Consultancy Tenders
Consultancy Tenders
Municipality Of Veruela Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Republic Of The Philippines Caraga Region Province Of Agusan Del Sur Municipality Of Veruela Term Of References For Consultancy Services For The Conduct Of Formulation Of Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) 1. Project Title: Formulation Of Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) 2. Procuring Entity: Sangguniang Bayan – Veruela, Agusan Del Sur 3. Project Location: Brgy. Poblacion, Veruela, Agusan Del Sur 4. Background And Objectives: • Agriculture Is A Critical Sector That Supports The Livelihoods Of Millions, Yet Women Farmers Often Face Significant Barriers That Limit Their Access To Resources, Opportunities, And Decision-making Processes. Traditional Agricultural Policies Frequently Overlook The Specific Needs And Contributions Of Women, Leading To Persistent Gender Disparities That Hinder The Overall Development Of The Sector; • Formulating Gender-responsive Agricultural Farm Policies Is Essential To Ensuring That Both Men And Women Benefit Equally From Agricultural Advancements. By Addressing The Unique Challenges Faced By Women In Agriculture And Promoting Gender Equity, These Policies Will Not Only Empower Women Farmers But Also Enhance The Productivity And Sustainability Of The Agricultural Sector As A Whole; • The Formulation And Planning Of The Program Will Greatly Benefit From The Expertise And Guidance Provided By An Experienced Consultant, Making The Process More Efficient And Attainable. Engaging With A Consultant Will Streamline The Efforts, Bringing Clarity And Direction To The Complex Tasks Involved. The Invited Are The Following: Committee On Tourism Beautification And Internal Relations, Committee On Infrastructure, Public Works, Energy, Transportation And Communication, Committee On Commerce, Trade And Industry, Technical Working Group, Dilg Representative, Sectoral Representative From Educational Sector, Municipal Agriculturist And Other Concerned Citizens. • Objectives: To Design Policies That Provide Equal Opportunities And Support For Both Male And Female Farmers; To Incorporate The Specific Challenges Faced By Women Farmers Into Policy Provisions; To Actively Engage Women Farmers In The Policy Formulation Process; To Develop Policies That Promote Safe And Supportive Working Conditions For Women In Agriculture; To Establish Mechanisms To Track And Assess The Impact Of Policies On Gender Equity In Agriculture. 5. Scope Of Services • 10 % Consultative Meeting And Creation Of The Technical Working Group (twg); • 30% Formulation Of The 1st Draft Of The Formulation Of Agri-farm Policies (agriculture Code) And Its Irr Together With The Technical Working Group (tourism Office, Engineering Office, Community Development Officer, Mcdo, Menro, Mao, And Sb Committee Concerned); • 30% Presentation Of The Revised Draft To The Sangguniang Bayan, Barangay Captains, Mafc, Mao, And Tourism Office For Further Comments And Deliberation Which Include 15 Soft Bound Copies. • 20% Presentation Of The Final Draft Of The Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr)to The Twg And Sangguniang Bayan Within February To June 2025. • 10% Production Of Final Paper To Include 15 Hardbound Copies Size A4, With Regular Printing In First Week Of April To Give Ample Time For The Processing Of Payment. 6. Deliverables: The Consultant Shall Deliver The Following To The Procuring Entity: • Shall Ensure To Facilitate The Required Processes And Produce The Desired Outputs In Such Process As Set By The Regulatory Agencies In Coordination With Responsible Offices And Agencies In The Formulation Of Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) Of The Municipality Of Veruela, Agusan Del Sur For The Period February To June 2025. • Will Render Its Technical Services From The Preparatory Activities Towards The Approval And Final Packaging Of The Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) As The Main Output Of This Undertaking Including The Electronic And 15 Hardbound And 15 Softbound Copies Of Outputs. 7. Schedule Of Activities: The Consultant Shall Complete All Services And Deliver The Final Deliverables Within February – June 2025. 8. Consultant’s Qualification: The Consultant Shall Meet The Following Minimum Qualifications: • Bachelor’s Degree In Public Policy, Law, Economics, Political Science, Sociology, Public Administration, Or A Related Field. • Familiarity With Local, National, And International Agricultural Laws, Standards, And Compliance Mechanisms. • Proven Track Record Of Working With Farmers, Cooperatives, Lgus, And Ngos In Developing Inclusive And Practical Agricultural Policies. • Expertise In Conducting Needs Assessments, Feasibility Studies, And Socio-economic Impact Analyses Related To Agriculture. • Proficiency In Drafting Policy Documents, Including Codes, Implementing Rules, And Regulatory Mechanisms. 9. Reporting And Communication: The Consultant Shall Maintain Open Communication With The Procuring Entity Throughout The Formulation Of The Agri-farm Policies (agriculture Code) And Its Implementing Rules And Regulations (irr) And Promptly Address Any Concerns Or Issues Raised. 10. Payment Terms: The Consultant Shall Be Paid In Accordance With The Agreed Payment Schedule In The Memorandum Of Agreement (moa). 11. Confidentiality: The Consultant Shall Treat All Information As Confidential And Shall Not Disclose It To Any Third Party Without The Prior Written Consent Of The Procuring Entity.
Closing Date20 Jan 2025
Tender AmountPHP 150 K (USD 2.5 K)
Bureau Of Plant Industry Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq No. 0011 Pr No. 0008-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Accommodation To Be Used During The Bpi-nsqcs 2025 Strategic Meeting Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 13, 2025 (9:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: January 20-24, 2025 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 336,000.00 End User: Nsqcs Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 70 Pax Accommodation For 4 Nights 1,200.00 Date: January 20-24, 2025 Check-in January 20, 2025 Check-out January 24, 2025 Proximity To Bureau Of Plant Industry, Malate, Manila With Parking Lot Individual Beds Grand Total 336,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date15 Jan 2025
Tender AmountPHP 336 K (USD 5.7 K)
Bureau Of Plant Industry Tender
Others
Philippines
Details: Description Rfq No. Hv 2025-01-17 Pr No. 25-01-17 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement For Other Supplies And Materials Under Hvcdp - Citrus Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lump Sum. 10. Deadline For Submission Of Bids: January 28, 2025 . 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Fifteen (15) Working Days Upon Receipt Of Po. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 125,000.00 End User: Jayson Y. Palaylay Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 10 Pcs. Fabricated Steel Bed (l 2m X W 1m X Side Support 8"; Stand 2ft) 125,000.00 Grand Total 125,000.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi Compound, Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date28 Jan 2025
Tender AmountPHP 125 K (USD 2.1 K)
City Of General Santos , South Cotabato Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
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. 1. Biometric Access Control Machine Multirecognition Specification: Multi Recognition; Face = Password = Card 2.8 Inch High Definition Color Lcd And Touch Screen Keypad Inbuilt 128m Tf Card Face Capacity: 5000pcs; Fingerprint Capacity 30000 Pcs: Log Capacity: 500,000 Pcs 16 Keypad, The Standard Id Card Communication Interface: Tcp/ip, Usb Interface (optional Wi Fi, Rs485,gprs) Sd Card Interface, Voice Output, Rtc, Rtc With Professional Access Control 1 Preism Free Per Unit Mifare 13.56mhz Frequency Facial Recognition Device Download The Record To The Device Download The Employee Information From The Device, Upload The Information From The Device, Upload The Information, Such As Card Fingerprint, Password And Face To The Attendance Machine And It Could Also Upload Several Devices Database Setting: Support Access And Sql Database Time Zone Shift Maintenance Working Time Zone Setting Staff Shift Arrangement Employee Schedule Holidays Maintenance Real Time Collecting: Collect Card Punching Data Or Pictures In Real Time, Support Led Display With Backup Battery Terms And Conditions: 1. Free Delivery, Free Demo, Training And Installation 2. 1 Year Warranty On Parts And Services 3. Delivery Period: 30 Days After Signing Of Purchase Order/contract Complete Delivery Is Required 90,000.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Biometric Machine. Delivery Of The Goods Is Required 45 Calendar Days. 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. Page 2 Of 3 25cb Gsc 065 *25cb Gsc 065* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production 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 30, 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 February 6, 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 February 6, 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. 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
Closing Date6 Feb 2025
Tender AmountPHP 90 K (USD 1.5 K)
Bureau Of Plant Industry Tender
Others
Philippines
Details: Description Rfq No. 0082 Pr No. 0151-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Agricultural And Marine Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: February 3,2025 (9:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Thirty (30) Calendar Days From The Receipt Of The Purchase Order (p.o.). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 599,800.00 End User: Cpmd Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Agricultural And Marine Supplies Expenses 450 Pack Pheromone Lure (spodoptera Exigua), 5 Piece Rubber Tube/pack 400 450 Pack Pheromone Lure (spodoptera Litura), 5 Piece Rubber Tube/pack 600 428 Bottle Biopesticide, Neem Oil, 250ml 350 Place Of Delivery: Bpi Central Cpmd Division Delivery Period: 30 Days Grand Total 599,800.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date3 Feb 2025
Tender AmountPHP 599.8 K (USD 10.2 K)
Laguna Water District Tender
Other Consultancy Services...+1Consultancy Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Terms Of Reference For Consultant For The Review Of Larc's 10-year Business Plan Objectives: The Primary Goal Of The Consultancy Engagement Is To Conduct An In-depth Review Of The 10-year Business Plan Developed By Laguna Water District Aquatech Resources Corporation (larc) And Assess Its Adherence To The Essential Provisions Of The Joint Venture Agreement Between Laguna Water District (lwd) And Larc. The Engagement Aims To Provide Specialized Expertise To Lwd In Conducting A Thorough Examination Of The Business Plan. Scope Of Work: The Main Scope Of Work Will Encompass The Following: (a) Evaluate The Following Key Elements Of The Business Plan To Provide Sensible Assurance Of Their Accuracy, Reasonableness, And Consistency: • Service Coverage, Including Alignment With Relevant Psa Data Demand Projection And Capacity Optimization Strategies Financial Framework, Including Planning Assumptions And Cash Flow Projections • Revenue Building Blocks, Operating Expense Structure, And Production Cost Control Investment Strategies And Prioritization Approach Capital Expenditure Financing Plan Organizational Structure And Staffing Levels • Water Rate Components (b) Examine And Evaluate The Financial Model Of The Business Plan, Including The Proposed Tariff Increase, Internal Rate Of Return (irr) Calculation, And Weighted Average Cost Of Capital Computation (wacc) To Assess Whether: The Proposed Tariff Adjustment Can Recover All Investments Throughout The Joint Venture Term, The Joint Venture Company Earns A Reasonable Rate Of Return (irr), Only Costs That Are Reasonable, Prudent, And Efficient Are Recognized As Recoverable From Tariff, And The Irr Has Been Adjusted To Accurately Reflect The Wacc For The Joint Venture Project. (c) Ascertain If The Business Plan Aligns With The Strategic Vision And Framework For Achieving The Following Joint Venture Objectives: • Development Of Additional Sustainable Water Sources To Meet Long-term Demand Reduction Of Non-revenue Water To Acceptable Levels Expansion Of Service Coverage Within Existing Barangays, Including Provision For Septage And Sewerage Extension Of Services To Currently Unserved Areas Compliance With Prevailing Supply And Quality Standards, As Well As, Pressure Requirements. Minimization Of Tariff Impact To Consumers Maintenance Of Acceptable Customer Service Levels Development Of Surface Water As Source Of Raw Water (d) Offer Insights Into Feasible Revenue Streams, Costs Optimization, And Process Streamlining, Ensuring That These Elements Are Integrated Into The Business Plan. (e) Evaluate The Relevant Sensitivity Models Of The Business Plan And Suggest Ways To Mitigate The Elements That Have A Huge Detrimental Impact On The Joint Venture's Ability To Achieve Its Objectives. (f) Conduct An Assessment Of The Resource Requirements Of Lwd As A Contract Monitoring Unit And Propose Realignment Of The Organizational Structure To Address These Needs And Enhance Overall Efficiency. (g) Examine Larc's Audited Financial Statements For 2024 And Assess Its Financial Capacity To Implement The 2025 Operational Plan In Accordance With The 10-year Business Plan. (h) Develop A Monitoring Procedure And Framework For Lwd By Creating A Performance Monitoring Template That Effectively Tracks Lac's Compliance With The 10-year Business Plan And Service Obligation Performance Measures, While Ensuring That Action Plans Are Clearly Outlined And Implemented Promptly. Qualification Requirements: To Be Eligible For The Business Plan Review Consultant, Candidates Must Meet The Following Criteria: (a) Executive Leadership Experience: Proven High-level Executive Experience With A Comprehensive Strategic Business Perspective And Substantial Operational Expertise Gained Through Managing Large Corporations Or Business Units. (b) Strategic Business Development: Extensive And Diverse Senior Executive Experience In Formulating And Executing Long-term Business Strategies Demonstrated Ability To Organize And Analyze Detailed Business Plans To Ensure Alignment With The Organization's Strategic Objectives (c) Financial Acumen: Certified Public Accountant With A Robust Background In Corporate Planning, Auditing, And Management Accounting, Developed Through Tenure At A Reputable Company. (d) Operational Excellence: Senior Leader With Strong Foundation In Driving Operational Efficiencies, Optimizing Costs, Evaluating Investments, And Implementing Value-creation Initiatives That Yield Measurable Business Outcomes. (e) Familiarization: In-depth Knowledge Of Larc & Lwd Service Coverage Areas, Along With An Understanding Of Their Operations And Challenges, Is A Significant Advantage Expectation Setting Alignment Of Methodology With Lwd Management & Board Of Directors (bod) Review And Presentation (1st Pass) Comprehensive Review Of The Existing Business Plan (bp) Preparation Of The Bp Presentation Materials For The Lwd Mgt / Bod And Consultant Presentation Of Bp To The Lwd Mgt / Bod & Consultant Evaluation Consolidation Of Comments On Larc's Bp Presentation And Preparation Of Revision Proposals Presentation To Lwd Mgt / Bod On The Assessment Of The Bp And Proposed Revisions Alignment And Bp Revisions Alignment With Larc On The Bp Revisions As Agreed With Lwd Mgt / Bod Bp Revision Review And Presentation (2nd Pass) Review Of Revised Bp Preparation Of The Bp Presentation Materials For The Lwd Mgt / Bod And Consultant Presentation Of Revised Bp To The Lwd Mgt / Bod & Consultant Consolidation Consolidation Of Final Bp And Submission To Lwd Mgt / Bod Monitoring Template Development Of Compliance Monitoring Framework For The Business Plan And Service Obligation Performance Measures Organizational Review And Assessment Review Of Lwd's Organizational Structure Presentation To Lwd Bod Of The Assessment And Proposed Restructuring
Closing Date4 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
City Of General Santos , South Cotabato Tender
Food Products
Philippines
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. A1. Catering: 1 Snack Without Venue Activity Title: Support To Environmental Activities Activity Date: February 11, 2025 (tentative) Snack Menu: Any Snack Variety 2 Courses With Softdrinks And Bottled Water Note: * Mode Of Payment : Progressive Billing 360,000.00 B1. Catering: 1 Meal And 2 Snacks Without Venue Activity Title: Program Operations Review ( Year End ) Activity Date: Tentative Date ( October 2025) 2 Main Courses: Beef Menu, Chicken Menu Urcn 40 Pax Quarry 40 Pax Crmp 20 Pax Aes 80 Pax Air & Water 50 Pax Admin 30 Pax Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water 104,000.00 C1. Catering: 1 Meal And 1 Snack Without Venue Activity Title: Araw Ko With Mayor, Capicity Building & Teambuilding Acitivities Activity Date: Tentative May December Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water 12,000.00 Mode Of Payment: Full Payment Term: 30 Days No Pork Page 2 Of 4 25cb Gsc 080 *25cb Gsc 080* 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 Without Venue. 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 February 6, 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 February 13, 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 February 13, 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 3 Of 4 25cb Gsc 080 *25cb Gsc 080* 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
Closing Date13 Feb 2025
Tender AmountPHP 476 K (USD 8.2 K)
City Of General Santos , South Cotabato Tender
Furnitures and Fixtures
Philippines
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. 1. Crutches, Adult Crutches Procurement Of Crutches @930 X 24 Pairs Specifications: Height (cm): 95 115 Net Weight (kg): 0.73 Dimensions (cm): 101x33x29 Gross Weight (kg): 16.7 Aluminum Control Number: 64999 22,320.00 2. Wheelchair, Adult Wheelchair For Adult Specification: Dimension: 94x23x89cm Net Weight: 18.7kg Chrome Steel Frame, Single Cross Bar, Solid Castor Solid Rear Wheel Load Capacity: 100kg Foldable Wheelchair, Foldable Leg/foot Rest Control Number: 64997 176,800.00 3. Wheelchair, Pedia/children Wheelchair For Pedia/children Specifications: Dimensions: 88x23x89cm Net Weight: 16kg Gross Weight: 18.5kg Load Capacity: 75kg Chrome Steel Frame, Single Cross Bar, Solid Castor Solid Rear Wheel Checkered Colored Upholstery Foldable Wheelchair, Foldable Leg/foot Rest Control Number: 64998 187,000.00 Page 2 Of 4 25cb Gsc 085 *25cb Gsc 085* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. 4. White Cane White Cane Specifications: Height (cm): 75 98 Net Weight (kg): 0.33 Dimensions (cm): 68x35x18 Gross Weight (kg): 16.7 Foldable Walking Stick For The Blind Aluminum Control Number: 65000 13,600.00 Progressive Billing The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Walking Assistant Device. Delivery Of The Goods Is Required 45 Calendar Days. 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 February 6, 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 February 13, 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 February 13, 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 3 Of 4 25cb Gsc 085 *25cb Gsc 085* 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
Closing Date13 Feb 2025
Tender AmountPHP 399.7 K (USD 6.8 K)
Bureau Of Plant Industry Tender
Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Rfq No. R 2025-01-20 Pr No. 25-01-20 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement For Other Supplies And Material Expense Under Regular- Indoor Cultivation System Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lumpsum. 10. Deadline For Submission Of Bids: January 16, 2025 . 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Fifteen (15) Working Days Upon Receipt Of Po. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 29,120.00 End User: Rogelio G. Custodio Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 20 Pcs Led Grow Lights 29,120.00 Grand Total 29,120.00 Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi Compound, Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date16 Jan 2025
Tender AmountPHP 29.1 K (USD 499)
City Of General Santos , South Cotabato Tender
Food Products
Philippines
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 Meal And 1 Snack With Venue Activity Title: Business Forum Activity Date: March 5, 2025 (tentative Date) 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 Note: Venue Is Within 5 Kilometer Radius From City Center Or City Hall, It Should Be Carpeted And Has Parking Space That Can Accommodate At Least 15 Cars. 50,000.00 Re1. Catering: 1 Meal And 1 Snack With Venue Activity Title: Investment Board Meeting Activity Date: March 26, 2025 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 Note: Venue Is Within 5 Kilometer Radius From City Center Or City Hall, It Should Be Carpeted And Has Parking Space That Can Accommodate At Least 15 Cars. No Pork. Full Payment. 50,000.00 No Pork. Full Payment. The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Catering Services With Venue For Cemcdo (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. Page 2 Of 3 25cb Gsc 002(r) *25cb Gsc 002(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production 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. 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
Closing Date16 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
3121-3130 of 3325 archived Tenders