Consultancy Tenders

Consultancy Tenders

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 995 K (USD 17.1 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consulting Services For The Development And Enhancement Of The Integrated Accounting, Budget, And Cash Information System (iabcis) Dswd Rfp No. 24-gop-svp-cf-012 (pr No. 2024121883) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2024 Funds Intends To Apply The Sum Of Nine Hundred Ninety-five Thousand Pesos (php995,000.00) Being The Approved Budget For The Contract (abc) For The Hiring Of Consulting Services For The Development And Enhancement Of The Integrated Accounting, Budget, And Cash Information System (iabcis) Under (dswd Rfp No. 24-gop-svp-cf-012). 2. Objectives The Consulting Firm Shall Be Engaged To Develop And Enhance Iabcis For The Aics System, Including The Creation Of The Software Requirements Specifications (srs) And The Detailed Development Process For The Module. The Scope Of Work Includes: A. Analyzing And Documenting The Business Requirements For The Fms Module, Ensuring Alignment With The Aics Program’s Objectives; B. Designing And Developing The Fms Module Based On The Defined Srs, Ensuring Seamless Integration With The Aics System; C. Conducting Comprehensive Quality Assurance Tests To Validate The Functionality, Security, And Performance Of The Fms Module; D. Assisting In The Deployment Of The Iabcis Within The Aics System, Including The Delivery Of Training To End-users And Technical Staff; And E. Providing Post-deployment Support And Warranty Services To Ensure The Module Operates Effectively Within The Dswd Domain, Addressing Any Issues Or Updates As Needed. 3. Scope Of Work The Consulting Firm Will Be Tasked With The Development And Enhancement Of Iabcis For The Aics System, Focusing On Delivering Key Outputs That Meet The Following Milestones: A. Project Planning. The Consulting Firm Shall Formulate An Inception Report Or Project Plan Indicating The Framework, Approaches, Methodologies, And Specific Timeline For Tasks, Activities, And Deliverables Of The Project, Including Privacy Impact Assessment. B. Requirements Analysis, Design, And Project Management. Conduct A Thorough Requirements Analysis, Create System Design, And Manage The Project. This Phase Includes Understanding Dswd’s Needs, Defining System Specifications, And Overseeing The Project’s Progress To Ensure Meeting Objectives. C. Software Development. Development And Enhancement Of Iabcis For The Aics System According To The Specified Requirements. This Involves Coding, Configuring, And Creating All Necessary System Components, Ensuring Functionality And User-friendliness. D. Testing. Perform Extensive Software Testing To Ensure It Meets All Functional, Security, And Performance Requirements. This Includes Identifying And Fixing Bugs And Verifying System Integrity And Efficiency. E. Deployment Support. Assist With The System’s Deployment In Dswd’s Environments, Including Support During The User Acceptance Testing (uat) Phase And Final Deployment In The Production Environment. F. Training Of Trainers. Design And Implement A Training Of Trainers For Managing And Using The Iabcis For The Aics System. G. Maintenance. Offer Maintenance Services Post-deployment For A Specified Support Period To Address Any System Issues, Updates, Or Enhancements. The Scope Of The Fms Module Development Includes The Following Essential Features And Functionalities: A. Data Capture, Recording, And Processing Of Financial Transactions • Allotments: Capture And Record The Approved Allotments For The Aics Program Within A Specified Year • Monthly Disbursement Plan (mdp): Enable The Creation And Export Of The Mdp For The Aics Program • Obligation Of Financial Claims: Facilitate The Preparation, Processing, And Approval Of Financial Claims • Notice Of Obligation Request And Status Adjustment (norsa): Manage Changes And Updates To Approved Obligation Request Status • Disbursement Voucher (dv): Streamline The Preparation, Processing, And Approval Of Payment Requests For Service Providers • Lddap:ada/check: Automate The Creation And Approval Of Advice To Debit Account (ada) For Payments From Available Notice Of Cash Allocation (nca) Balances • Issuance Of Bir 2307: Automate The Preparation And Issuance Of Withholding Tax Certificates For Financial Transactions B. Nca And Appropriation Management • Notice Of Cash Allocation: Generate And Export Notices Reflecting Available Cash, Which Are Linked To The Mdp And Appropriations Module C. Report Generation • Statement Of Allotment, Obligation, And Balances (saob): Provide Summaries Of Allotment Statuses, Obligations, And Balances In Exportable Excel/pdf Formats • Registry Of Allotment, Obligation, And Disbursement (raod): Produce A Detailed Log Of Financial Activities, Also Available For Export In Excel/pdf Formats D. Audit And Administrative Features • Activity Logs And Audit Trails: Track And Monitor User Activities And System Administration Processes For Accountability And Security E. Module Integration The Fms Module Will Interact With Key External Entities, Including: • Aics Personnel: For Inputting Program-related Financial Data • Aics Data: For Synchronizing Existing Program Data With The Fms System • Finance Personnel: For Processing And Monitoring Financial Transactions And Generating Reports • Btms And Iabcis Systems: To Ensure Interoperability For Streamlined Data Exchange And Financial Operations 4. Technical Specification A. General Requirements • Web-based Compatibility: The Financial Management Service (fms) Module Within The Aics System, Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. • Cloud Deployment: The System Will Be Hosted On Dswd’s Cloud Infrastructure, Aligning With Modern Cloud-based Application Deployment Practices For Scalability And Reliability. • Compatibility With Dswd Infrastructure: The Fms Module Within The Aics System Must Be Compatible With Existing Dswd Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards. • User Load Capacity: The System Should Be Capable Of Handling User Traffic As Projected By Dswd, Ensuring Consistent Performance Even During Peak Usage Periods. • Licensing And Server Provision: Dswd Will Provide Licenses For Servers And Other Services That The Fms Module Within The Aics System Will Utilize In The Production Environment, Ensuring Compliance With Software Licensing Requirements. • Service Provider Access Limitations: The Consulting Firm Will Not Have Access To Dswd’s Production System. They Must Provide Comprehensive Instructions And Support For Dswd System Administrators For System Deployment And Setup. • Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Sole Property Of Dswd. B. Functional Requirements • Provision Of Process Flows, Use-cases, And Wireframes: Dswd Will Provide The Service Provider With Approved Process Flows, Use-cases, And Wireframe Diagrams. This Information Is Crucial For Guiding The Development Process And Ensuring Alignment With Dswd’s Operational Requirements. • Regular Cadence Meetings: The Service Provider Is Required To Conduct Regular Meetings With Dswd. These Meetings Are Intended To Address And Resolve Any Issues Or Questions Arising During The Software Development Process, Ensuring Smooth Progression And Alignment With Project Goals. C. Non-functional Requirement • Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity And Data Privacy Policies. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. • Real-time Audit Log Transmission: The Fms Module Within The Aics System Must Be Capable Of Sending Real-time Audit Logs To A Designated Syslog Server, Conforming To The Format Prescribed By Dswd. This Feature Is Crucial For Monitoring System Activities And Maintaining Security And Compliance. • Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. D. Software Quality Assurance (testing) • Comprehensive System Testing: The Service Provider Is Required To Conduct Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. • Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure And Safeguarded Against Potential Cyber Threats. • Load Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage. • User Acceptance Testing (uat): Dswd Will Conduct User Acceptance Testing To Ensure The System Meets Their Operational Needs And User Expectations Before Final Deployment. E. Deployment Environment • Provider’s Development And Testing Environments: The Service Provider Is Responsible For Developing And Testing The System Within Their Own Development And Testing Environments. This Ensures That Initial Development And Primary Testing Phases Are Handled Independently Before Uat. • Dswd’s User Acceptance Testing (uat) Environment: Dswd Will Provide A Separate Uat Environment. This Is Where Dswd Will Conduct User Acceptance Testing To Assess The System’s Functionality And Compliance With Specified Requirements Before Final Acceptance. • Dswd’s Production Environment: The Finalized System Will Be Deployed In Dswd’s Production Environment. This Is Where End-users Will Operationalize And Access The System, Ensuring A Real-world, Operational Setting For The Aics-gl System. 5. Work Deliverables And Payment Schedule Payment Tranches Deliverables Timeline % Of The Contract Price 1st Inception Report And Project Plan, Including Framework, Methodologies, And Timeline Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% 2nd Business Process And Requirements Analysis (bpra) Report Within 10 Calendar Days After Acceptance And Approval Of Inception Report 15% 3rd System Requirements Specification (srs) Document Within 5 Calendar Days After Acceptance And Approval Of Bpra 15% 4th Approved System Design (wireframes, Use Cases) Within 10 Calendar Days After Acceptance And Approval Of The Srs Document 10% 5th Functional Iabcis With Complete Features, Api Integrations, And Accompanying Documentation Within 50 Calendar Days After Approval Of The System Design 30% 6th Test Reports For Performance, Vulnerability, Assessment, And User Acceptance Test Within 10 Calendar Days After The Completion Of The Development Phase 10% 7th User, Developer, And System Administrator Manuals Within 10 Calendar Days After Acceptance Of The Uat Reports 10% 8th Documentation Of Training Of Trainers, Training Manuals For Users Within 10 Calendar Days After Completion Of Training Sessions 5% 9th Final Project Completion Report, Including Sign-off Document And Packaged System Documentation (hard And Soft Copies, Including Source Codes) Within 10 Calendar Days After Acceptance Of System Documentation 5% The Consulting Firm Shall Develop The Fms Module Enhancement For The Aics System, In Accordance With The Scope And Deliverables Specified Above. The Solutions, Including The Information Systems And Applications, Are Expected To Be Delivered Within Four (4) Month Period For The Complete Project Implementation. 6. Institutional Arrangements The Consulting Firm Shall Report Directly To Ictms And Will Work Closely With The Pmb-cid And Fms As Business Owners. A Dswd Project Management Team For The Development And Enhancement Of Iabcis Will Also Be Created To Support The Consulting Firm. While The Location Of The Consultant Team May Be Flexible At Different Times Of The Project, It Is Expected That The Majority Of Consultancy Work And Activities Will Be Conducted In Quezon City And With The Dswd Project Personnel, Given That The Engagement With Business Owners And Stakeholders Is Critical To The Successful Delivery Of Outputs And The Project’s Scope Of Work And Requirements. 7. Ownership And Use The Dswd Financial Management Service (fms) Module For The Aics System, And Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity And In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd. Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase. 8. Minimum Qualifications And Experience Of The Consulting Firm • With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors. • With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, And Data Interoperability. • With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable. 9. Budgetary Requirements: The Project Will Be Funded Under Ictms 2024 Current Funds For Nine Hundred Ninety-five Thousand Pesos (php995,000.00) For The Payment Of The Consultancy Services For The Development Of Integrated Accounting, Budget, And Cash Information System (iabcis). 10. Evaluation Criteria Qualification Rating With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors 35% A. More Than Three (3) Successfully Completed Design, Development, And Operational Handover Of The Detailed Information System 35% B. At Least Two (2) Successfully Completed Design, Development, And Operational Handover Of The Detailed Information System 30% With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% A. More Than Six (6) Years Of Experience As An Institution Working With The Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, And Data Interoperability 45% B. At Least Five (5) Years Of Experience As An Institution Working With The Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, And Data Interoperability 40% With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable 20% A. More Than One (1) Project Team Member Has Technical Certification Relevant To Web-based Application Development 20% B. At Least One (1) Project Team Member Should Have A Technical Certification Relevant To Web-based Application Development. Below Is The Preferred Project Team Composition: Role Quantity Project Manager 1 Developers 2-3 Ui/ux Designer 1 Quality Assurance (qa) Specialist 1 Business Analyst 1 Systems Administrator 1 15% Total 100% Passing Rate 85% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. Mayor’s/business Permit; F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 3 January 2025 At 5:00pm. 11. The Project Duration For Cy 2024 Is Four (4) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph (original Signed) Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee

Department Of Agriculture Tender

Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 633.5 K (USD 10.9 K)
Details: Description Invitation To Bid For The Provision Of Food, Venue, And Accommodation For The Conduct Of Noap Fy 2026 Plan And Budget Proposal Workshop Within Negros Oriental 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through Early Procurement Activities (epa) Of National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Six Hundred Thirty Three Thousand Five Pesos (₱633,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision Of Food, Venue, And Accommodation For The Conduct Of Noap Fy 2026 Plan And Budget Proposal Workshop Within Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture – Rfo 7 Is Conducting This Procurement Through The Early Procurement Activity (epa) For National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) To Ensure The Timely Delivery Of Goods, Implementation Of Infrastructure Projects And Rendition Of Consultancy Services Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. 3. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids And Awards Committee (bac) To The Hope As To The Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year (i.e., Fy 2021), Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget (i.e. Subject To Final Approval) Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (i.e., Short Of Award); And C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder May Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security). In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 4. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Provision Of Food, Venue, And Accommodation For The Conduct Of Noap Fy 2026 Plan And Budget Proposal Workshop Within Negros Oriental With The Following Details/specifications: Date: February 3-7, 2025 Venue: Within Negros Oriental Day 1 60 Pax Live In (lunch, Pm Snacks And Dinner) @ 2,000.00/pax 5 Pax Live-out (am And Pm Snacks, Lunch, And Dinner) @ 1,000.00/pax Day 2 65 Pax Live In (full Board) @ 2,400.00/pax 5 Pax Live-out (full Board) @ 1,300.00/pax Day 3 65 Pax Live In (full Board) @ 2,400.00/pax 5 Pax Live-out (full Board) @ 1,300.00/pax Day 4 65 Pax Live In (full Board) @ 2,400.00/pax 5 Pax Live-out (full Board) @ 1,300.00/pax Day 5 70 Pax Live-out (breakfast) @ 300.00/pax Specifications/inclusions: 1. All Participants Should Be Accommodated In One Hotel Venue (accommodation Of Live-in Participants Outside Or Other Than The Hotel Venue Is Strictly Not Allowed); 2. Room Accommodation In Triple To Quad Sharing Set-up, Single Bed Preferred, If There Is Twin Sharing, The Bed Should Be Big Enough To Accommodate 2 Persons, Double Decker Bed Is Not Allowed, With Cr Per Room; 3. Spacious And Comfortable Function Room That Can Accommodate Up To 70 Participants; 4. With Free Use Of Chairs And Tables, Podium/rostrum; 5. With Extended Function Rooms/space; 6. Audible And Operational Sound System With At Least Two Wired/wireless Microphones And Extension Cords; 7. Free Use Of Projector, Lcd Screen, White Board With Marker, Microphones And Extension Cords/wires; 8. Free And Strong/steady Wifi/internet Connection In The Activity Venue (minimum Of 50mbps); 9. With Back-up Generator; 10. Preferably With Functional Elevator For Accessibility For Pwd And Senior Citizen; 11. Preferable With Ample Free Parking Space Reserved Within The Hotel Premises; 12. Catering/food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee, Water And Tea, And Fruits In Season Be Served Every Mealtime; 13. Standby Waiter And Technical Staff During The Entire Session; 14. Registration Set-up At The Function Hall Lobby; 15. Secretariat And Vip Speakers Set-up; 16. Backdrop And Welcome Tarpaulin; And 17. Free Use Of Hotel Amenities And Facilities Delivery Of The Goods Is Required On February 3-7, 2025 From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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). 5. 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. 6. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee The Amount Of One Thousand Pesos (₱1,000.00) (based On Appendix 8 - Guidelines On The Sale Of Bidding Documents Of The 2016 Revised Irr Of 9184 Updated As Of January 31, 2023. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 8. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On December 23, 2024 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 27, 2025 - 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 27, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 12. The Department Of Agriculture 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. 13. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 December 13, 2024 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson

Department Of Agriculture Tender

Chemical Products
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 953.2 K (USD 16.4 K)
Details: Description Invitation To Bid For The Procurement Of Various Chemical And Filtering Supplies 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through Early Procurement Activities (epa) Of National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Nine Hundred Fifty Three Thousand Two Hundred Pesos (₱953,200.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Chemical And Filtering Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture – Rfo 7 Is Conducting This Procurement Through The Early Procurement Activity (epa) For National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) To Ensure The Timely Delivery Of Goods, Implementation Of Infrastructure Projects And Rendition Of Consultancy Services Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. 3. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids And Awards Committee (bac) To The Hope As To The Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year (i.e., Fy 2021), Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget (i.e. Subject To Final Approval) Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (i.e., Short Of Award); And C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder May Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security). In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 4. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Chemical And Filtering Supplies With The Following Details/specifications: 1) 80 Boxes Filter Paper, Ashless, 125mm Diameter, 100 Circles/box, Quantitative, % Ash Range: 0.003-0.007, 2.5um Pore Size, 200um Thickness @ 5,500.00/box 2) 2 Bottles K Standard, 1000±10ug/ml, 500ml/bot., Nist Traceable, With Coa @14,600.00/bot 3) 2 Bottles P Standard, 1000±10ug/ml, 500ml, Nist Traceable, With Coa @ 18,000.00/bot 4) 6 Bottles Sodium Nitrite, Ar, 500g/bot. @ 2,860.00/bot 5) 6 Bottles Hydrochloric Acid, Ar, 2.5l/bot. @ 3,000.00/bot 6) 10 Bottles Liquid Alkaline Phosphate-free Detergent, 2.5l/bot. @ 4,300.00/bot 7) 2 Bottles Triethanolamine, Ar, 1.0l/bot., With Ghs Label @ 8,500.00/bot 8) 4 Bottles Diethylenetriaminepentaacetic Acid (dpta), Ar,250g/bot., Cas 67-43-6, Ph 2-3 (h2o, 20 Oc), Saturated Solution With Ghs Label @ 13,000.00/bot 9) 23 Bottles Ammonium Acetate, Ar, 1kg/bot. @ 6,000.00/bot 10) 1 Bottle Perchloric Acid, Ar, 70-72% Purity @ 17,490.00 11) 2 Bottles Sodium Hexametaphosphate, 500g/bot, Ar, 98% Min. Purity @ 7,000.00/bot 12) 4 Bottles Salicylic Acid, Ar, 1kg/bot., 99% Min. Purity @ 6,500.00/bot 13) 2 Bottles Ammonium Molybdate, Ar, 500g/bot.. 98% Min. Purity @ 15,825.00/bot 14) 7 Bottles Copper Sulfate, Ar, 500g/bot., 98% Min. Purity @ 4,500.00/bot 15) 7 Bottles Sodium Hydrogen Carbonate, Ar, 1kg/bot., 99% Purity @ 3,200v/bot 16) 6 Bottles Potassium Sulfate, Ar, 1k/bot., 99% Purity @ 3,300.00/bot Delivery Site: Regional Soils Laboratory, Da7 Complex, Maguikay, Mandaue City, Cebu Delivery Of The Goods Is Required Within 60 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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). 5. 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. 6. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee The Amount Of One Thousand Pesos (₱1,000.00) (based On Appendix 8 - Guidelines On The Sale Of Bidding Documents Of The 2016 Revised Irr Of 9184 Updated As Of January 31, 2023. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 8. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On December 23, 2024 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 7, 2025 - 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 7, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 12. The Department Of Agriculture 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. 13. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 December 13, 2024 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson

Department Of Agriculture Tender

Agriculture or Forestry Works
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 216.5 Million (USD 3.7 Million)
Details: Description Invitation To Bid For The Procurement 43,780 Bags Of Nsic Approved Hybrid Rice Seeds 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through Early Procurement Activities (epa) Of National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Two Hundred Sixteen Million Five Hundred Thousand Pesos (₱216,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement 43,780 Bags Of Nsic Approved Hybrid Rice Seeds. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture – Rfo 7 Is Conducting This Procurement Through The Early Procurement Activity (epa) For National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) To Ensure The Timely Delivery Of Goods, Implementation Of Infrastructure Projects And Rendition Of Consultancy Services Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. 3. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids And Awards Committee (bac) To The Hope As To The Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year (i.e., Fy 2021), Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget (i.e. Subject To Final Approval) Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (i.e., Short Of Award); And C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder May Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security). In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 4. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement 43,780 Bags Of Nsic Approved Hybrid Rice Seeds With The Following Details/specifications: 1) 14,753 Bags Nsic Rc 666h (mestiso 117) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 2) 10,851 Bags Nsic Rc 350h (mestiso 51) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 3) 7,269 Bags Nsic Rc 548h (mestiso 101) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 4) 1,358 Bags Nsic Rc 540h (mestiso 97) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 5) 6,799 Bags Nsic Rc 488h (mestiso 81) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 6) 350 Bags Nsic Rc 236h (mestiso 28) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 7) 2,400 Bags Nsic Rc 204h (mestiso 20) @ 18kgs (6 Packs @ 3kgs/pack) @ 4,000.00/bag Must Pass At Least 85% Germination (before And After Delivery) Bpi Accredited Unit Cost Per Bag To Include Delivery Cost Requires: *certificate Of Distributorship (if The Supplier Is Not The Manufacturer) *sack With Printed Or Marked Sticker With Da Logo And "not For Sale" Delivery Period: Wet Season- 21,861 Bags (45 Calendar Days After Receipt Of Ntp) Dry Season - 21,919 Bags (to Be Delivered On May 2025) Deliver To: Wet Season: Deliver On Sites (please See Section Vi – Schedule Of Requirements At Pages 28-33 Of Pbds For Detailed Allocation/sites) Dry Season: Ubay Stock Farm, Lomangog Ubay, Bohol (monolithic Dome) And To Be Transported To The Delivery Sites On Or Before November 30, 2025. (please See Section Vi – Schedule Of Requirements At Pages 28-33 Of Pbds For Detailed Allocation/sites) = Delivery Of The Goods Is Required (stated Above) From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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). 5. 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. 6. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee: (based On Appendix 8 Of The 2016 Revised Irr Of Ra - 9184 (updated As Of 19 July 2024): 14,753 Bags Nsic Rc 666h (mestiso 117) - ₱50,000.00 10,851 Bags Nsic Rc 350h (mestiso 51) - ₱50,000.00 7,269 Bags Nsic Rc 548h (mestiso 101) - ₱25,000.00 1,358 Bags Nsic Rc 540h (mestiso 97) - ₱10,000.00 6,799 Bags Nsic Rc 488h (mestiso 81) - ₱25,000.00 350 Bags Nsic Rc 236h (mestiso 28) - ₱5,000.00 2,400 Bags Nsic Rc 204h (mestiso 20) - ₱10,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 8. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On December 20, 2024 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 6, 2025 - 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 6, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 12. The Department Of Agriculture 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. 13. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 December 12, 2024 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson

İZTARIM EDUCATIONAL INSTITUTIONS CONSULTANCY AGRICULTURAL PRODUCTION FOOD MARKETING SALES MARKETING INDUSTRY AND TRADE INC. Tender

Civil And Construction...+2Civil Works Others, Building Construction
Turkey
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: İZTARIM EDUCATIONAL INSTITUTIONS CONSULTANCY AGRICULTURAL PRODUCTION FOOD MARKETING SALES MARKETING INDUSTRY | Car Rental Service Will Be Taken

ZTARIM EDUCATIONAL INSTITUTIONS CONSULTANCY AGRICULTURAL PRODUCTION SALES PAZARLAMA SANAY VE T CARET ANON M RKET Tender

Civil And Construction...+1Civil Works Others
Turkey
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: ZTARIM EDUCATIONAL INSTITUTIONS CONSULTANCY AGRICULTURAL PRODUCTION SALES PAZARLAMA SANAY VE T CARET | Bayindir Milk Processing Facility Personnel Transportation

Department Of Agriculture Tender

Laboratory Equipment and Services
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Invitation To Bid For The Procurement Of Various Laboratory Supplies 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through Early Procurement Activities (epa) Of National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Five Hundred Thousand Pesos (₱500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Laboratory Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture – Rfo 7 Is Conducting This Procurement Through The Early Procurement Activity (epa) For National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) To Ensure The Timely Delivery Of Goods, Implementation Of Infrastructure Projects And Rendition Of Consultancy Services Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. 3. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids And Awards Committee (bac) To The Hope As To The Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year (i.e., Fy 2021), Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget (i.e. Subject To Final Approval) Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (i.e., Short Of Award); And C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder May Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security). In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 4. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Laboratory Supplies With The Following Details/specifications: 1) 30 Boxes Face Mask. Earloop, Disposable, 3-ply, Hypoallergenic, 50pcs/box @ 500.00/box 2) 20 Boxes Laboratory Grade Tissues, Paper Fiber Optic Cleaning Wipes, Lint-free, 260 Wipes/box @ 500.00/box 3) 6 Rolls Parafilm, For Glassware Seal, 4inches X 125 Ft./roll @ 3,600.00/roll 4) 12 Pcs Erlenmeyer Flask, 500 Ml, Borosilicate Glass Type 1, Thick & Durable @ 790.00/pc 5) 36 Pcs Erlenmeyer Flask, 250 Ml, Borosilicate Glass Type 1, Thick & Durable @ 500.00/pc 6) 100 Pcs Erlenmeyer Flask, 125 Ml, Borosilicate Glass Type 1, Thick & Durable @ 650.00/pc 7) 50 Pcs Funnel, Borosilicate Glass Type 1, Inside Dia. 7cm, Short-stem, Thick And Durable @ 1,300.00/pc 8) 50 Pcs Funnel, Borosilicate Glass Type 1, Inside Dia. 6.5cm, Short-stem, Thick And Durable @ 1,300.00/pc 9) 12 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 100 Ml @ 2,500.00/pc 10) 12 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 200 Ml @ 2,800.00/pc 11) 12 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 250 Ml @ 3,000.00/pc 12) 4 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 500 Ml @ 3,800.00/pc 13) 4 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 1000 Ml @ 5,300.00/pc 14) 3 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 2000 Ml @ 7,000.00/pc 15) 3 Pcs Suction Flask, Glass, 500ml, Borosilicate Glass Type 1, Thick & Durable @ 2,000.00/pc 16) 12 Pcs Beaker, 250ml, With Spout, Borosilicate Glass Type 1, Thick & Durable @ 1,100.00/pc 17) 6 Pcs Beaker, 600ml, With Spout, Borosilicate Glass Type 1, Thick & Durable @ 1,400.00/pc 18) 2 Pcs Beaker, 2000ml, With Spout, Borosilicate Glass Type 1, Thick & Durable @ 5,000.00/pc 19) 4 Pcs Graduated Cylinder, 20ml, Borosilicate Glass Type 1, Thick & Durable @ 350.00/pc 20) 4 Pcs Graduated Cylinder, 50ml, Borosilicate Glass Type 1, Thick & Durable @ 520.00/pc 21) 4 Pcs Graduated Cylinder, 100ml, Borosilicate Glass Type 1, Thick & Durable @ 1,000.00/pc 22) 4 Pcs Graduated Cylinder, 500ml, Borosilicate Glass Type 1, Thick & Durable @ 2,750.00/pc 23) 40 Pcs Rubber Stopper, Top Dia. 41-45mm, Bottom Dia. 33-36mm, Height-22mm @ 70.00/pc 24) 4 Pcs Rubber Stopper, Top Dia. 50-54mm, Bottom Dia. 30-32mm, Height-30mm @ 80.00/pc 25) 2 Pcs Hydrometer, Astm No. 1.152h-type With Bouyoucos Scale In G L-1 @ 7,360.00/pc Delivery Site: Regional Soils Laboratory, Da7 Complex, Maguikay, Mandaue City, Cebu Delivery Of The Goods Is Required Within 30 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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). 5. 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. 6. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee The Amount Of One Thousand Pesos (₱1,000.00) (based On Appendix 8 - Guidelines On The Sale Of Bidding Documents Of The 2016 Revised Irr Of 9184 Updated As Of January 31, 2023. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 8. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On December 23, 2024 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 7, 2025 - 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 7, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 12. The Department Of Agriculture 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. 13. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 December 13, 2024 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson

Department Of Agriculture Tender

Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 798 K (USD 13.7 K)
Details: Description Invitation To Bid For The Provision Of Food, Venue And Accommodation During The Conduct Of The Following F2c2 Activities In Negros Oriental 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through Early Procurement Activities (epa) Of National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Seven Hundred Ninety Eight Thousand Pesos (₱798,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Provision Of Food, Venue And Accommodation During The Conduct Of The Following F2c2 Activities In Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture – Rfo 7 Is Conducting This Procurement Through The Early Procurement Activity (epa) For National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) To Ensure The Timely Delivery Of Goods, Implementation Of Infrastructure Projects And Rendition Of Consultancy Services Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. 3. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids And Awards Committee (bac) To The Hope As To The Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year (i.e., Fy 2021), Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget (i.e. Subject To Final Approval) Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (i.e., Short Of Award); And C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder May Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security). In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 4. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Provision Of Food, Venue And Accommodation During The Conduct Of The Following F2c2 Activities In Negros Oriental With The Following Details/specifications: 1) Capability Building And Entrepreneurial Skills Development Of Cluster Towards Sustainable Business Enterprise Training Venue: Dumaguete City, Negros Oriental Tentative Date: February 11-13, 2025 Day 1 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 2 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 3 35 Pax Live-out (2 Meals, 2 Snacks) @ 1,400.00/pax 2) Financial Management And Value Chain Analysis Training Venue: Dumaguete City, Negros Oriental Tentative Date: March 18-20, 2025 Day 1 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 2 30 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 3 35 Pax Live-out (2 Meals, 2 Snacks) @ 1,400.00/pax 3) Training On Cluster Development Plan And Business Plan Preparation Venue: Dumaguete City, Negros Oriental Tentative Date: May 12-16, 2025 Day 1 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 2 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 3 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 4 35 Pax Live-in (3 Meals, 2 Snacks, Venue) @ 2,200.00/pax 5 Pax Live-out (3 Meals, 2 Snacks, Venue) @ 1,800.00/pax Day 5 40 Pax Live-out (2 Meals, 2 Snacks) @ 1,400.00/pax Package Inclusion And Specifications: 1. All Participants Should Be Accommodated In One Hotel Venue (accommodation Of Live-in Participants Outside Or Other Than The Hotel Venue Is Strictly Not Allowed): 2. Duration Of The Activity Is 8:00 Am To 6:00 Pm And Can Be Extended Upon Request; 3. Free And Strong/steady Wi-fi/internet Connection In The Activity Venue Minimum Of 5ombps; 4. Catering/food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee Tea, Milo And Fruits In Season To Be Served Every Mealtime: 5. Can Serve Foods/drinks For Vegetarians, Pescetarians Or Non-pork Eating Participants Upon Request): 6. Backdrop And Activity Tarpaulin; And 7. Free Use Of Hotel Amenities And Facilities. Delivery Of The Goods Is Required On Above Stated Dates From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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). 5. 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. 6. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee The Amount Of One Thousand Pesos (₱1,000.00) (based On Appendix 8 - Guidelines On The Sale Of Bidding Documents Of The 2016 Revised Irr Of 9184 Updated As Of January 31, 2023. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 8. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On December 23, 2024 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 27, 2025 - 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 27, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 12. The Department Of Agriculture 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. 13. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 December 13, 2024 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson

City Of General Santos , South Cotabato Tender

Food Products
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 398 K (USD 6.8 K)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. Ra1. Catering: 1 Snack With Venue Activity Title: Lcat Vawc Regular And Special Meeting Activity Date: February 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 7,000.00 Ra2. Catering: 1 Snack With Venue Activity Title: Lcat Vawc Sub Committee Regular And Special Meeting Activity Date: March 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 15,000.00 Ra3. Catering: 1 Snack With Venue Activity Title: Lcpc Regular And Special Meeting Activity Date: February 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 8,000.00 Ra4. Catering: 1 Snack With Venue Activity Title: Social Development Committee (sdc) Regular And Special Meeting Activity Date: March 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 7,000.00 Page 2 Of 6 25cb Gsc 026(r) Total Description Of Articles Item No. Rb1. Catering: 1 Meal Only With Venue Activity Title: Hr Mechanisms Program Activity Date: January 16, 2025, February 26, 2025, March 13, 2025, March 27, 2025 (15pax Per Dtae) Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water/softdrinks Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser Requirements: Hotel Or Suite *within 5kms From City Hall And Within Fare Of P18.00 Only *clean And Ready For Use Following The Layout Provided By User *with Adequate Airconditioning Units *with Clear Sound System With At Least 3 Microphones (1 Wireless With Batteries That Can Least 8 Hours Activity) *with Available Personnel To Respond To Needs Until The End Of The Activity Catering Should Be *with Enough Food For The Booked Number Of Participants *free Flowing Coffee And Water Note: 1.no Pork And Creamdory 2.date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Resource Persons And Venue. 3. Control Number: 66319 18,000.00 Rc1. Catering: 2 Meals And 1 Snack With Venue Activity Title: Meeting With Department Heads /agency Heads / Dpmt With Stakeholders / Various Meetings Activity Date: (january 10,2025) Tentative Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser Final Billing / Full Payment After Event Item Code 63260 55,000.00 Rd1. Catering: 1 Snack With Venue Activity Title: Cso/pcac Coordination Meeting Activity Date: January 30, 2025 (tentative) Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Requirements: Must Be In The Central Business District Of The City Must Have A Parking Area That Can Accommodate Up To 20 Vehicles Fully Airconditioned Venue Non Pork Menu Inclusions: Projector, At Least 4 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 10,000.00 Page 3 Of 6 25cb Gsc 026(r) Total Description Of Articles Item No. Re1. Catering: 1 Snack With Venue Activity Title: Orientation For Job Order Workers Activity Date: January 6, 2025 (am & Pm) January 13, 2025 (am & Pm) January 20, 2025 (am & Pm) February 3, 2025 (am & Pm) February 10, 2025 (am & Pm) February 17, 2025 (am & Pm) February 24, 2025 (am & Pm) March 7, 2025 (am & Pm) Am Snack Menu: Clubhouse Sandwich And Canned Juice Pm Snack Menu: Spaghetti With Bread And Softdrinks Venue Should Be *within 5kms From City Hall And Within Fare Of P18.00 Only *can Accomodate At Least 55 Persons Including The Resource Speakers *clean And Ready For Use Following The Layout Provided By User *with Adequate Airconditioning Units *with Clear Sound System With At Least 3 Microphones (1 Wireless With Batteries That Can Last 8 Hours Activity) *with Available Personnel To Respond To Needs Until The End Of The Activity Catering Should Be *with Enough Food For The Booked Number Of Participants *free Flowing Coffee And Water Note: 1. No Creamdory 2. Must Be Delivered On Time 3. Must Be Served With Disposable Plates And Utensils 4. Date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Attendees. 5. Control #: 65073 180,000.00 Rf1. Catering: 1 Snack With Venue Activity Title: Internship Completion Ceremony 2025 Activity Date: March 12, 2025 Pm Snack Menu: Baked Spaghetti With Garlic Chicken And Softdrinks Requirements: Venue That Can Cater Maximum Of 400 Pax *with At Least 3 Available Personnel To Respond To Needs Until The End Of The Activity Catering Should Be *with Enough Food For The Booked Number Of Participants Note: Date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Venue And Attendees Control #: 65264 80,000.00 Rg1. Catering: 1 Snack With Venue Activity Title: City Fisheries Aquatic Resources Management Council Meetings Tentative Date: Jan 31, Feb 28 & March 28, 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser (control No. 68267) 18,000.00 Page 4 Of 6 25cb Gsc 026(r) *25cb Gsc 026(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Catering Services With Venue (rebid). Delivery Of The Goods Is Required On The Day Of Activity. Bidders Should Have Completed, Within 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) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 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 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 9, 2025 12:00 Noon From The 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 Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 16, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 16, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 5 Of 6 25cb Gsc 026(r) *25cb Gsc 026(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City 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. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 940 K (USD 16 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consulting Services For The Development Of The Kaagapay Website Dswd Rfp No. 25-gop-svp-cf-001 (pr No. 2024101480) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Forty Thousand Pesos (php940,000.00) Being The Approved Budget For The Contract (abc) For The Hiring Of Consulting Services For The Development Of The Kaagapay Website Under (dswd Rfp No. 25-gop-svp-cf-001). 2. Objectives The Consulting Firm Will Be Engaged To Execute The Software Development Cycle For Establishing The Kaagapay Website. The Project Will Encompass The Following Objectives: A. Business Requirements Analysis: Thoroughly Analyze The Business Requirements To Understand The Needs And Specifications For The Kaagapay Website. B. Design And Development: Design And Develop The Kaagapay Website In Alignment With The Identified Business Requirements. C. Quality Assurance And Privacy Impact Assessment: Conduct Necessary Quality Assurance Tests And Complete A Privacy Impact Assessment To Ensure The Website Meets All Required Standards And Regulations. D. Vulnerability Assessment: Address Weaknesses And Flaws Of The Web Application And Ensure Data Security In Accordance With The Memorandum Circular No. 03 Series Of 2024. E. Deployment And Training: Assist With The Deployment Of The Kaagapay Website And Provide Training For Trainers To Facilitate Smooth Adoption And Use. F. Post-deployment Warranty: Offer Warranty Service Post-deployment To Address Any Issues And Ensure Ongoing Support Within The Dswd Domain. 3. Scope Of Work The Consulting Firm Is Responsible For Designing, Developing, Testing, Deploying, And Supporting The Maintenance Of The Kaagapay Website Development Project. The Project’s Primary Goal Is To Create An Interactive Portal To Support The Department, Dswd Partners And Donors In Contributing Directly To Disaster Relief, Calamity Response, Dswd Care Facilities, Beneficiaries, And Clients. This Does Not Include Walk-in Donations Made To The Dswd Without Having To Access The Portal. Moreover, This Portal Will Streamline Communication And Donations, Incorporating An E-wallet System Linked With Land Bank Of The Philippines (lbp), Maya And Gcash Payment Portals. The Consulting Firm Will Begin With Project Planning, Developing An Inception Report Or Project Plan That Outlines The Framework, Approaches, Methodologies, And Specific Timelines For Tasks And Deliverables, Including A Privacy Impact Assessment. Following This, A Comprehensive Requirements Analysis And System Design Will Be Conducted To Understand Dswd’s Needs And Define System Specifications. Project Management Will Ensure That The Project Progresses As Planned And Meets Its Objectives. The Software Development Phase Will Involve Coding, Configuring, And Creating All Necessary System Components To Ensure Functionality And User-friendliness Of The Website. The Kaagapay Portal Will Offer Three (3) Distinct Areas For Donors To Facilitate Donations: A. Dswd Official Partners And Centers • Disaster Donations  For Cash Donations, Bank Details Of The Dswd Where Donors Can Send Are Available For Their Reference Such As The Account Name And Account Number.  For In-kind Donations, Donors Can Facilitate It By Filling In Donor Details (name, Contact Information, Address Of The Identified Dswd Office) And Selecting A Logistics Partner (e.g. Air21, Lbc, Transportify, J&t, Or Grab).  For International Donors, They Can Only Donate In Cash. • Centers And Residential Care Facilities  Donors Can Choose Specific Categories, Such As Children And Youth, Women, Family Or Community, Persons With Disabilities, Or Senior Citizens.  Donors Will Then Select A Specific Center Or Residential Care Facility Which They Wish To Donate To. This Portion Includes The Contact Details Of The Center Focal Person Or Representative.  International Donors Can Only Provide Cash Donations, Entering Necessary Details To Complete The Process. B. Private Social Welfare And Development Agencies (swdas) And Non-government Agencies • Donors Can Select Centers And Residential Care Facilities Or Public Solicitation From Foundations Or Organizations They Want To Send Their Donations To. • The Procedure For Centers And Residential Care Facilities Mirrors Non-disaster Donations Under Dswd Official Partners, Including Selecting Specific Categories And Centers, Providing Donation Details, And Completing The Process. • For The Public Solicitation, The Donors May Choose From The List Of Current Public Solicitation Activities. Details Of The Activity Are Also Available For Reference. Public Solicitation Activities Only Accept Cash Donations. C. Local Government Units (lgus) • Donors Can Select From The List Of Current Disasters They Wish To Send Their Donations. Once The Donors Identify Which Disaster And Local Government To Donate To, Details Are Available For Their Reference Including The Affected Areas, Contact Details And Email Addresses Of The Municipalities/cities/provinces. • The Donation Process Follows The Same Procedure As The Disaster Donations. International Donors May Only Donate Cash. Donors Are Required To Provide Necessary Details To Complete Their Donations. Actors Involved: The Actors Involved In This Project Include Donors (individuals, Private Companies, Groups) Who Wish To Provide Donations To: • Dswd Offices And Centers • Private Swdas And Ngos • Lgus Affected By Disasters Backend Team: The Backend Team Responsible For Maintaining And Updating The Website Will Include: • Administrator From The Office Of Assistant Secretary For Partnerships Building And Resource Mobilization Under The Office Of The Secretary. • Financial Management Service For Monitoring Fund Allocation And Receiving Donations In Kind. • Technical Staff, Including It Admins And System Administrators, For Website Maintenance And Updates. 4. Technical Requirements And Deliverables A. Design Documents: Design Documents Will Encompass Detailed Plans And Blueprints For The Kaagapay Website. This Includes User Interface Designs, System Architecture, Workflow Diagrams, And Other Visual Or Textual Representations That Illustrate How The Kaagapay Web Platform Will Be Structured And Function. The Design Documents Will Serve As A Guide For Developers And Stakeholders Throughout The Development Process. B. Source Code: The Source Code For The Kaagapay Website Represents The Core Programming Instructions Written In A Programming Language To Build The System. It Should Be Well-documented, Structured, And Maintainable, Ensuring That Future Updates And Modifications Can Be Made Efficiently. The Source Code Will Be The Proprietary Asset Of Dswd And Should Adhere To Industry-standard Coding Practices. C. Documentation: This Includes Comprehensive Documentation Covering All Aspects Of The Kaagapay Website. It Should Detail The System’s Functionality, Installation, Configuration, And Troubleshooting Guidelines. User Manuals For Different Stakeholders (administrative Staff, Service Providers, Beneficiaries) Should Also Be Provided, Explaining How To Use The Platform Effectively. D. Training: Training Modules Or Sessions Should Be Provided To Dswd Staff And Other Relevant Stakeholders. The Training Should Cover System Operation, Basic Troubleshooting, And Administrative Tasks To Ensure The Dswd Team Can Effectively Manage And Operate The Kaagapay Website Post-deployment. E. Support: Post-deployment Support Services Are Crucial For The Operational Stability Of The Kaagapay Website. This Includes Technical Support For Troubleshooting And Resolving Issues, Maintenance Services For System Updates And Bug Fixes, And Customer Support For User Queries And Assistance. A Clear Support Structure Should Be Defined, Including Contact Points, Response Times, And Escalation Procedures. The Service Provider Shall Provide 4-years Warranty Period To Address Issues, Error, Bugs, Vulnerabilities And Quality Issues At No Additional Cost For The Dswd And With The Prescribed Sla (provide Sla). Technical Requirements: A. General Requirements 1. Web-based Compatibility: Kaagapay Website, Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. 2. Infrastructure Deployment: The System Will Be Hosted On Dswd’s Managed Infrastructure, Aligning With Modern Application Deployment Practices For Scalability And Reliability. 3. Compatibility With Dswd Infrastructure: Kaagapay Website Must Be Compatible With Existing Dswd Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards. 4. User Load Capacity: The System Should Be Capable Of Handling User Traffic As Projected By Dswd, Ensuring Consistent Performance Even During Peak Usage Periods. 5. Licensing And Server Provision: Dswd Will Provide Licenses For Servers And Other Services That The Kaagapay Website Will Utilize In The Production Environment, Ensuring Compliance With Software Licensing Requirements. 6. Service Provider Access Limitations: The Service Provider Will Not Have Access To Dswd’s Production System. They Must Provide Comprehensive Instructions And Support For Dswd System Administrators For System Deployment And Setup. 7. Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Sole Property Of Dswd. 8. Generate Report: The Kaagapay Website Shall Be Able To Generate Report As To The Submitted Template By The Dswd (i.e. Summary Of Donation, Etc.). B. Functional Requirements 1. Provision Of Process Flows, Use-cases, And Wireframes: Dswd Will Provide The Service Provider With Approved Process Flows, Use-cases, And Wireframe Diagrams. This Information Is Crucial For Guiding The Development Process And Ensuring Alignment With Dswd’s Operational Requirements. 2. Regular Cadence Meetings: The Service Provider Is Required To Conduct Regular Meetings With Dswd. These Meetings Are Intended To Address And Resolve Any Issues Or Questions Arising During The Software Development Process, Ensuring Smooth Progression And Alignment With Project Goals. C. Non-functional Requirements 1. Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity And Data Privacy Policies. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. 2. Real-time Audit Log Transmission: The Kaagapay Website Must Becapable Of Sending Real-time Audit Logs To A Designated Syslog Server, Conforming To The Format Prescribed By Dswd. This Feature Is Crucial For Monitoring System Activities And Maintaining Security And Compliance. 3. Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. D. Software Quality Assurance (testing) 1. Comprehensive System Testing: The Service Provider Is Required To Conduct Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. 2. Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure And Safeguarded Against Potential Cyber Threats. 3. Load Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage. 4. User Acceptance Testing (uat): Dswd Will Conduct User Acceptance Testing To Ensure The System Meets Their Operational Needs And User Expectations Before Final Deployment. All Website Technical Issues That May Arise During This Activity Shall Be Updated By The Service Provider At No Additional Cost From The Department. E. Deployment Environment 1. Provider’s Development And Testing Environments: The Service Provider Is Responsible For Developing And Testing The System Within Their Own Development And Testing Environments. This Ensures That Initial Development And Primary Testing Phases Are Handled Independently Before Uat. 2. Dswd’s User Acceptance Testing (uat) Environment: Dswd Shall Provide A Separate Uat Environment. This Is Where Dswd Will Conduct User Acceptance Testing To Assess The System’s Functionality And Compliance With Specified Requirements Before Final Acceptance. 3. Dswd’s Production Environment: The Finalized System Shall Be Deployed In Dswd’s Production Environment. This Is Where End-users Will Operationalize And Access The System, Ensuring A Real-world, Operational Setting For The Kaagapay Website. 5. Work Deliverables And Payment Schedule Payment Tranches Deliverables Timeline % Of The Contract Price 1st • Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% 2nd • Inception Report • Business Process And Requirements Analysis (bpra) Report • System Requirements Specifications (srs) Document • System Design (wireframes, Use-cases) Within Five (5) Calendar Days After Acceptance And Approval Of The Inception Report 20% 3rd • Functional Kaagapay Website With Complete Modules, And Apis With Documentation Within Thirty (30) Calendar Days After Acceptance And Approval Of Bpra, Srs, And System Design 20% 4th • Completed And Dswd Approved Reports Of The Following: O Quality Assurance Tests O Performance Test O Vulnerability Assessment O Penetration Test O Privacy Impact Assessment O User Acceptance Test O Other Ict Technical Report That May Be Required 20% 5th • Users, Developers And System Administrators Manual • Training Manuals For Users • Documentation Of Training Of Trainers Conducted • Print And Multimedia Assets For Kaagapay System Walktrough • Troubleshooting Guide Within Ten (10) Calendar Days After Acceptance And Approval Of Uat, Vapt, And Other Documentary Requirements 20% 6th • Project Completion Report Consisting Of Sign-off Document With Packaged System Documentation (hard And Soft Copies Of Source Codes) Fully Deployed At Dswd Managed Infrastructure Within Ten (10) Calendar Days After Acceptance And Approval Of The Sign-off Document And Packaged System Documentation 20% The Consulting Firm Shall Develop The Kaagapay Website In Line With The Scope And Deliverables Outlined In This Terms Of Reference. The Solutions/information Systems/ Applications Are Expected To Be Delivered Within A Duration Of Two (2) Months For The Whole Project Implementation. Liquidation Damages And Payment: Please Note That The Project Success Hinges On Meeting All Agreed-upon Deliverables And Functionalities. Failure To Deliver The Kaagapay Website As Per The Defined Requirements May Result In The Dswd Withholding A Portion Of The Consulting Firm’s Payment. This Serves As An Incentive For The Firm To Prioritize Achieving The Project’s Exact Results And Ensures The Dswd Receives A Fully Functional Website That Meets Their Needs. 6. Institutional Arrangements Report Directly To Pbrmo And Will Work Under The Supervision Of Pbrmo And Ictms. A Dswd Project Management Team For The Development Of Kaagapay Website Will Also Be Created To Support The Consulting Firm. While The Location Of The Consultant Team May Be Flexible At Different Times Of The Project, It Is Expected That The Majority Of Consultancy Work And Activities Will Be Conducted In Quezon City And With The Dswd Project Personnel, Given That The Engagement With Business Owners And Stakeholders Is Critical To The Successful Delivery Of Outputs And The Project’s Scope Of Work And Requirements. 7. Ownership And Use The Dswd Kaagapay Website And Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity Or In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd. Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/ Modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase. 8. Qualifications The Consulting Firm Should Have The Following Minimum Qualifications: 1. With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors. 2. With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability. 3. With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable. This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors 35% A. More Than Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 35% B. Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 30% With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% A. More Than Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% B. At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 40% With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable Role Quantity Project Manager 1 Developers 2-3 Ui/ux Designer 1 Quality Assurance (qa) Specialist 1 Business Analyst 1 Systems Administrator 1 20% A. More Than One (1) Project Team Member Has Technical Certification Relevant To Web-based Application Development 20% B. At Least One (1) Project Team Member Should Have A Technical Certification Relevant To Web-based Application Development. Below Is The Preferably Project Team Composition: 15% Total 100% Passing Rate: 85% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted Prior To Award); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 17 January 2025 (friday). 11. The Project Duration For Cy 2025 Is Two (2) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph (original Signed) Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee
2491-2500 of 2508 archived Tenders