Fiber Tenders

Fiber Tenders

City Of Pagadian Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-1-07-05-030/rf24-1000-2a-1g (information And Communication Technology And Equipment) With An Approved Purchase Request Nos. 210 Pagadian City, As Described Below: Pbg-2025-01-14 Procurement Of Accessories And Rehabilitation Of Video Surveillance System Of Close Circuit Television,this City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 1 Piece 5ghz Directional Client - 16dbi 32,400.00 32,400.00 * Primary Use: Standard Client, Suitable For Most Conditions * Antenna Type: Flat Panel *antenna Gain: 16dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage: 30 Vdc * Dimensions: 12.4 X 25.1 X 11.9 Cm (4.9 X 9.9 X 4.7 In) * Weight-: 0.50 Kg (1.1 Lb) * Environmental: Ip55 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-007, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 2 2 Pieces 5ghz Directional Client - 16dbi 36,200.00 72,400.00 * Primary Use: High Gain Client Useful For Though Climates,longer Distances Or Industril Sites * Antenna Type: Flat Panel *antenna Gain: 19dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage:: 30 Vdc * Dimensions: 27.8 X 27.8 X 4.5 Cm (10.9 X 10.9 X 1.8 In) Without Mountaing Bracket * Weight-: 1.45 Kg (3.2 Lbs) * Environmental: Ip67 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-0047, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 3 1 Pieces 20- Port Enterprise Gigabit Poe Network Switch 310,300.00 310,300.00 * Throughput: 112 Gbps *mbps Rj45 Ports :16 * 10 Gbps Fiber Ports (sfp+): 4 * Poe+enabled Ports 802.3af/at/bt:16 * Low Voltage Passive Poe (24 V): 8 * High Power 4 Ppoe (up To 90 W): 8 * Dram: 512 Mb * Power Supply : Crps Dependent * Cpu Speed: 800 Mhz * Leds Per Port: Link/activity, Poe * 802.3af/atbt Poe (54v): Ports 1-16 * 24v Passive Poe -up To 15w: Ports 9-16 * 54v Passive Poe -up To 90w: Ports 1-8 * 54v Passive Poe -up To 30w: Ports 9-16 *poe Max Power Per Port: 30w/90w *temperature Ranges: 10⁰c Up To 65⁰c 4 7 Pieces 10-port Enterprise Gigabit Poe Network Switch 48,200.00 337,400.00 * Throughput: 20 Gbps *10/100/1000 Ports: 8 * Uplink Ports: 2 Sfp *poe+ Enabled Ports 802.3af/at:8 * Dram: 512 Mb *power Supply; 100240 Vac * Max Switch Power: 10.54w *cpu Speed: 800mhz * Leds Per Port: Link/activity, Poe * Poe+power Budget: 75 W *poe + Voltage: 54v * Poe Max Power Per Port: 30 W * Temperature: 0⁰c To 50⁰c (32⁰f To 122⁰f) * Storage Temperature: (-40⁰f To 158⁰f) 5 1 Piece 49-inch 3.5mm Lcd Display Unit 216,500.00 216,500.00 * Screen Siz: 49 Inches Backlight: Direct -lit Led Backlight Pixel * Pitch:0.56 Mm *physical Seam: 3.5 Mm * Bezel Width: 2.3mm (top/left), 1.2 Mm (bottom/right) * Brightness: 500 Cd/m² * Viewing Angle: Horizontal 178⁰, Vertical 178⁰ * Video & Audio Input: Hdmi X 1, Dvi X 1, Vga X 1, Usb X 1 * Power Consumption: =134 W * 4k Signal Input, Auto Loop Up To 30 Screens With Hdmi/dp Interfaces * Anti-glare, High Definition, High Brightness, High Color Gamut, And Vivid Images With Rich Colors * Metal Casing For Preventing From Radiation And Magnetic & Electric Field Interference * Wall-mount And Modular Brackets Available To Meet Various Installation Requirements 6 1 Piece 4mp Ir Varifocal Bullet Network Camera 36,200.00 36,200.00 * 1/3" Progressive Scan Cmos * 2688 X 520 @30fps * 2.7 To 13.5 Mm Varifocals Lens * Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir * H.265+, H.265, H.264+,h.264 * Three Streams * 120db Wdr * Junction Box Included In The Package * Blc/3d Dnr/roi/hlc * Ip67 * Built - In Micro Sd/sdhc/sdxc Card Slot, Up To 128 Gb * 3-axis Adjustment * Metadata Of Intrusion Detection, Line Crossing Detection, Unattended Baggage Detection, And Object Removal Are Supported. 7 10 Pieces Power Over Ethernet (poe) Adapters, 60w 2,500.00 25,000.00 * Output Voltage: 50vdc @ 1.2a * Rated Voltage: 100-240vac @ 50/60hz * 4-pair Powering: Pins 1,2,4,5 (+) And Pins 3,6,7,8 (-) * Data In /poe: Rj45 Shielded Socket 8 1 Piece Outdoor Carrier Class Shielded Ethernet Cable 29,800.00 29,800.00 * Industrial-grade Ethernet Cable That Protects Your Network From Elemental And Electrostatic Damage * Category 5e Cable * Insulated, Weatherproof Cable Jacket * Internal Foil Shielding And Drain Wire For Increased Esd Damage Protection * Internal Anti-crosstalk Divider To Preserve Signal Integrity In High Traffic Areas * Cable Length 305 M 9 1 Lot Installation Materials 135,000.00 135,000.00 10 1 Lot Installation, Termination, Commisioning And Testing, Included On-site Project Management & Training And Transportation 245,000.00 245,000.00 Grand Total 1,440,000.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). . Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 31,2025 To February 7,2025 2-issuance Of Eligibility Forms /bid Documents February 6,2025 To February 17,2025 3-pre-bid Conference Fbruary 4,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 17,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P1,400.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian 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. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 31,2025 To Febraury 7,2025
Closing Date7 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.6 K)

Commission On Elections Tender

Education And Training Services
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025 (rbac Resolution No. R6-svp-012-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025 (please See Attached Tor For Details) 1 Lot ₱309,200.00 ₱309,200.00 Total ₱309,200.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025 1,546 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: Opes, Capiz, Villareal Stadium, Camansi St., Brgy. Tiza, Roxas City, Capiz Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof The Philippines City/municipality Of )s.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [ If A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project]of The [name Of The Procuring Entity],as Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And [name Of The Project] Of The[name Of The Procuring Entity],as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s)to Verify All The Documents Submitted; 6. [select One, Delete The Rest:][if A Sole Proprietorship:]the Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac) ,the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:]none Of The Officers And Members Of [name Of Bidder]is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac),the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:]none Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder Incompliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin (s) Issued For The [name Of The Project]. 9. [name Of Bidder]did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given ,failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto Set My Hand This Day Of, 20___at , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice
Closing Date17 Feb 2025
Tender AmountPHP 309.2 K (USD 5.3 K)

ILOILO SCIENCE AND TECHNOLOGY UNIVERSITY LEON CAMPUS Tender

Laboratory Equipment and Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Lot 1: Agricultural Equipments - Php 350,850.00 (abc) 1 Digital Water Quality Tester "5 In 1 Water Quality Tester Includes: Ph, Ec, Tds, Salinity, And Thermometer; Battery Powered; Waterproof Rating: Ip67 Display Size: 33*24mm Item Size: 180 * 37mm / 7.1 * 1.5in Item Weight: 86g / 3.0ounce" 5 Set 2 Digital Refractometer 0-93% Digital Brix Refractometer Sugar Content Measuring 1 Set 3 Refractometer Handheld Refractometer (brix Refractometer); Inlusions Are Transport Case, Pipette, Calibration Screwer And Guide 3 Set 4 Current Meter River Current Water Velocity Portable Flow Meter For Open Channel; Measure Velociy, Flow Rate And Depth 1 Set 5 Turbidimeter Portable Turbidimeter Microcomputer Accuracy Testing With Range From 0-200 Ntu; Size:210*75*70mm/8.3*3.0*2.8in; Product Inclusions: Turbidimieter, Power Cable, Glass, Storage Box 1 Set 6 Dissolved Oxygen Analyzer Ph Meter And Dissolved Oxygen Tester Water Quality Tester Set 2 Set 7 Rain Gauge 8 In/200mm Diamter Rain Gauge Stainless Steel; Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow, Mountinf Tripod And Parts Can Are Detachable For Easy Cleaning 5 Set 8 Rain Gauge Capacity: 11"/280mm; Resolution: 0.01"/0.2mm; Diameter Size 4"*14h (102mm*356mm); Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow And Mounting Tripod/bracket And Parts Can Are Detachable For Easy Cleaning 5 Set 9 Rain Gauge Plastic Rain Gauge: Approx Size:25cm*4.5cm*2.7cm 5 Pc 10 Sling Psychrometer Slide Rule; Dimension 1" Dia * 7-1/2" Length; Non-mercury, Black Plastic 5 Unit 11 Soil Detector 6 In 1 Soil Detector (rotatable); With Sensitive Sensing Probe; Soil Ph, Soil Fertility, Soil Temperature, Soil Moisture, Environmental Illumination, Humidity; Battery Powered; Led Large Screen Display 5 Set Lot 2: Scientific Materials And Equipment - Php 249,400.00 (abc) 1 Digital Analytical Balance Capcity: 500g; Accuracy: 0.001g; Tray Size: Ø 120 Mm; Dimensions 320*195*280mm; With Screen Display; With Dual Power Supply; Stainless Steel Plate And Bubble Level 2 Unit 2 Digital Weighing Scale Capacity: 10kg; Resolution: 0.1g Digital Precision Electronic Weighing Balance W/ Counting Table Top Scale; Tare Function Stainless Steel Pan With Level Bubble; Dual Power Supply; Scale Pan Size: 180*180mm; Dimension: 260*180*64mm 2 Unit 3 Digital Food Weighing Scale Weigh Range: 0.1 G-3000g; Resolution:0.01g; Dimensions:4.1*5.0 In With Stainless Steel Plate Dimension Of 3.9*3.9 In; Battery Power Supply 3 Unit 4 Digital Food Thermometers "stainless Steel Probe; Weight: 36g; Size: 22.5*2cm Power Supply: Built-in Battery, Can Be Used Directly" 3 Unit 5 Digital Food Thermometers Digital Thermometer Infrared Laser Gun With Led Screen; Size: 75*50*145mm;battery Powered 2 Unit 6 Thermocouples Digital Thermocouple With Dual Channels 4 Probes Handheld; Battery Powered 2 Set 7 Sieves Standard Laboratory Test Sieves; 8 In/20cm Diameter And Height Of 5cm; Filter Mesh With Grit Size #10, #12, #14, #16, And #18 2 Set 8 Bulk Density Apparatus Astm 1895 Apparent Bulk Density Apparatus; Wieght = 9 Kg, Dimensions: 240x330x520mm (wxdxh) 2 Set 9 Tachometer Laser Digital Non-contact Tachometer; Measuring Range: 2.5-99999 Rpm; Lcd Screen With White Backlight, Meauring Distance:2-20in(50-500mm); Dimension 145*85*35mm; Auto Power Off; Battery Power Supply 3 Set 10 Tachometer Contact Digital Handheld Tachometer; Lcd Screen; Battery Powered; Item Size: Approx. 165*60*28mm; Set Inlcusion: Digital Tachometer, 2 Measurement Idler Wheels, 2 Measurement Touch Tips, Lengthening Bar, Portable Bag And User Manual 3 Set 11 Steel Cabinet Steel Cabinet: Dimension: 90*46*185cm; 2-door Locker With One Side For Long Tools Storage 2 Unit 12 Steel Cabinet Steel Cabinet Dimension: 90*46*185cm; 2-door Lock With 4 Adjustable Shelves 2 Unit 13 Digital Vernier Caliper Digital Vernier Caliper; 150 Mm Metal 60inch Pure Stainless; Withlcd 5 Pc 14 Digital Anemometer Digital Anemometer With Data Hold Backlight Function 3 Set 15 Sound Level Meter Digital Sound Level Meter Decibel Moinitoring; Measurement Range: 30-130db With Spongeball; Inclusions: Sound Level Meter, Operation Manual, 1 Spongeball 2 Set 16 Aluminum Tool Box Set "multiple Layered Tool Box With: Layer 1. 1x Multiprise Plier 250mm, 1x Diagonal Cutting Pliers 150mm, 1x Pliers 1/2 Long Round 150mm, 1x Universal Plier 150mm 1x All-rounder, 1x Thumb Wrench 250 Mm, 1x Box 6 Compartment Layer 2. 1x Magnetic Bimonthly Torpedo Level 25cm, 1x Measure 5m X 19mm Bimatiere Tylon, 8x Screwdriver - Bit Holder- Ph1-ph2- Pz1-pz2- Mechanic 6.5x1505.5x100-3x75, 1x Test Screwdriver, 9x Clés Males (1.5-2-2.5-3-4-5-6-8-10) Layer 3. 1x Hacksaw, 1x Pen Lamp, 1x Cutter 18mm, 1x Hammer Wooden Handle 300g Layer 4. 1x Ratchet 72 Teeth 1/4’’, 10x 1/4’’ (6-sided) Sockets: 5.5 – 6 – 7 – 8 – 9 – 10 – 11 – 12– 13 – 14 Mm, 2x 1/4’’ Extensions: 75 Mm – 150 Mm, 1x 1/4’’ Bit Holder, 1x 1/4’’ Universal Cardan, 1x Ratchet 72 Teeth 1/2’’, 16x 1/2’’ (6-piece) Sockets: 10 – 11 – 12 – 13 – 14 – 15 – 16 –17 – 18 – 19 – 21 – 22 – 24 – 27 – 30 – 32 Mm, 2x 1/2’’ Extensions: 75 Mm – 250 Mm, 1x Universal Cardan 1/2’’, 3x Sockets For 1/2’ Candle: 16 – 19 – 21 Mm, 12x Combination Wrenches: 8 – 9 – 10 – 11 – 12 – 13 – 14 –15 – 16 – 17 – 18 – 19 Mm, 1x 1/4"" 25mm Screw Bit Box – 61pcs In Pre-formed Foam" 1 Set Lot 3: Surveying Materials And Equipment - Php 199,750.00 (abc) 1 Total Station Theodolite Digital Theodolite Surveying Instrument High Accuracy 30x Electronic With Laser; Main Unit, Tool Kit, Plumb Bob, Rain Cover, Rechargeable Battery, Battery Charger, Aa Dry Battery Case, Operational Manual, Heavy Duty Carrying Case 1 Unit 2 Tripod Surveying Instrument Aluminum Tripod Double Lock With Extended Length Upto 1.7m; Head Diameter 160mm; 3kg Weight 1 Unit 3 Measuring Staff Stadia Rod Surveying Stadia Rod Extended Upto 5m; Retracted Length 0.5m 3 Pc 4 Range Pole Range Pole,3m-3 Section For Surveying 3 Pc 5 Marking Pins Surveying Color Scheme: Red And White; 50 Pc 6 Heavy Duty Measuring Tape 100m Tape Measure Fiber Glass, High Quality, Heavy Duty Meter Tape Ruler Wheel 5 Pc 7 Steel Tape 5m Steel Measuring Tape-heavy Duty 5 Pc
Closing Date15 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)

Commission On Elections Tender

Education And Training Services
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Antique, Good For 579 Participants (526 Deso Technical Support Staff, 53 Deso Technical Support Staff Back-up) On February 16-22, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Antique, Good For 579 Participants (526 Deso Technical Support Staff, 53 Deso Technical Support Staff Back-up) On February 16-22, 2025 (rbac Resolution No. R6-svp-006-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Antique, Good For 579 Participants (526 Deso Technical Support Staff, 53 Deso Technical Support Staff Back-up) On February 16-22, 2025 (please See Attached Tor For Details) 1 Lot ₱115,800.00 ₱115,800.00 Total ₱115,800.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Antique, Good For 579 Participants (526 Deso Technical Support Staff, 53 Deso Technical Support Staff Back-up) On February 16-22, 2025 579 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: 2nd Floor, Barbaza Coop Business Center, Cerdeña St., San Jose, Antique Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof The Philippines City/municipality Of )s.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [ If A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project]of The [name Of The Procuring Entity],as Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And [name Of The Project] Of The[name Of The Procuring Entity],as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s)to Verify All The Documents Submitted; 6. [select One, Delete The Rest:][if A Sole Proprietorship:]the Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac) ,the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:]none Of The Officers And Members Of [name Of Bidder]is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac),the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:]none Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder Incompliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin (s) Issued For The [name Of The Project]. 9. [name Of Bidder]did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given ,failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto Set My Hand This Day Of, 20___at , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice
Closing Date17 Feb 2025
Tender AmountPHP 115.8 K (USD 2 K)

Commission On Elections Tender

Education And Training Services
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Aklan, Good For 1,206 Participants Within March 3-31, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Aklan, Good For 1,206 Participants Within March 3-31, 2025 (rbac Resolution No. R6-svp-010-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Aklan, Good For 1,206 Participants Within March 3-31, 2025 (please See Attached Tor For Details) 1 Lot ₱241,200.00 ₱241,200.00 Total ₱241,200.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Aklan, Good For 1,206 Participants Within March 3-31, 2025 1,206 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: Opes, Aklan, 3rd Floor, Rebesencio Bldg., Martelino St., Kalibo, Aklan Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof The Philippines City/municipality Of )s.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [ If A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project]of The [name Of The Procuring Entity],as Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And [name Of The Project] Of The[name Of The Procuring Entity],as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s)to Verify All The Documents Submitted; 6. [select One, Delete The Rest:][if A Sole Proprietorship:]the Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac) ,the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:]none Of The Officers And Members Of [name Of Bidder]is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac),the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:]none Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder Incompliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin (s) Issued For The [name Of The Project]. 9. [name Of Bidder]did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given ,failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto Set My Hand This Day Of, 20___at , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice
Closing Date17 Feb 2025
Tender AmountPHP 241.2 K (USD 4.1 K)

Philippine National Oil Company - PNOC Tender

Environmental Service
Philippines
Details: Description Ii. Scope Of Works A. Quarterly Air Quality And Noise Level Monitoring 1. On-site Sampling And Laboratory Analysis Of The Following: Parameter No. Of Samples Per Quarter 1. Sulfur Dioxide (so2) 4 2. Nitrogen Dioxide (no2) 4 3. Particulate Matter 10 Microns (pm10) 4 4. Total Suspended Particulate (tsp) 4 5. Pb 4 2. Laboratory Technical Personnel Shall Conduct The Air Sampling Activity And The Collection Of Air Samples At Designated And/or Identified Sampling Stations. Sampling Points And Regulated Parameters May Vary When The Park Has New Locators And/or As Assessed And Approved By The Denr. 3. The Laboratory Shall Provide The Absorbing Solutions, 10 Ml Per Sample Before The Scheduled Sampling. The 10-ml Absorbing Solutions Shall Be Placed In Individual Clean And Closed Vials. Thus, The Laboratory Shall Prepare A Total Number Of 10 Vials (4x10ml Solutions For No2 And 4x10ml Solutions For So2). Note: Additional Vials Will Be For Blank Samples. 4. The Laboratory Shall Provide And Prepare The 8” X 10” Glass Fiber Filter Papers For The Tsp, Pb And Pm10 Parameters. The Preparation Includes Oven Drying, Desiccating For 24 Hours And Taking The Initial Weights Of Each Filter Papers. 5. The Laboratory Shall Reflect In Laboratory Results/report The Allowable Limit (denr Air Quality Standards For Tsp, Pm10, So2, Pb And No2) I.e. Results Vs. Denr Standards. Sampling Activity Must Be Photo Documented And Must Be Included In The Report. 6. Include In The Ambient Air Sampling Conduct Of Sound Level Monitoring (noise Level Monitoring) At The Designated Sampling Stations. 7. Laboratory Shall Cover All Associated Cost In The Conduct Of The Activity. 8. In Case Of Complaints On The Contractors’ Performance And Sampling Result, The Contractor Must Be Willing To Conduct Verification/confirmatory Test For The Parameters/sampling Procedures Being Questioned With No Additional Or Extra Charge. 9. Duly Signed Laboratory Results (including Photo Documentation And Copy Of Calibration Certificated Of Instruments Used) Must Be Strictly Provided To Pnoc 7-15 Calendar Days After The Sampling Activity. A Penalty Will Be Charged To The Contractor In An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of Delayed Report Scheduled For Delivery For Everyday Of Delay Until Such Report Are Finally Delivered And Accepted By The Proponent. B. Quarterly Raw Water Quality Monitoring 1. Laboratory Analysis Of Five (5) Raw Water Deep Wells With The Following Parameters: A. Chloride B. Iron C. Bicarbonate As Caco3 D. Color E. Manganese F. Calcium G. Fecal Coliform H. Potassium I. Magnesium J. Nitrate As No3-n K. Sodium L. Sulfate M. Ph (range) N. Turbidity O. Silica P. Phosphate Q. Specific Conductivity R. Total Hardness S. Tss T. Tds U. Oil And Grease (2nd And 4th Quarter Only) 2. Laboratory Shall Provide Sampling Bottles And Take Samples Within Pnoc Industrial Park (with Pnoc Personnel Assistance); 3. Test Results Must Be Reported Versus The Allowable Limit Of The Denr For Raw Water And Philippine National Standards For Drinking Water And Must Be Duly Signed By Authorized Personnel. Sampling Activity Must Be Photo Documented And Must Be Included In The Report; 4. Laboratory Shall Cover All Associated Cost In The Conduct Of Sampling; 5. In Case Of Complaints On The Contractors’ Performance And Sampling Result, The Contractor Must Be Willing To Conduct Verification/confirmatory Test For The Parameters/sampling Procedures Being Questioned With No Additional Or Extra Charge; 6. Duly Signed Laboratory Results (including Photo Documentation And Copy Of Calibration Certificated Of Instruments Used) Must Be Strictly Provided To Pnoc 7-15 Working After The Sampling Activity. A Penalty Will Be Charged To The Contractor In An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of Delayed Report Scheduled For Delivery For Everyday Of Delay Until Such Report Are Finally Delivered And Accepted By The Proponent. C. Quarterly Effluent And Marine Water Monitoring 1. Laboratory Analysis For The Following Shall Be Conducted: Effluent Marine E1 Pp Outfall E2 Prii (pvc) Outfall E3 Npca (pe) Outfall E5 Orica (explosives) Outfall Marine Water (sb) - 6 Stations Ammonia (nh3) Ammonia (nh3) Ammonia (nh3) Arsenic (as) Bod Arsenic (as) Arsenic (as) Arsenic (as) Bod Arsenic Benzene (c6h6) Benzene (c6h6) Benzene (c6h6) Cadmium (cd) Cadmium Benzo(a)pyrene (c20h12) Benzo(a)pyrene (c20h12) Benzo(a)pyrene (c20h12) Cod Chloride Bod Bod Bod Color Color Cadmium (cd) Cadmium (cd) Cadmium (cd) Dissolved Oxygen Dissolved Oxygen Chromium (cr+6) Chromium (cr+6) Chromium (cr+6) Hexavalent Chromium (cr +6) Fecal Coliform Cod Cod Cod Lead (pb) Hexavalent Chromium Color Color Color Mercury (hg) Lead Cyanide (cn-) Cyanide (cn-) Cyanide (cn-) Nitrate Mercury Dissolved Oxygen Dissolved Oxygen Dissolved Oxygen Oil And Grease Nitrate As No3-n Ethylbenzene (c8h10) Ethylbenzene (c8h10) Ethylbenzene (c8h10) Ph Oil And Grease Lead (pb) Lead (pb) Lead (pb) Phosphate Ph Mercury (hg) Mercury (hg) Mercury (hg) Sulfate Phenol & Phenol Substances Nitrate As No3-n Nitrate As No3-n Nitrate As No3-n Surfactants (mbas) Phosphate Oil And Grease Oil And Grease Oil And Grease Temperature Temperature Ph Ph Ph Tss Tss Phenol & Phenol Substances Phenol & Phenol Substances Phenol & Phenol Substances Phenol & Phenol Substances Cod Phosphate Phosphate Phosphate Fecal Coliform Sulfate Sulfate Sulfate Temperature Temperature Temperature Toluene (c7h8) Toluene (c7h8) Toluene (c7h8) Tss Tss Tss Xylene (c8h10) Xylene (c8h10) Xylene (c8h10) Zinc (zn) Zinc (zn) Zinc (zn) Fecal Coliform Fecal Coliform Fecal Coliform Surfactants (mbas) Surfactant (mbas) 2. Samples Will Be Taken From Ten (10) Sampling Stations: Four (4) Of Which Are Effluent Outfalls And Six (6) Marine Sampling Points Monitored Quarterly. Sampling Points And Regulated Parameters May Vary When The Park Has New Locators And/or As Assessed And Approved By The Denr. 3. The Laboratory Shall Provide The Sterilized Bottles For Bod5 And Wide-mouth Glass Bottles With Foil As Top Cover For Oil And Grease On The Scheduled Day Of The Sampling; 4. Laboratory Shall Reflect In The Tabulated Results Of Laboratory Analysis The Dao 34 & 35 Water Quality Standard And Dao 2016-08 Water Quality Guidelines And General Effluent Standards Of 2016 For Class Sb (i.e. Results And Test Methods). Sampling Activity Must Be Photo Documented And Must Be Included In The Report; 5. Rental Of Motorized Banca During Marine Sampling Will Be Charged To The Contractor; 6. Laboratory Shall Cover All Associated Cost In The Conduct Of Sampling; 7. In Case Of Complaints On The Contractors’ Performance And Sampling Result, The Contractor Must Be Willing To Conduct Verification/confirmatory Test For The Parameters/sampling Procedures Being Questioned With No Additional Or Extra Charge; 7. Duly Signed Laboratory Results (including Photo Documentation And Copy Of Calibration Certificated Of Instruments Used) Must Be Strictly Provided To Pnoc 7-15 Working Days After The Sampling Activity. A Penalty Will Be Charged To The Contractor In An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of Delayed Report Scheduled For Delivery For Everyday Of Delay Until Such Report Are Finally Delivered And Accepted By The Proponent. Note: • New Contractors/bidders Are Required To Conduct Site Inspection In Pnoc Industrial Park Including All Sampling Points For Air And Water Quality Monitoring Prior To The Submission Of Final Quotation. • For Winning Bidders (new), A Process/methods Presentation (including Sampling Analysis And Calculations) Or A Scheduled Laboratory Visit Of Pnoc Personnel Must Be Conducted Prior To The Execution Of The Project. • Winning Bidders Are Required To Accomplish Pnoc Industrial Park’s Main Permit To Work And Raw Data Forms Prior To And On The Day Of Sampling Respectively. • Winning Bidder Will Undergo Pnoc Ims- Safety Orientation And Must Abide With The Policies Of The Industrial Park Including But Not Limited To The Compliance To Permitting Requirements. They Shall Provide Their Employees With Complete Personal Protective Equipment (ppe) • Only Actual Number Of Samples Collected And Analyzed Will Be Charged To Pnoc.
Closing Date30 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)

Commission On Elections Tender

Education And Training Services
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Antique, Good For 1,460 Participants Within March 3-31, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Antique, Good For 1,460 Participants Within March 3-31, 2025 (rbac Resolution No. R6-svp-011-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Antique, Good For 1,460 Participants Within March 3-31, 2025 (please See Attached Tor For Details) 1 Lot ₱292,000.00 ₱292,000.00 Total ₱292,000.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Antique, Good For 1,460 Participants Within March 3-31, 2025 1,460 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: 2nd Floor, Barbaza Coop Business Center, Cerdeña St., San Jose, Antique Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof The Philippines City/municipality Of )s.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [ If A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project]of The [name Of The Procuring Entity],as Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And [name Of The Project] Of The[name Of The Procuring Entity],as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s)to Verify All The Documents Submitted; 6. [select One, Delete The Rest:][if A Sole Proprietorship:]the Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac) ,the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:]none Of The Officers And Members Of [name Of Bidder]is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac),the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:]none Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder Incompliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin (s) Issued For The [name Of The Project]. 9. [name Of Bidder]did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given ,failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto Set My Hand This Day Of, 20___at , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice
Closing Date17 Feb 2025
Tender AmountPHP 292 K (USD 5 K)

Commission On Elections Tender

Education And Training Services
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Capiz, Good For 522 Participants (475 Deso Technical Support Staff, 47 Deso Technical Support Staff Back-up) On February 16-22, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Capiz, Good For 522 Participants (475 Deso Technical Support Staff, 47 Deso Technical Support Staff Back-up) On February 16-22, 2025 (rbac Resolution No. R6-svp-007-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Capiz, Good For 522 Participants (475 Deso Technical Support Staff, 47 Deso Technical Support Staff Back-up) On February 16-22, 2025 (please See Attached Tor For Details) 1 Lot ₱104,400.00 ₱104,400.00 Total ₱104,400.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Capiz, Good For 522 Participants (475 Deso Technical Support Staff, 47 Deso Technical Support Staff Back-up) On February 16-22, 2025 522 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: Opes, Capiz, Villareal Stadium, Camansi St., Brgy. Tiza, Roxas City, Capiz Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof The Philippines City/municipality Of )s.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [ If A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project]of The [name Of The Procuring Entity],as Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And [name Of The Project] Of The[name Of The Procuring Entity],as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s)to Verify All The Documents Submitted; 6. [select One, Delete The Rest:][if A Sole Proprietorship:]the Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac) ,the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:]none Of The Officers And Members Of [name Of Bidder]is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac),the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:]none Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder Incompliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin (s) Issued For The [name Of The Project]. 9. [name Of Bidder]did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given ,failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto Set My Hand This Day Of, 20___at , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice
Closing Date17 Feb 2025
Tender AmountPHP 104.4 K (USD 1.8 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid January 27, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh- Quirino District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Name Of Project/location : Basic Infrastructure Program (bip) - Multi-purpose Building/ Facilities To Support Social Services - Construction Of Multi-purpose Building (day Care Center), Barangay Rizal, Saguday, Quirino Contract I.d. : 25bk0064 Brief Project Description 1 Storey Multi-purpose Building Scope Of Works : Construction Of Multi-purpose Building Other General Requirements • Permits And Clearances • Project Billboard/signboard • Occupational Safety And Health • Mobilization / Demobilization Earthworks • Structure Excavation, Common Soil • Embankment From Roadway/structure Excavation, Common Soil • Embankment From Borrow, Common Soil • Gravel Fill Reinforced Concrete • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Vault, Concrete/chb • Plumbing Fixtures • Cold Water Lines • Ceiling 4.5 Mm, Metal Frame, Fiber Cement Board • Flush Door • Doors, Wood Panel • Glass And Glazing • Fabricated Metal Roofing Accessory, Gauge 26 (0.551 Mm), Flashings • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets, Above 0.427 Mm, Rib Type, Long Span • Floor Finishes • Cement Plaster Finish • Painting Works, Masonry/concrete • Painting Works, Steel • Reflective Insulation • Perforated Ceiling Panel • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Metal Structure Accessories, Turnbuckle • Metal Structure Accessories, Bolts And Rods • Metal Structure Accessories, Sagrods • Metal Structure Accessories, Cross Bracing • Metal Structure Accessories, Steel Plates • Structural Steel, Trusses • Structural Steel, Purlins • Railing Electrical • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures And Lamps Mechanical • Airconditioning, Package/split Type Approved Budget For The Contract (abc) : ₱4,950,000.00 Project Duration : 111 Calendar Days Cost Of Bidding Documents : ₱5,000.00 Pcab License Category C&d (size Range : Small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category (see Table Above). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh- Quirino District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Dpwh Quirino District Engineering Office During Weekdays From January 29, 2025 - February 19, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh- Quirino District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 9:00 A.m. Via Zoom Meeting Id: 460 121 7399 Passcode: Pru_24 At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Www.youtube.com/@dpwh.quirino.districteo, Which Shall Be Open To Prospective Bidders. 11. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_quirino@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 Not Later Than 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 13. Bid Opening Shall Be On February 19, 2025 Immediately After The Deadline Of Submission Of Bids, Via Zoom (same Id And Passcode With The Pre-bid Conference) At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Https://www.youtube.com/@dpwhquirinodeoproclivestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No.9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 16. The Dpwh- Quirino District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo For Online Bid Submission: Electronicbids_quirino@dpwh.gov.ph 18. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
Closing Date19 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)

Department Of Agriculture Tender

Laboratory Equipment and Services
Philippines
Details: Description Invitation To Bid For The Procurement Of Various Laboratory Supplies 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Public Bidding Through Early Procurement Activities (epa) Of National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Five Hundred Thousand Pesos (₱500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Laboratory Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture – Rfo 7 Is Conducting This Procurement Through The Early Procurement Activity (epa) For National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) To Ensure The Timely Delivery Of Goods, Implementation Of Infrastructure Projects And Rendition Of Consultancy Services Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. 3. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids And Awards Committee (bac) To The Hope As To The Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year (i.e., Fy 2021), Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget (i.e. Subject To Final Approval) Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (i.e., Short Of Award); And C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder May Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security). In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 4. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Laboratory Supplies With The Following Details/specifications: 1) 30 Boxes Face Mask. Earloop, Disposable, 3-ply, Hypoallergenic, 50pcs/box @ 500.00/box 2) 20 Boxes Laboratory Grade Tissues, Paper Fiber Optic Cleaning Wipes, Lint-free, 260 Wipes/box @ 500.00/box 3) 6 Rolls Parafilm, For Glassware Seal, 4inches X 125 Ft./roll @ 3,600.00/roll 4) 12 Pcs Erlenmeyer Flask, 500 Ml, Borosilicate Glass Type 1, Thick & Durable @ 790.00/pc 5) 36 Pcs Erlenmeyer Flask, 250 Ml, Borosilicate Glass Type 1, Thick & Durable @ 500.00/pc 6) 100 Pcs Erlenmeyer Flask, 125 Ml, Borosilicate Glass Type 1, Thick & Durable @ 650.00/pc 7) 50 Pcs Funnel, Borosilicate Glass Type 1, Inside Dia. 7cm, Short-stem, Thick And Durable @ 1,300.00/pc 8) 50 Pcs Funnel, Borosilicate Glass Type 1, Inside Dia. 6.5cm, Short-stem, Thick And Durable @ 1,300.00/pc 9) 12 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 100 Ml @ 2,500.00/pc 10) 12 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 200 Ml @ 2,800.00/pc 11) 12 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 250 Ml @ 3,000.00/pc 12) 4 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 500 Ml @ 3,800.00/pc 13) 4 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 1000 Ml @ 5,300.00/pc 14) 3 Pcs Volumetric Flask, Glass-stoppered, Borosilicate Glass Type 1, 2000 Ml @ 7,000.00/pc 15) 3 Pcs Suction Flask, Glass, 500ml, Borosilicate Glass Type 1, Thick & Durable @ 2,000.00/pc 16) 12 Pcs Beaker, 250ml, With Spout, Borosilicate Glass Type 1, Thick & Durable @ 1,100.00/pc 17) 6 Pcs Beaker, 600ml, With Spout, Borosilicate Glass Type 1, Thick & Durable @ 1,400.00/pc 18) 2 Pcs Beaker, 2000ml, With Spout, Borosilicate Glass Type 1, Thick & Durable @ 5,000.00/pc 19) 4 Pcs Graduated Cylinder, 20ml, Borosilicate Glass Type 1, Thick & Durable @ 350.00/pc 20) 4 Pcs Graduated Cylinder, 50ml, Borosilicate Glass Type 1, Thick & Durable @ 520.00/pc 21) 4 Pcs Graduated Cylinder, 100ml, Borosilicate Glass Type 1, Thick & Durable @ 1,000.00/pc 22) 4 Pcs Graduated Cylinder, 500ml, Borosilicate Glass Type 1, Thick & Durable @ 2,750.00/pc 23) 40 Pcs Rubber Stopper, Top Dia. 41-45mm, Bottom Dia. 33-36mm, Height-22mm @ 70.00/pc 24) 4 Pcs Rubber Stopper, Top Dia. 50-54mm, Bottom Dia. 30-32mm, Height-30mm @ 80.00/pc 25) 2 Pcs Hydrometer, Astm No. 1.152h-type With Bouyoucos Scale In G L-1 @ 7,360.00/pc Delivery Site: Regional Soils Laboratory, Da7 Complex, Maguikay, Mandaue City, Cebu Delivery Of The Goods Is Required Within 30 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 5. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Prospective Bidders May Obtain Further Information From Department Of Agriculture- Regional Field Office 7- Bac 2 Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 From The Given Address Below And Upon Payment Of Non-refundable Bid Document Fee The Amount Of One Thousand Pesos (₱1,000.00) (based On Appendix 8 - Guidelines On The Sale Of Bidding Documents Of The 2016 Revised Irr Of 9184 Updated As Of January 31, 2023. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 8. The Department Of Agriculture-regional Field Office 7, Will Hold A Pre-bid Conference On December 23, 2024 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City, Which Shall Be Open To Prospective Bidders. Electronic Pre-bidding May Not Available For This Procurement Opportunity. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 7, 2025 - 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 7, 2025 - 10:00 A.m. At Da-rfo 7 Conference Room, Da Complex, Highway Maguikay, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders Or Bidder’s Authorized Representatives Who Choose To Attend The Activity. Electronic Bidding May Not Available For This Procurement Opportunity. 12. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 December 13, 2024 (sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 500 K (USD 8.6 K)
2061-2070 of 2180 archived Tenders