Area - B4 Drum 250 X 355 Mm 1000 Sheets Paper Tray Capacity 1000 Sheets Paper Delivery Capacity Master B4 260 Cuts Free: 2 Machine Cabinet Free: 1 Set Consumables 1 Crg Copy Printer Ink 500ml 1 Roll Copy Printer Master 260 Cutsl The Approved Budget For The Contract Is To Be Taken From Office Equipment: 1-07-05-020 Cy 2020, 2022, 2023. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
City Of Bais Tender
Automobiles and Auto Parts
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.4 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 Use In The City Engineer’s Office (construction And Water Works Division), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 553-24 Php 3,950,000.00 2 1 Unit Brand New Water Tanker Truck (6-wheeler) Engine Specifications: 4-cylinder, Turbo-intercooler, Commom-rail Direct Injection Euro Iv, 16-valve Diesel Engine Displacement: 5,193 Cc Maximum Output: 114 Kw/2,600 Rpm Maximum Torque: 419 N-m/2,600 Rpm 115b X 125s Transmission - 5-speed Manual Drive: 4 X 4 Gross Vehicle Weight: 6,000 Kg Fuel Tank Capacity: 101 L Tire And Wheels: 7.50-r16-10r Ac Cabin Fog Lamp Equiped Color White Body: 4,000 L W/ 3.0 Thick Ss, Equipped With 1 Pc Manhole, 2.0 Mm Division And 2.0mm Swash Plate Pump System Specs: Engine: Single-cylinder, 4 Stroke, Air Cooled Gasoline Engine Rated Power: 27 Hp Fuel Capacity: 12l Starting Type: With Electric Start W/ Complete Accessories Inclusions: Tint, Seat Cover, Floor Mats, Ewd, Basic Tools, And Lto Registration (government Issued Plate, Inclusive Of Gsis Comprehensive Insurance Coverage) Warranty: Three (3) Year Or Unlimited Mileage Decals: Bais City Seal After Sales Service Within Negros Island The Approved Budget For The Contract Is To Be Taken From Purchase Of Heavy Equipment For Rehabilitation And Improvement Of Local Roads & Other Infrastructure 8918-1-07-06010(2)b. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
City Of Bais Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 145.8 K (USD 2.5 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Repair And Maintenance-infrastructure Assets (c) Bridges (brgy. Canlargo), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 53-25 Php 145,870.00 1 50 Pcs. 2" X 3" X 12' G. Melina 2 85 Pcs. 2" X 2" X 12' G. Meina 3 15 Shts. 1/4 X 4 X 8' Mar. Plywood 4 16 Kls. Common Wire Nails # 4" 5 8 Kls. Common Wire Nails # 3" 6 5 Kls. Common Wire Nails # 2" 7 3 Kls. Common Wire Nails # 1" 8 60 Bags Portland Cement 9 3 Cu.m Sand (fine Aggregates) 10 3 Cu.m Gravel (coarse Aggregates) 11 55 Lngth 10mm Ø X 6.0m Def. Bar 12 40 Lngth 12mm Ø X 6.0m Def. Bar 13 18 Kls. G.i Tie Wire # 16 14 10 Pcs. Hacksaw Blade 15 18 Lngth 1 1/2" Ø X 20' G.i Pipe 16 3 Gals. Metal Primer 17 2 Gals. Quik Dry Enamel (white) 18 4 Pint Oil Tinitng Color (raw Sienna) 19 4 Pcs. Paint Brush 2" 20 3 Pcs. Paint Brush 1" The Approved Budget For The Contract Is To Be Taken From Gen. Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
City Of Bais Tender
Others...+1Electrical and Electronics
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 189.7 K (USD 3.2 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Installation Of Electrical House Wiring For 40 Units Temporary Shelter For Typhoon Odette Victim At Barangay Lapaz, Bais City, Rev I, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 38-25 Php 189,710.00 1 40 Pcs Miniature Electrical Panel, 4-ways 2 450 Mtrs. 8.0mm² Thw Coppern Conductor 3 40 Pcs 3/4 Inch Dia Entrance Cap 4 40 Pcs 3/4 Inch Pvc Orange Male Adapter With Locknut 5 600 Pcs 1/2 Inch Pvc Orange Male Adapter With Locknut 6 10 Cans Pvc Solvent Cement 1/4 Liter Per Can 7 80 Pcs 7 Watts Led Lighting 8 40 Set Secondary Rack With Spool (single) 9 600 Mtrs. 10 Mm² Thw Copper Conductor 10 130 Pcs 1/2 Inch Dia Electrical Pvc Long Elbow The Approved Budget For The Contract Is To Be Taken From Supplemental 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Province Of Occidental Mindoro Tender
Laboratory Equipment and Services
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.4 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Laboratory Supplies And Equipment For Ccje Students At Omsc Labangan And Omsc Sablayan 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Laboratory Supplies And Equipment For Ccje Students At Omsc Labangan And Omsc Sablayan Under Reference No. B-8661-24-48/omsc Rfq 25-009 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Item Description Quantity / Units Total Abc (php) 1) Contact Proof Printer 1 Piece 27,500.00 2) Fingerprint Card Holder 6 Pieces 27,216.00 3) Developing Tank With Reel For 120mm 2 Pieces 18,260.00 4) Developing Tank With Reel For 35mm 3 Pieces 17,490.00 5) Caliper 2 Pieces 8,800.00 6) Crime Scene Sketching Kit 1 Set 13,445.00 7) Fingerprint Brush 15 Pieces 19,875.00 8) Fingerprint Ink Roller 5 Pieces 19,800.00 9) Universal Fixer For Film & Paper 1 Galloon 3,520.00 10) Inking Slab 6 Pieces 3,960.00 11) Fingerprint Paste Ink 6 Tubes 4,410.00 12) Horseshoe Fingerprint Lens For Classification 7 Pieces 174,174.00 13) Fingerprint Pointer 6 Pieces 12,540.00 14) Taper Gauge 2 Pieces 6,131.40 15) Triple Darkroom Timer 2 Pieces 7,700.00 16) Darkroom Developing Trays 3 Sets 6,600.00 17) Trigger Pull Measuring Device 1 Piece 8,364.20 18) Document & Money Detector (uv/ir Handwriting Analysis) Desktop 1 Piece 60,500.00 19) Crime Scene Investigation Kit 1 Set 46,100.00 20) Beaker 100 Ml 12 Pieces 4,752.00 21) Beaker, 400 Ml 12 Pieces 5,913.60 22) Beaker, 600 Ml 12 Pieces 5,460.00 23) Bunsen Burner 12 Pieces 14,282.40 24) Burette Acid, 100 Ml 12 Pieces 31,917.60 25) Burette Clamp, Single Metal 12 Pieces 8,791.20 26) Clay Triangle, 75mm 12 Pieces 1,900.80 27) Crucible And Cover, 100 Ml 10 Pieces 4,191.00 28) Crucible Tong 12 Pieces 8,791.20 29) Erlenmeyer Flask, 250 Ml 12 Pieces 2,402.40 30) Evaporating Dish, 75mm 12 Pieces 1,893.12 31) Florence Flask, 1000 Ml 12 Pieces 8,395.20 32) Funnel, 75mm 12 Pieces 2,660.89 33) Graduated Cylinder, 50 Ml 9 Pieces 6,088.50 34) Iron Clamp, 75mm, 3" 12 Pieces 4,672.80 35) Foldable Magnifying Glass 90 Pieces 58,500.00 36) Mortar And Pestle, 75mm 12 Pieces 3,432.00 37) Reagent Bottle, 500ml 12 Pieces 7,788.00 38) Test Tube Holder 12 Pieces 312.00 39) Test Tube Rack 12 Pieces 5,491.20 40) Long Table 20 Units 270,600.00 41) Photo Print Dryer 1 Unit 30,900.00 42) Stereoscopic Microscopes 3 Units 130,185.00 43) 12 Ga Pump Action Shotgun 1 Unit 38,250.00 44) Cushion Portable Polygraph Chair 1 Unit 37,500.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 44-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is Ninety (90) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 07 To 14, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 11, 2025 - 2:00 Pm At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, Contact Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Supply And Delivery Of Criminology Laboratory / Supplies And Equipment Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission (5% Of The Abc) Or Iii. Notarized Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule Advertisement/ Posting Of Request For Quotation February 07 To 14, 2025 Availability Of Request For Quotation Beginning February 07 To 14, 2025 Pre-negotiation Conference February 11, 2025 (tuesday), 2:00pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 679 450 5071 Passcode: Bac2023 Deadline For Submission Of Quotations And Legal/ Technical Documents (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of February 14, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 14, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address (omscpmu.main@gmail.com) Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, 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: Michelle Lynne G. Fantone Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 07, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
7691-7700 of 7814 archived Tenders