Consultancy Tenders

Consultancy Tenders

Department Of Agriculture Tender

Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 72 K (USD 1.2 K)
Details: Description February 18, 2025 Request For Quotation No. Np-023-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: ✔ Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 ✔ Philgeps Registration/organization Number (red Membership) ✔ Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. 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. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: February 21, 2025 At 12:00nn. 10. Delivery Period: Not Later Than March 31, 2025. C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done By Lot. 3. Terms Of Payment: Please See Attached Terms Of Reference. 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture 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: 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 (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0193 Abc: Php72,000.00 End-user: Bafs Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty Unit Item/description Ceiling Price (php) Unit Price In Php Total Price In Php (qty X Unit Price) Supply And Delivery Of First Aid Kits For Da-bafs Employees Cy 2025 6 Kit First Aid Kit (all Items Must Be Properly Packed Inside The First Aid Kit) 1. One (1) Health Kit Bag 2. One (1) Digital Blood Pressure Apparatus 3. One (1) Digital Finger Pulse Oximeter 4. One (1) Digital Thermometer 5. One (1) Box/50 Pairs Of Sterile Gloves 6. One (1) Roll Malleable Splint 7. One (1) Thermal Blanket 8. One (1) Hot And One (1) Cold Pack Compress 9. One (1) Box/100s Povidone-iodine Prep Pads 10. One (1) Box/100s Alcohol Prep Pads 11. One (1) Box/50s Adhesive Wound Dressing 12. One (1) Box/100s Sterile Gauze Pads 13. One (1) Box/12 Rolls Rolled Gauze Bandage 14. One (1) Elastic Bandage (4" X 5 Yards/roll) 15. One (1) Elastic Bandage (6" X 5 Yards/roll) 16. One (1) Triangular Bandage 17. One (1) Tourniquet 18. One (1) Box/12 Rolls Micropore Surgical Tape 19. One (1) Splinter Tweezers 20. One (1) Bandage Scissors 21. One (1) Box/500 Tablets Analgesic/antipyretic 22. One (1) Box/100 Sachets Oral Rehydration Salt 23. One (1) Box/50 Tablets Anti-allergy 24. One (1) Tube/box 15g Anti-allergy Cream/ointment 25. One (1) 48g Tub Petroleum Jelly 26. One (1) Tube 15g Antibacterial Ointment 12,000.00 Terms Of Reference And Specifications Are Attached As An Integral Part Of The Rfq Total Amount Original Signed Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we 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 Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company _____________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: 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: __________________________________________________

Bureau Of Plant Industry Tender

Agriculture or Forestry Works
Corrigendum : Tender Amount Updated
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 342.2 K (USD 5.8 K)
Details: Description Rfq No. O-2025-01-08 Pr No. 25-01-08 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Agricultural And Marine Supplies Under Organic Program Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration A.1. 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 A.2. Platinum Membership Ü No Additional Documents Required, Provided That The Eligibility Documents Are Up To Date 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). Failure To Comply Shall Automatically Forfeit Your Bid. 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry - Baguio National Crop Research, Development And Production Support Center, 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 Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Per Item 10. Deadline For Submission Of Bids: January 31, 2024 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 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 342,200.00 End User: Ma. Arlene F. Celo Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 60 Pcs. Seedling Tray (35 Holes) 3900 12 Pairs Rainboots For Male ( Size 10; Size 8) 7200 6 Pairs Rainboots For Female (size 7, 8) 3,000.00 6 Pairs Raincoat For Female 7,020.00 12 Pairs Raincoat For Male 6,000.00 4 Rolls Garden Hose (3/4) 99m 14,000.00 3 Pcs. Grubhoe With Handle 1,950.00 3 Pcs. Chinese Hoe With Handle 1,950.00 200 Pcs. Yellow Sticky Trap 10,000.00 25 Pcs. Rubberized Pot (60cm) 17,500.00 15 Rolls Tansi 10,500.00 10 Rolls Plastic Twine 600.00 8 Kgs. Tie Wire # 16 1,350.00 5 Packs Pe Plastic Bag (6 X12; .003) 100pcs/pack 1,000.00 1 Roll Nylon Rope (7mm) 100m 3,000.00 40 Packs Plastic Bag (5x5x8;.003)100/pack 8,000.00 75 Kgs. Cracked Corn 3,535.00 3 Sacks Rice (25kgs) 4,500.00 7 Gals. Molasses 3,493.00 80 Sacks Vermicompost 50kgs/bag 52,000.00 120 Sacks Rice Hull 22,200.00 1 Sachet Lettuce Loose Leaf (grand Rapid) 10g/sachet 600.00 1 Kg. Radish Long White 1,683.50 1 Kg. Pechay (black Behi) 1,683.50 2 Cans Cabbage Seeds -rareball (25 G) 3,320.00 1 Can Ampalaya Var. Bonito (250g) 1,665.00 4 Rolls Clear Pe Tunneling Film 2.7 X.055x 100m 25,200.00 5 Pcs. Trellis Net (7'' X 7"; 2.4m X 100m) 5,650.00 18 Liters Organic Liquid Foliar Spray Occp Registered 14,400.00 18 Liters Organic Liquid Fertilizer For Soil Occp Registered 16,200.00 18 Liters Organic Insecticide -tea Tree Oil Occp Registered 40,500.00 18 Liters Organic Insecticide-matrine Occp Registred 27,000.00 18 Liters Organic Insecticide- Azadirachtin Occp Registered 21,600.00 X-x-x-x-x-x-x-x-x Note: Chemicals Should Not Be More Than 2 Years From The Date Of Formulation X-x-x-x-x-x-x-x-x Grand Total 342,200.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, 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:_______________________________________________________________

Department Of Agriculture Tender

Chemical Products
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.2 K)
Details: Description Invitation To Bid For The Procurement Of 1 Unit Perchloric Fumehood (47" Or 120 Cm Width To Fit With Existing Space In The Laboratory) 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 One Million Six Hundred Forty Thousand Pesos (₱1,640,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 1 Unit Perchloric Fumehood (47" Or 120 Cm Width To Fit With Existing Space In The Laboratory). 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 1 Unit Perchloric Fumehood (47" Or 120 Cm Width To Fit With Existing Space In The Laboratory) @ 1,640,000.00 With The Following Details/specifications: * With Wash Down System Or Spray Bar On Fume Cupboard; * Worktop & Sump Made Of Acid Resistant, Non-combustible Trespa Material, Minimum Of 13 Mm Thickness With Slots; * Inner Chamber Moulded Of Chemical Resistant, Corrosion Resistant, Temperature & Humidity Resistant & Fire Retardant Glass Reinforced Plastic (grp); * With 0.75kw Motor And Chemical Resistant Exhaust Fan Or Blower, 10""; * Toughened Glass 6mm Sash; * Control Panel With Lcd Display For Real Time Air Flow Monitoring, Light, Emergency Alarm & Other Functions; * Aerodynamic Design For Maximum Containment; * Certifications And Accreditations To Ensure Durability & Quality Such As: - Fume Cupboards Compliant To Us/australian Third Party Product Registration By Sai Global; - Third Party Accreditation With Astm/nata For Fume Cupboard Testing; - Third Party Accreditation With Sai Global For Iso 9000 Quality Systems. * Free Installation And Commissioning Included Utilizing The Existing Piping System (with Modification) For Ducting By Trained Service Engineer; All Materials Needed Will Be Provided Including Electrical Materials; * To Include Free Dismantling Of Old Fumehood Where The New Unit Will Be Installed; * Warranty Period Of 1 Year Or More; * Free Preventive Maintenance Within Warranty Period Or Beyond Warranty Period; * With Compatible Avr. Delivery Site: Regional Soils Laboratory, Da7 Complex, Maguikay, Mandaue City, Cebu Delivery Of The Goods Is Required Within 90 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 Five Thousand Pesos (₱5,000.00) (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

City Of General Santos , South Cotabato Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 391.3 K (USD 6.6 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. A1. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Autodesk Revit Architecture Advanced Activity Date: April 4, 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 The Venue: > Must Be In Hotel & Fully Airconditioned Function Hall > Must Have Spacious Parking Area 40,300.00 A2. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Detailed Price Analysis (dupa) Activity Date: April 25, 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 The Venue: > Must Be In Hotel & Fully Airconditioned Function Hall > Must Have Spacious Parking Area 22,100.00 A3. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Meeting On Infrastructure Development Committee For 1st & 2nd Quarter Activity Date: March 7, 2025 (tentative) & April 7, 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 The Venue: > Must Be In Hotel & Fully Airconditioned Function Hall > Must Have Spacious Parking Area 58,500.00 Page 2 Of 5 25cb Gsc 060 Total Description Of Articles Item No. A4. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Structure Fundamentals For Civil Engineers & Structural Engineers Activity Date: April 11, 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 The Venue: > Must Be In Hotel & Fully Airconditioned Function Hall > Must Have Spacious Parking Area 41,600.00 B1. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Ceo Department Mid Year Operation Review & Team Building Activity Date: May 23, 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 The Venue: > Must Be In Hotel & Fully Airconditioned Function Hall > Must Have Spacious Parking Area Payment: Progressive Billing 26,000.00 B2. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Ceo Division Mid Year Operation Review & Team Building Activity Date: May 2, 2025 (tentative) Admin May 9, 2025 (tentative) Mqcd, Ppd & Construction) May 16, 2025 (tentative) Motorpool & Maintenance 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 The Venue: > Must Be In Hotel & Fully Airconditioned Function Hall > Must Have Spacious Parking Area Payment: Progressive Billing 195,000.00 B3. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Gad Activity Date: March 28, 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 The Venue: > Must Be In Hotel &fully Airconditioned Function Hall > Must Have Spacious Parking Area Payment: Progressive Billing 7,800.00 Payment: Progressive Billing Page 3 Of 5 25cb Gsc 060 *25cb Gsc 060* 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 Hotel 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 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. Page 4 Of 5 25cb Gsc 060 *25cb Gsc 060* 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 Agriculture Tender

Agriculture or Forestry Works
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 6.5 Million (USD 112 K)
Details: Description Invitation To Bid For The Procurement 1,355 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 Six Million Five Hundred Thousand Pesos (₱6,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement 1,355 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 1,355 Bags Of Nsic Approved Hybrid Rice Seeds With The Following Details/specifications: 1) 216 Bags Nsic Rc 492h (mestiso 83) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 2) 216 Bags Nsic Rc 488h (mestiso 81) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 3) 216 Bags Nsic Rc 540h (mestiso 97) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 4) 216 Bags Nsic Rc 666h (mestiso 117) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 5) 216 Bags Nsic Rc 236h (mestiso 28) @ 15kgs (5 Packs @ 3kgs/pack) @ 5,000.00/bag 6) 275 Bags Nsic Rc 204h (mestiso 20) @ 18kgs (6 Packs @ 3kgs/pack @ 4,000.00/bag Must Pass At Least 90% Germination (before And After Delivery) Bpi Accredited Unit Cost Per Bag To Include Delivery Cost Requires: *certificate Of Distributorship *sack With Printed Or Marked Sticker With Da Logo And "not For Sale" Deliver To: Ubay Stock Farm, Lomangog Ubay, Bohol (monolithic Dome) Delivery Of The Goods Is Required Within 45 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 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): 216 Bags Nsic Rc 492h (mestiso 83) - ₱5,000.00 216 Bags Nsic Rc 488h (mestiso 81) - ₱5,000.00 216 Bags Nsic Rc 540h (mestiso 97) - ₱5,000.00 216 Bags Nsic Rc 666h (mestiso 117) - ₱5,000.00 216 Bags Nsic Rc 236h (mestiso 28) - ₱5,000.00 275 Bags Nsic Rc 204h (mestiso 20) - ₱5,000.00 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

City Of General Santos , South Cotabato Tender

Civil And Construction...+2Paints and Enamels, Construction Material
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 364.7 K (USD 6.2 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. A1. Bolt Cutter (hd) 24" Item No. 63412 3,000.00 A2. Crowbar Item No . 63413 4,500.00 A3. Hammer Heavy Duty Item No. 63410 3,000.00 A4. Hammer, Sledge 10 To 15 Lbs Item No. 63204 6,000.00 A5. Pliers, Long Nose 20mm Item No. 63409 1,695.00 A6. Safety Gloves Cotton, W/ Rubber Grip Item No. 63411 2,500.00 B1. Faucet 1/2 Size With Thread, Bronze (control No. 68110) 5,500.00 B2. Flat Latex White (control No. 68111) 3,934.20 B3. Hollow Blocks (control No. 68112) 3,000.00 B4. Padlock, 40mm, Heavy Duty (control No. 68114) 5,760.00 B5. Paint Brush #9 (control No. 68120) 480.00 B6. Paint Brush #2 (control No. 68119) 372.00 Page 2 Of 5 25cb Gsc 084 Total Description Of Articles Item No. B7. Paint Thinner (control No. 68121) 750.00 B8. Paint, Latex, Whilte (control No. 68115) 2,736.00 B9. Paint, Roofguard, Green (control No. 68122) 2,920.00 B10. Pvc Cement (control No. 68123) 1,100.00 B11. Pvc Elbow, 1/2 (control No. 68124) 120.00 B12. Pvc Tee Connector, Combination # 1 To 1/2 (control No. 68127) 2,000.00 B13. Pvc Tee, 1/2 (control No. 68125) 240.00 B14. Rectangular Bar 1.2x 2 X 3 X 20 Ft (control No. 68116 & 68403) 9,600.00 B15. Round Bar, 10 Mm (control No. 68117) 6,380.00 B16. Teflon, # 1/2 (control No. 68113) 495.00 B17. Welding Rod, Ordinary (control No. 68128) 360.00 B18. Wire Flatcord # 16, Meters (control No. 68118) 5,500.00 C1. Mop Bucket, Heavy Duty Hard Plastic 2,102.00 D1. 0.4mm X 1090mm Rib Type (prepainted) 150 Ln.m 106,519.00 D2. 3/4 " Thk Marine Plyboard 30,625.00 D3. 4" Cut Off Wheel 10,400.00 D4. 4" Cut Off Wheel (masonry) 3,600.00 D5. 5mm Thk Marine Plywood 18,720.00 D6. Body Filler 5,360.00 D7. Cee Purlin 1.2mm Thk, 50mm X 150mm 19,252.50 D8. Epoxy Enamel 5,360.00 D9. Latex Tinting Color 595.00 D10. No. 3 Cw Nails 3,900.00 D11. No. 3 Umbrilla Nails 2,600.00 D12. No. 4 Cw Nails 3,900.00 Page 3 Of 5 25cb Gsc 084 Total Description Of Articles Item No. D13. Roof Sealant 7,200.00 D14. Semi Gloss Latex Paint 17,290.00 D15. Water Closet New Lenear Elongated Flush Valve Toilet With Bowl Spud, Floor Flange Set, Bolt Caps And Anti Bac S & C (white) 45,375.00 E1. Bulb: Led, 11 Watts, Daylight 2,850.00 E2. Door Knob (heavy Duty) 2,550.00 E3. Fluorescent Lamp, Tubular, 16 Watts 1,425.00 E4. Primer , Flatwall Enamel 1,248.00 E5. Roller Brush With Tray #9 540.00 E6. Semi Gloss Enamel 1,356.00 Condition: 1. The Bidding Will Be One (1) Lot. All Items Should Have Individual Prices. However, The Bid Price For One (1) Lot Will Be The Basis For Bid Price. 2. Delivery Is Sixty (60) Days Upon Receipt Of Purchase Order The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Various Hardware Materials. 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. Page 4 Of 5 25cb Gsc 084 *25cb Gsc 084* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production 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. 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 Agriculture Tender

Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 175.5 K (USD 3 K)
Details: Description February 17, 2025 Request For Quotation No. Np-012-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: ✔ Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 ✔ Philgeps Registration/organization Number (red Membership) ✔ Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. 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. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: February 20, 2025 At 12:00nn. 10. Delivery Period: On The Date Of Activities. C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done Per Lot. 3. Terms Of Payment: Within Thirty (30) Calendar Days Upon Acceptance Of The Items/services Rendered. 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture 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. Page 1 Of 3 Notice/announcement: 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 (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Various Pr Nos. Abc: Php175,500.00 End-user: Ict Planning And Standards Division Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty. Unit Item/description No. Of Days Ceiling Price (php) Unit Price In Php Total Price In Php (qty. X Unit Price X No. Of Days) Food Provision For Various Meetings Of Ict-planning And Standards Division Lot 1 – Pr No. 25-0184: Food Provision For The Conduct Of Basic Course Canva Design (batch 1) On April 10-11, 2025 In Icts Abc: Php27,000.00 30 Pax Am Snacks 2 100.00 30 Pax Lunch 2 250.00 30 Pax Pm Snacks 2 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Lot 2 – Pr No. 25-0182: Food Provision For The Conduct Of Google Workspace Applications Training (batch 1) On April 28-30, 2025 In Icts Abc: Php40,500.00 30 Pax Am Snacks 3 100.00 30 Pax Lunch 3 250.00 30 Pax Pm Snacks 3 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Lot 3 – Pr No. 25-0180: Food Provision For The Conduct Of Wordpress Training (batch 1) On May 7-9, 2025 In Icts Abc: Php40,500.00 30 Pax Am Snacks 3 100.00 30 Pax Lunch 3 250.00 30 Pax Pm Snacks 3 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Lot 4 – Pr No. 25-0182 P2: Food Provision For The Conduct Of Google Workspace Applications Training (batch 2) On July 2-4, 2025 In Icts Abc: Php40,500.00 30 Pax Am Snacks 3 100.00 30 Pax Lunch 3 250.00 30 Pax Pm Snacks 3 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Page 2 Of 3 Lot 5 – Pr No. 25-0184 P2: Food Provision For The Conduct Of Basic Course Canva Design (batch 2) On July 30-31, 2025 In Icts Abc: Php27,000.00 30 Pax Am Snacks 2 100.00 30 Pax Lunch 2 250.00 30 Pax Pm Snacks 2 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Grand Total Original Signed Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we 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 Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company _____________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: 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: __________________________________________________ Np-012-25 Various Pr Nos.-ict-psd Kbs Page 3 Of 3

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

City Of General Santos , South Cotabato Tender

Food Products
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 396.5 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. A1. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Basic First Aid Training Activity Date: August 28, 2025 Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water Requirements: Hotel Or Suite *within 5kms From City Hall And Within Fare Of P18.00 Only *clean And Ready For User 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 3. Control No.: 66332 39,000.00 A2. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Discipline Programs Activity Date: June 18, 2025, July 16, 2025, August 20, 2025 Meal Menu: Soup/appetizer, Any 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water 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 3. Control No.: 66335 97,500.00 Page 2 Of 5 25cb Gsc 077 Total Description Of Articles Item No. A3. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Financial Programs Activity Date: July 23, 2025, August 27, 2025, September 24, 2025 Meal Menu: Soup/appetizer, Any 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water 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 3. Control No.: 66343 32,500.00 A4. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Mental Health Program Activity Date: June 10, 2025, July 7, 2025, August 7, 2025 Meal Menu: Soup/appetizer, Any 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water 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 3. Control No.: 66347, 66348, 66349 26,000.00 B1. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Barangay Budget Forum Activity Date: May June & October November 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 175,500.00 C1. Catering: 1 Meal And 2 Snacks With Venue Activity Title: Capacity Building, Coordination Meeting & Teambuilding Activities Activity Date: March December 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 Note: Venue With Panoramic View Of Sarangani Bay 26,000.00 Mode Of Payment: Progressive Billing Every After Activity. Page 3 Of 5 25cb Gsc 077 *25cb Gsc 077* 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. 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 4 Of 5 25cb Gsc 077 *25cb Gsc 077* 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
3961-3970 of 3994 archived Tenders