Fire Extinguisher Tenders
Fire Extinguisher Tenders
CARLOS BOTONG FRANCISCO MNHS Tender
Others
Philippines
Details: Description Rfq No.: 2025-01-001 Request For Quotation The Department Of Education – Carlos “botong” V. Francisco Memorial National High School Through Its Bids And Awards Committee, Will Undertake An Alternative Method Of Procurement Through Shopping For The Item/s Stated Below, In Accordance With Section 52.1(b), Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 Or The Government Procurement Reform Act (gpra): Description Approved Budget For The Contract (abc) Inclusive Of Vat Supply And Delivery Of Consumables For Junior High And Senior High Of Cbfmnhs Php 261,305.00 Delivery Date: 5 Calendar Days Upon Receipt Of Purchase Order Delivery Venue: Carlos “botong” V. Franciso Memorial National High School, Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono, Rizal Award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Items Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein: Documents For Submission (certified True Copy If Not Original): 1. Latest Mayor’s Permit 2. Dti Certificate 3. Bir Registration Certificate 4. Philgeps Registration Number 5. Price Quotation 6. Tax Clearance Quotations/proposals And Documentary Requirements Shall Be Put In Sealed Expandable Brown Envelope And Must Be Delivered/submitted To The Address Below On Or Before January 21, 2025, 7:00 A.m. Late Proposals Shall Not Be Accepted. Opening Of Quotations / Proposals Shall Be On January 21, 2025, 7:30 A.m. At Carlos “botong” V. Franciso Memorial National High School, Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono, Rizal. Please Quote Your Lowest Net Price To The Government, Taxes/ Vat Included, Stating The Terms Of Payment And The Shortest Time Of Delivery Of The Items Per Specifications Indicated Above And Furnishing Description, Brochures, Catalog And/or Literature, If Available. In Case You Are The Exclusive Manufacturer/distributor/dealer In The Locality, State So In Your Quotation. Note: Please Submit Quotation (hard Copy) And Required Documents ( With Ear Tag/ Tabbing) In A Sealed And Signed Envelope To: Contact Person : Jaszen Noel B. Sanchez Bac Secretariat Contact No. : (02)70072585 Place Of Submission : Bids And Committee (bac) Office, Carlos “botong” V. Franciso Memorial National High School, Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono, Rizal. The Deped/carlos Botong V. Francisco Mnhs – Bac Reserved The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Carlos Botong V. Francisco Mnhs – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Further Information, Please Refer To: Jaszen Noel B. Sanchez Bac Secretariat Carlos “botong” V. Franciso Memorial National High School Grand Valley Ph4, Botong Ave., Mahabang Parang, Angono,rizal Contact Nos. . (02) 7-007-2585 Email Address: Maria.guevarra003@deped.gov.ph Benjamin V. Barcelona Jr. Bac Chairperson Annex A Price Quotation Form Date: ________________________ Bac Chairperson Deped-carlos “botong” V. Franciso Mnhs Mahabang Parang, Angono, Rizal Sir / Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Quantity Unit Description Unit Cost Total Contract Cost For Junior High School 70 Ream A4 Size Bond Paper (70gsm) 75 Ream Legal Size Bond Paper (70gsm) 100 Ream White Woven , Groundwood Substance 20 1 Box Brown Envelope, Long 1 Pack Folder Plain, Long 1 Piece Aluminum Extension Ladder 20 Ft 3 Gallon Disinfectant And Mosquito Repellent Sprayer Solution,2 In 1 Fogging Solution,kills 99% Germs Combined With The Power Of Citronella,disinfectant Fog Machine Solution,fog Machine,mosquito Repellent,organic Solution For Fogging Machine,safe Sol 100 Piece Notebook / Notepad 100 Piece Gtech Fine .04 1 Piece Executive Swivel Chair Withy Footrest 10 Bag Cement (40kg) 1 Gravel And Sand-half Elf 10 Piece Steel Gauge 10mm(6m) 10 Piece Gi Sheet 0.5mm 1 Piece Door Knob 20 Piece Curtain (window) , Color : Nude/ Brown , Thick 5 Piece Curtain (window) , Color : Cream/ White , (inner) 2 Piece Hdmi Cable (5 Meters) 10 Box Binder Clips - Big 1 Roll Rg59 Siamese Coaxial Cable (for Cctv) 6 Piece Dc Plug Male And Female (for Cctv) 10 Piece Blue Pvc Pipe 1" 1 Piece Bidet - Brand : Birke 3 Piece Fire Extinguisher , 10 Lbs 1 Pack Developer For Photocopier 1 Pack Toner For Photocopier 1 Piece Drum For Photocopier 1 Piece Cleaner Blade For Photocopier 2 Piece Labeler Subtotal >>>>>>>> For Senior High School 1 Piece Printer Ink Tank Wireless, All In One Multifunction Color Jet Ink Jet 3 Gallon Alcohol, 70% 15 Piece Diswashing Sponge 200 Pack Rags, Round 20 Roll Trash Bag (large) 20 Roll Trash Bag (xl) 15 Pouch Detergent Powder, All Purpose 15 Gallon Dishwashing Liquid 15 Gallon Hand Washing Liquid 15 Liter Zonrox 3 Piece Toilet Faucet, Stainless Steel 6 Piece Led Saving Light (tube, Daylight,18w) 5 Piece Led Bulb (10 Watts) 1 Piece White Board With Aluminum Frame (3 Ft By 3 Ft) Subtotal >>>>>>>> Grand Total Amount In Words: __________________________________________________________________________________ __________________________________________________________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ____________________________ Name / Signature Of Representative ____________________________ Name Of Company ____________________________ Contact No./email Address Annex B Technical Specifications I Hereby Certify To Comply All The Above Requirements: Quantity Unit Of Measure Item Description Statement Of Compliance (“comply” Or “not Comply”) For Junior High School 70 Ream A4 Size Bond Paper (70gsm) 75 Ream Legal Size Bond Paper (70gsm) 100 Ream White Woven , Groundwood Substance 20 1 Box Brown Envelope, Long 1 Pack Folder Plain, Long 1 Piece Aluminum Extension Ladder 20 Ft 3 Gallon Disinfectant And Mosquito Repellent Sprayer Solution,2 In 1 Fogging Solution,kills 99% Germs Combined With The Power Of Citronella,disinfectant Fog Machine Solution,fog Machine,mosquito Repellent,organic Solution For Fogging Machine,safe Sol 100 Piece Notebook / Notepad 100 Piece Gtech Fine .04 1 Piece Executive Swivel Chair Withy Footrest 10 Bag Cement (40kg) 1 Gravel And Sand-half Elf 10 Piece Steel Gauge 10mm(6m) 10 Piece Gi Sheet 0.5mm 1 Piece Door Knob 20 Piece Curtain (window) , Color : Nude/ Brown , Thick 5 Piece Curtain (window) , Color : Cream/ White , (inner) 2 Piece Hdmi Cable (5 Meters) 10 Box Binder Clips - Big 1 Roll Rg59 Siamese Coaxial Cable (for Cctv) 6 Piece Dc Plug Male And Female (for Cctv) 10 Piece Blue Pvc Pipe 1" 1 Piece Bidet - Brand : Birke 3 Piece Fire Extinguisher , 10 Lbs 1 Pack Developer For Photocopier 1 Pack Toner For Photocopier 1 Piece Drum For Photocopier 1 Piece Cleaner Blade For Photocopier 2 Piece Labeler For Senior High School 1 Piece Printer Ink Tank Wireless, All In One Multifunction Color Jet Ink Jet 3 Gallon Alcohol, 70% 15 Piece Diswashing Sponge 200 Pack Rags, Round 20 Roll Trash Bag (large) 20 Roll Trash Bag (xl) 15 Pouch Detergent Powder, All Purpose 15 Gallon Dishwashing Liquid 15 Gallon Hand Washing Liquid 15 Liter Zonrox 3 Piece Toilet Faucet, Stainless Steel 6 Piece Led Saving Light (tube, Daylight,18w) 5 Piece Led Bulb (10 Watts) 1 Piece White Board With Aluminum Frame (3 Ft By 3 Ft) _________________________ ____________________________ _______________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex C Schedule Of Requirements Bidders Must State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Please Do Not Just Place Check In The Bidder’s “statement Of Compliance”. Item Specification Delivery Date 1 Supply And Delivery Of Consumables For Junior High And Senior High Of Cbfmnhs Php 261,305.00 1. Schedule Of Delivery Delivery Of All The Above Item/s Shall Be Three (5) Calendar Days Upon Receipt Of Purchase Order (po). I Hereby Certify To Comply And Deliver All The Above Requirements: _____________________________ _______________________________ ____________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative Annex D Terms And Conditions 1. Service Provider Shall Provide Correct And Accurate Information Required In This Form. 2. The Service Provider Shall Ensure The Proper Disinfecting Of Goods Before Its Delivery To Carlos “botong” V. Franciso Mnhs. 3. The Service Provider Shall Observe Safety Protocols Against Covid-19 Especially In Proper Handling Of Goods. 4. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Provided Herein Shall Remain Unchanged And Shall Be Used From The Evaluation And Calculation Of The Lessor’s Total Quotation To Contract Implementation And Payment. 5. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 6. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Carlos Botong V. Francisco Mnhs - Bac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10. Payment For The Supplies/services Shall Be Made Upon Full Completion Of Delivery. I Hereby Certify To Comply And Deliver All The Above Requirements: ____________________________ _________________________________ ____________ Name Of Company / Bidder Signature Over Printed Name Date Of Representative
Closing Date21 Jan 2025
Tender AmountPHP 261.3 K (USD 4.4 K)
Office Of Civil Defense Tender
Transportation and Logistics
Philippines
Details: Description Provision Of Transportation Services For The Cdti’s Various Training For Fy 2025 Pick-up/drop-off And Stand-by Dates Pick-up Point Drop-off Point No. Of Vehicle/s Basic Disaster Risk Reduction And Management Training 10 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 15 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Drrm Course For Public Sector Batch 1 24 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 28 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Drrm Course For Public Sector Batch 2 31 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 04 April, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 1 11 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 17 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Local Disaster Risk Reduction And Management Planning Training Of Trainers 25 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 31 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Public Service Continuity Planning Training Of Trainers 15 June, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 21 June, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Basic Incident Command System Training 14 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 18 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 2 20 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 26 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Integrated Planning Of Incident Command System Training 03 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 09 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Exercise Design Course Training Of Trainers 31 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 07 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Incident Command System Position Course Training 21 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 27 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Risk Communication Training Of Trainers 06 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 07-09 October, 2025 Any Area Within Metro Manila Or Rizal (standby) 3 11 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 All-hazard Incident Management Team Training 19 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 25 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 3 02 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 08 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Training For Instructors 09 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 15 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Requirements For The Vehicle: • Type Of Vehicle: Van • Must Be At Least 2018 Model • Capacity: At Least Twelve (12) Seater Per Van Service Provider Must: • Provide Professional, Courteous And Punctual Drivers For The Vehicle/s; • Must Allow A Maximum Of Nine (9) Passenger (excluding The Driver) Per Travel To Comply With Social Distancing; • Must Provide At Least One (1) Standby Driver As Replacement In Case The Assigned Duty Driver Got Sick/not Fit To Drive In The Activity Period; • Must Have Portable Fire Extinguisher For Each Vehicle; • Must Conduct Routine Vehicle Check-up Using Blowbagets (stands For Battery, Lights, Oil, Water, Brake, Air, Gas, Engine, Tire, And Self) Checklist Prior To Usage; • Provide Food And Accommodation For The Driver/s As Necessary; • Provide Insurance For Passengers; • Cover All Expenses For Emergency Repairs / Check-up During The Period Covered. Other Terms: • The Procuring Entity Reserves The Right To Terminate The Contract In Case Of Poor Performance, Or In The Event That The Need For Such Service Becomes Unnecessary. Payment • Payment Will Be Processed Upon Completion Of Each Activity And Receipt Of Service Invoice • Payment Will Be Via Send Bill Policy • Quoted Price Must Include All Government Taxes, Duties And Fees. Chargeability • Cdti Apb: Drrm Fund (fy 2025) No. Of Vehicle On Standby For 12 Hours: January To November 2025 – 55 Vehicles
Closing Date6 Feb 2025
Tender AmountPHP 323.1 K (USD 5.5 K)
Saddle Elementary School Tender
Publishing and Printing
Philippines
Details: Description Qty Unit Item Description Abc 1 18 Boxes Bond Papers, A4 14,850.00 2 15 Boxes Bond Papers, Long 13,875.00 3 8 Reams 180 Gsm Special Paper A4 2,000.00 4 6 Reams 180 Gsm Special Paper Long 1,560.00 5 100 Pcs Folder,white 500.00 6 1 Pc White Board, 4x8 4,000.00 7 12 Bottles White Board Marker, Refill Black 1,500.00 8 12 Bottles White Board Marker, Refill, Blue 1,500.00 9 12 Bottles White Board Marker, Black 660.00 10 12 Bottles White Board Marker, Blue 660.00 11 20 Pcs Refillable Marker, Permanent, Broad, Black 720.00 12 50 Pcs Expanding Envelop, Brown, Long 700.00 13 8 Pcs Expanding Envelop With Compartment 1,440.00 14 100 Pcs Manila Paper, Sliced 700.00 15 30 Pairs Battery, Aa 1,200.00 16 8 Boxes Sign Pen, C4, Black 6,720.00 17 8 Boxes Sign Pen, C4, Green 6,720.00 18 12 Boxes Ballpen, C5, Green 780.00 19 8 Boxes Ballpen,c5, Black 520.00 20 8 Boxes Ballpen, C5, Red 520.00 21 8 Pcs Glue Gun, S/s 1,120.00 22 100 Pcs Glue Stick, S/s 500.00 23 55 Pcs Board Eraser 1,100.00 24 20 Pcs Correction Tape, 10m 560.00 25 20 Pcs Glue, 130 G 1,100.00 26 20 Rolls Masking Tape, 1" 600.00 27 10 Roll Clear Tape, 1" 160.00 28 45 Rolls Clear Tape, 2" 900.00 29 16 Rolls Duck Tape, 2" 1,376.00 30 10 Roll Double Sided Tape 1" 280.00 31 18 Pcs Stapler No.35 2,700.00 32 18 Boxes Staple Wire No. 35 540.00 33 10 Pcs Stapler No.10 450.00 34 10 Boxes Staple Wire No. 10 70.00 35 8 Boxes Paper Clip, 33m 88.00 36 8 Boxes Binder Clip 2" 544.00 37 20 Bottles Inks, 003, Black, Genuine 5,800.00 38 8 Pcs Laser Pointer 10,880.00 39 6 Pcs Puncher, Heavy Duty 1,140.00 40 4 Unit Printer, 3 In 1 52,000.00 41 8 Pcs Hdmi, 5m, Soft Pure Black 2,320.00 42 5 Set Paint Brush, Set 450.00 43 8 Boxes Fastener 256.00 44 1 Pc Paper Cutter, Long 1,750.00 45 24 Pcs Scissors, 7" 1,920.00 46 8 Pcs Adaptor 520.00 47 8 Pcs Cutter Knife, Heavy Duty, B/s 480.00 48 5 Can Floor Wax, 900g 1,350.00 49 1 Unit Chargeable Speaker For Big Events 8,050.00 50 2 Unit Speaker, With 2 Mic, Small 2,300.00 51 1 Pc Wired Mic, 20 M 1,160.00 52 14 Pcs Office Pad Lock 5,600.00 53 2 Pc Fire Extinguisher 4,400.00 54 1 Pcs Perculator, 3 L 6,500.00 55 3 Pcs Knife, Small 615.00 56 2 Pcs Thermos 910.00 57 3 Pcs Chopping Board , White 1,365.00 58 1 Pcs Kettle, 2 L 880.00 59 2 Pcs Sauce Pan, 32" 2,610.00 60 1 Pcs Frying Pan, 40 " 1,305.00 61 2 Pcs Strainer, Stainless, B/s 910.00 62 2 Pcs Bowls, Dozens, 3", Green 1,510.00 63 4 Pcs Plastic Containers For Coffee And Sugar 320.00 64 12 Pcs Serving Plate, Oblong 1,200.00 65 3 Dozen Spoon, Metal 750.00 66 5 Pc Tweezers For Jewelry 900.00 67 3 Pc Wire Cutters For Jewelry 540.00 68 3 Pc Round Nose, For Jewelry 540.00 69 3 Pc Crimping Pliers For Jewelry 540.00 70 3 Pc Flat Nose Pliers For Jewelry 540.00 71 20 Bottle Hand Soap, 500 Ml, Liquid 3,000.00 72 22 Bottle Alcohol, 500ml 2,420.00 73 2 Pcs Water Bottle Holder 760.00 74 2 Pcs Water Bottle Round 400.00 Total 202,104.00
Closing Date21 Jan 2025
Tender AmountPHP 202.1 K (USD 3.4 K)
BARANGAY CAMPALANAS LAZI SIQUIJOR Tender
Others
Philippines
Details: Description Barangay Government Of Campalanas Project Reference Number: Name Of The Project: Provision Of Communication Devices And Purchase Of Emergency Supplies. Standard Form Number: Sf-good-05 Location Of Project: Campalanas, Lazi, Siquijor Revised On: May 24, 2004 Invitation To Bid The Barangay Campalanas Of Lazi, Siquijor Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project: Provision Of Communication Devices And Purchase Of Emergency Supplies. Location: Campalanas, Lazi, Siquijor Brief Description: Purchase Of Handheld Radio, First Aid Kit, Tent, Refilling Of Fire Extinguisher, Raincoat And Fuel For Generator Set. The Approved Budget For The Contract (abc) Is Php 134,645.12. All Bids In Excess Of The Abc Shall Be Automatically Rejected. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Revised Implementing Rules And Regulations Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. Only Submissions From Bidders Who Pass The Eligibility Check Will Be Opened. I. General Requirements This Document Presents The Instructions, Minimum Requirements, And Prescribed For Required For Eligibility To Bid. All The Documents To Be Submitted For Eligibility To Bid Should Be Separated By Appropriately Labeled Tabs. All Bidders/proponents Are Required To Follow The Suggested Format And Presentation Of The Documents. All Documents Must Be In Legal Size Bond Paper And Must Be Placed In Sealed Long Envelopes And Labeled As Follows: • Envelope 1 - Eligibility Requirements And Technical Components Of The Bid • Envelope 2 - Financial Component Of The Bid The Bidder/proponent Must First Comply With The Following Requirements And Provide Documentary Proof And/or Certifications To Support Claims Made, And Place Such Documents In Envelope 1. The Basic Documents Must Be Separated By Dividers, E.g., Colored Paper, Cardboard, Etc. With Tabs As Assigned Below: 1. Valid Philippine Contractors Accreditation Board (pcab) License And Registration; 2. Board Resolution/special Power Of Attorney Authorizing The Representative/signatory To Sign And Submit Bid Proposals And Other Documents 3. Certified True Copy Of Department Of Trade And Industry (dti) Business Name Registration Or Sec Registration Certificate, Whichever May Be Appropriate Under Existing Laws Of The Philippines 4. Certified True Copy Of Valid And Current Mayor’s Permit/municipal License; 5. Certified True Copy Of Bir Registration Or Taxpayer’s Identification Number; 6. Certified True Copy Of Philgeps Registration; 7. Latest Tax Clearance; 8. Income Tax Return; 9. Statement Of The Prospective Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Government Procurement Policy Board (gppb), Once Released In Accordance With The Guidelines To Be Issued By The Gppb; 10. Audited Financial Statements For The Preceding Year; 11. Computation Of Net Financial Computation Capacity (nfcc); 12. Statement Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts During The Past Three Years, Where Applicable, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall State For Each Contract Whether Said Contract Is: Ongoing, Completed, Or Awarded But Not Yet Started: Within The Past Three Years, Where Applicable. The Statement Shall Include, For Each Contract, The Following: O Name Of The Contract; O Date Of The Contract; O Kinds Of Goods Sold; O Amount Of Contract And Value Of Outstanding Contracts; O Date Of Delivery; O End User’s Acceptance, If Completed; And O Specification Whether Prospective Bidder Is A Manufacturer, Supplier, Or Distributor; 13. Bid Security/bid-securing Declaration 14. Organizational Chart For The Contract 15. Personnel To Be Assigned To The Contract 16. List Of Equipment 17. Notarize Omnibus Sworn Statement; 18. Affidavit Of Site Inspection Ii. General Evaluation Methods/criteria The Bids And Awards Committee (bac) Will Initially Evaluate The Eligibility Requirements Submitted By Each Bidder Based On The Completeness Of Submitted Documents. Bac Members Shall Check For The Completeness, Organization, And Accuracy Of Information Provided. Envelopes 1 And 2 Will Only Be Opened On January 14, 2025 During The Opening Of Bids. (see Section Iii For The Complete Schedule.) Late Or Incomplete Submission And/or Inaccurate Information Shall Automatically Disqualify The Bidder/proponent. Only Bidders/proponents With Complete And Accurate Background Information Shall Be Evaluated Based On The Following: 1. Legality Of Existence Of The Bidder/proponent, Whether The Bidder/proponent Is A Legitimate And Duly Authorized Entity. 2. Financial Capability, Whether The Bidder/proponent Is In Good Financial Standing And Is Capable Of Financing The Requirements Of The Contract. 3. Service Capability, Whether The Bidder/proponent Has The Organizational Capability To Deliver The Services And To Provide Assistance/support. 4. User Acceptance Of Services Or Track Record Based On Solicited Feedback From Selected Clients Served Or Accredited By The Bidder/proponent; And 5. Other Criteria As May Be Recommended/prescribed By The Bac And The Commission On Audit. Iii. Schedule For The Bidding 21 December 2024 Issuance Of Bid Documents 2 January 2025 Pre-bid Conference 14 January 2025 Opening Of Bids 15 January 2025 Bid Evaluation 16 January 2025 Post-qualification 17 January 2025 Notice Of Award Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 500.00 To The Barangay Treasurer. The Pre-bid Conference Is Scheduled On January 2, 2025 2:00 P.m. At The Campalanas Barangay Session Hall, Campalanas, Lazi, Siquijor. All Bidders Are Encourage To Attend The Meeting To Discuss Relevant Issues Pertaining To The Whole Exercise Of The Bidding Procedure As Well As Clarifications Of Eligibility Requirements And Other Related Matters. The Opening Of Bids Shall Follow The Procedure Prescribed In Ra 9184 And Shall Take Place On Opening January 14, 2025 2:00 P.m. Iv. Inquiries And Submission Of Bidding Forms All Documents To Be Submitted Should Be Logged In By The Bac Secretariat Indicating The Exact Time Of Receipt. The Head Of Bac Secretariat, Ms. Cineza Mae L. Bucol Must Receive All Bid Proposals Not Later Than 1:50 P.m. (campalanas Time) On January 14, 2025 Addressed To The Bids And Awards Committee. For Further Inquiries, Please Contact Cineza Mae L. Bucol Or Edsil S. Taroc At Cellphone Numbers 09056788502,09757247664 Or At Email Address Cinezameabucol@gmail.com Respectively. Approved By: Antonio M. Am-is Jr. Barangay Kagawad/bac Chairman
Closing Date14 Jan 2025
Tender AmountPHP 134.6 K (USD 2.3 K)
Municipality Of San Miguel, Surigao Del Sur Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Surigao Del Sur Municipality Of San Miguel Bids And Awards Committee Request For Quotation Section 53.10 (negotiated Procurement – Lease Of Real Estate And Venue) Name Of Company: Address: Name Of Hotel/establishment: Address: Philgeps Registration No.: The Municipal Government Of San Miguel, Surigao Del Sur, Through Its Bids And Awards Committee (bac), Intends To Procure The Following Contract Indicated In This Request For Quotation (rfq) In Accordance With Section 53.10 (negotiated Procurement - Lease Of Real Property And Venue) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Contract: Lease Of Venue, Meals And Accomodation For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Report And Gad Plan And Budget Fy 2026 Approved Budget For The Contract: ₱ 500,500.00 Mode Of Procurement: Sec. 53.10 (negotiated Procurement - Lease Of Real Property And Venue) Rfq No.: 100-25-01-16 App Cy 2025 Reference No.: 2025 App End-user Unit: Mio/gfps Delivery Period: 30 Days Deadline For Submission Of Quotations: February 17-19,2025 Source Of Funds: 2025 Annual Budget Interested Bidders Are Hereby Invited To Submit Their Sealed Quotations, Signed By Their Duly Authorized Representative, On Or Before The Deadline Indicated Above, Subject To The Terms And Conditions Provided In This Rfq. Quotations May Be Submitted Physically Or Via Email Through The Contact Information Indicated Below: "the Bac Chairperson Bids And Awards Committee Municipal Government Of San Miguel, Surigao Del Sur Email: Meosanmiguel.sds01@gmail.com" Please Submit The Following Requirements Along With Your Sealed Proposals: 1. Latest Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; 2. Valid Philgeps Registration Number/organization Id/philgeps Certificate Of Registration (platinum Membership); And 3. Latest Income Or Business Tax Return Filed And Paid Through The Electronic Filing And Payment System And Printed Through The Tax Inquiry Facility Of The Bir The Municipal Government Of San Miguel, Surigao Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Proponents For Any Expenses Incurred In The Preparation Of The Proposal. The Municipal Government Of San Miguel, Surigao Del Sur Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Necessary. For Further Information, You May Contact The Bids And Awards Committee (bac) Through Email Address Meosanmiguel.sds01@gmail.com, Or At Mobile No. 09510908704. (sgd) Nazarre M. Jimenez, Ce Bac Chairperson Date: __________________________ The Bac Chairperson Municipal Government Of San Miguel Surigao Del Sur Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Technical Specifications Statement Of Compliance (yes/no) Remarks (e.g. Brand Name, Model, Etc.) I. Availability A. Hotel/venue Must Be Available On February 15-17, 2025 For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Report And Gad Plan And Budget Fy 2026 Ii. Location A. Within Davao City* B. Free Parking Space Within Or Near Venue* Iii. Neighborhood Data A. Proper Waste Management System Such As Regular Garbage Collection And With Sanitary Permit From Appropriate Authority* B. Proximity To Police And Fire Stations* Iv. Venue A. Structural Condition: Structure Must Be Made Of Concrete And Structural Steel Materials Or Combination Of Both* B. Functionality Of Function Room/hall: Availability Of One (1) Function Hall For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Repoet And Gad Plan And Budget Fy 2026 1. Amenities* A. Availability Of Secretariat Table* B. Availability Of At Least 3 Microphone Units (preferably Wireless)* C. Availability Of One (1) Lcd Projector With Table And Projector Screen* D. Availability Of One (1) Podium, One(1) Philippine Flag And Pole* E. Free And Steady Wi-fi Connections At The Function Room/s* F. Waived Electricity Charges For Use Of Laptops And Projector* G. Audible/operational Sound System 2. Function Room: Should Accommodate 70 Participants For The Workshop 3. Accommodation For The Participants: A. Guaranteed Minimum Of Double Sharing Rooms, Or Equivalent To 70 Pax* A.1. Deluxe Twin Room* A.2. Triple Deluxe Room A.3. Quadruple Deluxe Room C. Facilities: A. Continuous Water Supply And Accessible Comfort Rooms* B. At Least One (1) Operational Elevator Available 24/7 If Applicable* C. Accessible Emergency Exit And Alarm, Standby Fire Extinguisher And Automatic Sprinkler System* D. Other Requirements: A. Provision Of Technical, Janitorial And Maintenance Services* B. Adequate Security Service 24/7* E. Catering Services A. Location Must Be Inside The Function Hall, Or Outside But Near The Function Hall* B. Meals For A Guaranteed 70 Participants Stated In This Form, Composed Of The Following: Snacks Morning X 3 Day 1: Chicken Siopao & Juice Day 2: Burger And Juice Day 3: Banana Turon And Juice Lunch X 3 Day 1: Rice, Fried Chicken, Chopsuey, & Fish Fillet, Fruits, Softdrinks Day 2: Rice, Humba, Pakbet, Fish Tinola, Fruits, Softdrinks Day 3: Rice, Ginataang Puso Ng Saging, Pork Adobo, Pancit, Fruits, Softdrinks Snacks Afternoon X 2 Day 1: Pizza And Coke Day 2: Tuna Sandwich And Juice Breakfast X 2 Day 2: Rice, Scrambled Egsg, Tocino, Coffee Day 3: Rice, Bacon, Hotdog, Coffee Dinner X 2 Day 1: Rice, Adobo Chicken, Beef Steak, Mixed Vegetables, Softdrinks, Fruits Dinner 2: Rice, Lumpia, Pakbet, Porkchop, Fruits, Softdrinks F. Passing Rate: Rating* Responsive* Not Responsive * I. (50%) Ii. (10%) Iii. (5%) Iv. (35%) Schedule For Opening Of Quotations: Opening Of Bids Shall Be Open On January 29, 2025 At 10:00 O'clock In The Morning, The Venue Will Be Held At Bac Conference Room, Office Of The Municipal Engineer, Tina, San Miguel, Surigao Del Sur.
Closing Date27 Jan 2025
Tender AmountPHP 500.5 K (USD 8.5 K)
Department Of Tourism Tender
Others
Philippines
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Location: Shorewood/whitefish Bay, Wisconsin
delineated Area
n Boundary: _ E. Hampton Road______
s Boundary: __e. North Avenue_______
e Boundary: __lake Michigan________
w Boundary: _milwaukee River_______
the U. S. Army Corps Of Engineers, Recruiting Facilities Program, Is Soliciting Offers For _1629_ Square Feet (useable) Of Retail/office Space Within The Delineated Area. Space Will Need To Be Capable Of Accommodating The Floor Plan Requirements As Shown On The Attached Template (including A Secondary Egress); Have Adequate Parking (prefer It Is Sign Designated) For _4_ Government-owned Vehicles 24 Hours A Day/7 Days A Week, As Well As Adequate Parking Within 4 Blocks For Employee And Customer Vehicles; Include Daytime Janitorial Services; Include Adequate Signage For Maximum Visibility; And Lessor Needs To Secure Three Bids For The Build-out Of The Space To Meet The Construction Specifications Provided. Sites That Are Located Adjacent To Adult Entertainment Shops (i.e. Bookstores, Video Stores, Or Theatres), Night Clubs/bars, Methadone Clinics, Drug Rehabilitation Centers, Marijuana/hemp Dispensaries, Medical Marijuana Dispensaries, Gun Shops, Liquor Stores, Etc. Could Potentially Be Eliminated From Competition As These Are Considered Non-compatible Businesses. Lessors Are Required To Be Registered And Be Active In Www.sam.gov Prior To The Deadline For Final Offer Submission.
offers Will Need To Include A Completed Rental Proposal Worksheet, Proof Of Registration In Www.sam.gov (i.e. Active Cage Code), A Proposed Floor Plan And The Construction Bids For Build-out Meeting The Construction Specifications. Attached Is A Copy Of The Lease Document, The General Clauses, The Construction Specifications, The Janitorial Specifications, The Rental Proposal Worksheet, Instructions For System For Award Management (sam) Registration, And A Floor Plan Template. Thoroughly Review All Documents And Make Sure That You Agree To The Terms Presented. The Government Lease And The General Conditions Are Standard And Are For The Most Part Is Not Negotiable And Must Be Accepted As Written And Shown On The Attached File. Review The Construction Specifications Completely As They Stipulate Additional Lessor Responsibilities.
three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e. Smoke Detectors, Fire Extinguishers, Etc.). Bids Shall Include Any Tear Down/haul Away Expenses.
the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Close Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example.
it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Worksheet.
leases Are Negotiated For A 5-year Term, But They Include A Clause Stating The Government Can Terminate Giving Reasonable Days’ Notice. In Order To Incorporate Firm Term Years, Meaning The Government Cannot Get Out Of The Lease For A Specified Period Of Time, We Ask The Lessor To Provide A Significant Contribution Towards The Build-out Costs. Five-year Firm Term Leases Are Generally Not Considered.
following Are The Factors That Will Be Considered When Evaluating Bids/offers:
location
ability To Meet All Construction Specifications, Security Measures And Lease Requirements
complete Initial And Final Offers Must Be Received By Defined Deadline
competitive Costs In The Best Interest Of The Government
qualitative Ratings By Client For Mission
initial Offers Are Due No Later Than Close Of Business On February 3, 2025(20 Calendar Days From Advertisement In Beta.sam). You Will Receive Feedback Of Your Initial Offer Identifying Missing Items/weaknesses By February 10, 2025(5 Business Days After Initial Closing Date). After Receiving Feedback, Your Best/final Offer Will Be Due No Later Than Close Of Business Onmarch 7, 2025.
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Location: Oak Creek/franklin, Wisconsin
delineated Area
n Boundary: _west College Avenue ___________________
s Boundary: _east/west Ryan Road___________________
e Boundary: _south Lake Drive______________________
w Boundary: _north Cape Road/south 124th Street______
the U. S. Army Corps Of Engineers, Recruiting Facilities Program, Is Soliciting Offers For _1095_ Square Feet (useable) Of Retail/office Space Within The Delineated Area. Space Will Need To Be Capable Of Accommodating The Floor Plan Requirements As Shown On The Attached Template (including A Secondary Egress); Have Adequate Parking (prefer It Is Sign Designated) For _3_ Government-owned Vehicles 24 Hours A Day/7 Days A Week, As Well As Adequate Parking Within 4 Blocks For Employee And Customer Vehicles; Include Daytime Janitorial Services; Include Adequate Signage For Maximum Visibility; And Lessor Needs To Secure Three Bids For The Build-out Of The Space To Meet The Construction Specifications Provided. Sites That Are Located Adjacent To Adult Entertainment Shops (i.e. Bookstores, Video Stores, Or Theatres), Night Clubs/bars, Methadone Clinics, Drug Rehabilitation Centers, Marijuana/hemp Dispensaries, Medical Marijuana Dispensaries, Gun Shops, Liquor Stores, Etc. Could Potentially Be Eliminated From Competition As These Are Considered Non-compatible Businesses. Lessors Are Required To Be Registered And Be Active In Www.sam.gov Prior To The Deadline For Final Offer Submission.
offers Will Need To Include A Completed Rental Proposal Worksheet, Proof Of Registration In Www.sam.gov (i.e. Active Cage Code), A Proposed Floor Plan And The Construction Bids For Build-out Meeting The Construction Specifications. Attached Is A Copy Of The Lease Document, The General Clauses, The Construction Specifications, The Janitorial Specifications, The Rental Proposal Worksheet, Instructions For System For Award Management (sam) Registration, And A Floor Plan Template. Thoroughly Review All Documents And Make Sure That You Agree To The Terms Presented. The Government Lease And The General Conditions Are Standard And Are For The Most Part Is Not Negotiable And Must Be Accepted As Written And Shown On The Attached File. Review The Construction Specifications Completely As They Stipulate Additional Lessor Responsibilities.
three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e. Smoke Detectors, Fire Extinguishers, Etc.). Bids Shall Include Any Tear Down/haul Away Expenses.
the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Close Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example.
it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Worksheet.
leases Are Negotiated For A 5-year Term, But They Include A Clause Stating The Government Can Terminate Giving Reasonable Days’ Notice. In Order To Incorporate Firm Term Years, Meaning The Government Cannot Get Out Of The Lease For A Specified Period Of Time, We Ask The Lessor To Provide A Significant Contribution Towards The Build-out Costs. Five-year Firm Term Leases Are Generally Not Considered.
following Are The Factors That Will Be Considered When Evaluating Bids/offers:
location
ability To Meet All Construction Specifications, Security Measures And Lease Requirements
complete Initial And Final Offers Must Be Received By Defined Deadline
competitive Costs In The Best Interest Of The Government
qualitative Ratings By Client For Mission
initial Offers Are Due No Later Than Close Of Business On February 3, 2025(20 Calendar Days From Advertisement In Beta.sam). You Will Receive Feedback Of Your Initial Offer Identifying Missing Items/weaknesses By February 10, 2025(5 Business Days After Initial Closing Date). After Receiving Feedback, Your Best/final Offer Will Be Due No Later Than Close Of Business Onmarch 7, 2025.
Closing Date3 Feb 2025
Tender AmountRefer Documents
City Of Dumaguete Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Purchase Of 1 Unit Brand New Ambulance Vehicle The City Of Dumaguete Thru Its Bids And Awards Committee (bac), Invites All Interested Manufacturers, Suppliers, Dealers And/or Distributors To Apply For Eligibility And To Submit Bids For The Supply Of: 1. 1 Unit Brand New Ambulance Vehicle, P2,420,000.00 -high Roof Level Type; Driven By Four (4) Cylinder, 16 Valve, Variable Turbo Charger, 5-speed Manual Transmission; At Least 2,488 Cc Piston Displacement At Least 195r15c Tire Size With Spare Tire; At Least 65 Liters Fuel Tank Capacity; Diesel Fuel Type; At Least 129/3200rpm Maximum Power; Dimensions Of At Least: Seating Capacity: 8 Pax. -with Ambulance Conversion Of At Least: One (1) Unit Fire Extinguisher 2.2 Kg Capacity With Holder, One (1) Set Fabricated Ceiling To Floor Cabinet With First Aid Kit; One (1) Unit Led Light Bar, Strobe Lights (green And Red); One (1) Unit Siren With Speaker And Pa System, One (1) Unit Digital Clock; One (1) Pc. Flashlight Led; Four (4) Pcs. Led Room Lights; One (1) Pc. Power Inverter 2,000 To 3,000 Watts, One (1) Set Negative Pressure System; One (1) Unit Stretcher Ramp; One (1) Lot Tint; One (1) Set Grab Hand Rail Stainless; One (1) Set Overhead Grab Rail (ceiling Type); One (1) Unit 220 V Power Outlet; One (1) Set Aluminum Flooring; Two (2) Modified Seats (front And Side); One (1) Set Acrylic Division With Window (duco Finish); One (1) Lot Reflectorized Ambulance Stickers; One (1) Pc Iv Hook Holder Stainless. -with Medical Equipment/devices Of At Least: Three (3) Pcs Oxygen Masks (for Newborn, Infant, And Adult), One (1) Unit Rigid Cervical Collars; One (1) Unit Thermometer Infrared; One (1) Unit Collapsible Stretcher With Side Rails, Cushion, Wheels & Lock; One (1) Unit Ambubag With Manual Resuscitator; One (1) Set Oxygen Tank (20lbs.) With Regulator And Dehumidifier; One (1) Set Oxygen Tank (5lbs.); One (1) Unit Pulse Oximeter; One (1) Unit Head Immobilizer; One (1) Unit Bp Apparatus-aneroid Type With Standard Stethoscope. Terms Of Reference A. The Unit Shall Be Delivered By The Supplier At City Hall Compound – Dumaguete City Within Thirty (30) Days After The Notice To Proceed. B. Supplier Should Have An Authorized Repair Bay / Automotive Shop (with Qualified Mechanics) Either In Dumaguete City, Sibulan, Bacong Or Valencia. C. Bidders Should Specify The Brand Of Their Offer And Submit A Picture Or Brochure Of Their Offered Equipment In A Class A Envelope During Submission Of Bids. D. Warranty Period (for Parts And Repair Services) Of At Least Three (3) Years Or 100,000 Kms (whichever Comes First) And One (1) Year Gsis Comprehensive Insurance; E. Certification From Supplier Certifying That The Processing Of Vehicle Insurance & Lto Registration Is Undergoing. F. Submit Lists Of Accessories Not Provided In The Brochure. Purpose: For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete Approved Budget For The Contract: Php 2,420,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Dumaguete Now Invites Bids For 1 Unit Brand New Ambulance Vehicle For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete. Bidders Should Have Completed And/or Accepted, 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 Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty(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 And Subject To Commonwealth Act 138. Interested Bidders Must Secure Eligibility Requirements And Bid Documents From The Secretariat, Bids And Awards Committee, Office On General Services, City Hall Compound, Dumaguete City. For More Information, Contact The Bids And Awards Committee Secretariat, Office Of General Services, City Hall Compound, Dumaguete City, Tel. No. (035) 522-4756. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From December 02, 2024 To January 2, 2025 From Address Above And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. The Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents December 02, 2024 2. Pre-bid Conference December 17, 2024, 10:00 A.m. 3. Submission And Opening Of Bids January 2, 2025, 10:00 A.m. Sealed Bids/proposals Will Be Received At The Office Of General Services, City Hall Compound, Dumaguete City Not Later Than January 2, 2025 And Bid Opening Shall Be On Tuesday, December 10, 2024 At 10:00 (ten O’clock) In The Morning At The Office On General Services, City Hall Compound, Bids Will Be Opened In The Presence Of The Bidders Or Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Prospective Bidders Must Not Be Related To The Head Of The Procuring Entity Or Any Member Of The Bids And Awards Committee Or Its Secretariat Either By Consanguinity Or Affinity Up To The Third Civil Degree. All Bids Shall Be Accompanied By A Bid Security Payable To The City Of Dumaguete In Any Of The Acceptable Forms And In The Amount Stated In Sec. 27 Of Ra 9184. The Same Shall Guarantee That, After Receipt Of The Notice Of Award, The Winning Bidder Shall Enter Into Contract With The City Of Dumaguete Within Ten (10) Calendar Days. Copies Of This Invitation Are Posted At The Gso Bulletin Board, Dumaguete Public Market Complex, Province Of Negros Oriental General Services Office Bulletin Board, Philgeps And Dumaguete City Engineer's Office Bulletin Board. The Bids And Awards Committee Reserves The Right To 1) Reject Any Or All Bids, 2) Waive Any Defects Or Informalities Therein, 3) Or Accept Any Bids/ Or Offer/s Which It May Consider To Be Most Advantageous And Beneficial To The Government 4) To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Dumaguete City, November 29, 2024. Atty. Camelo D. Pidor, Jr. Chairman
Closing Date2 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.7 K)
Department Of National Defence Tender
Others
Canada
Details: 1. Advance Contract Award Notice (acan) An Acan Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 2. Background Information The Department Of National Defence (dnd) - Canadian Armed Forces (caf) Search And Rescue Technician (sar Tech) Occupation Requires Dive Operations Support For Caf-led Dive Training In Key West, Florida, Usa From 3 March To 18 April 2025, With An Option-year From March-april 2026, Specific Dates To Be Confirmed. 3. Definition Of Requirement Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Is Capable Of Meeting The Following Mandatory Requirements: A. The Contractor Must Be In Possession Of A Certified Standby Diver, Or Dive Master, And Boat Operator; B. Services Provided To Be In Accordance With Caf Dive Safety Regulations For Search And Rescue Technicians Contained In Air Division Orders; C. Open Water Currency Diving Will Be Conducted In 1-week Serials Requiring The Use Of A Dive Charter Vessel With Captain (operator), And A Dive Master, For Up To 20 Divers, Daily Morning Or Afternoon Diving; D. In The Event Of A Maintenance Issue With The Dive Vessel That Cannot Continue With The Training, The Contractor Shall Provide A Backup Or Replacement Vessel To Continue With The Caf-led Training; E. The Contractor Must Provide An Air Sample (as) That Meets Canadian Cba Standards, Or As A Minimum Us Navy/navsea Cba Standards, One Week Prior To The Start Of Training; F. The Contractor Must Prove That Its Equipment Maintenance Program Is In Line With The Maintenance Standard Set Out By The Technical Authority (ta) (for Example: Yearly Visuals, 5 Yr Hydrostatic Inspections And Routine Compressor Maintenance); G. The Contractor Must Have Provided Services In The Industry For A Minimum Of 10 Years, Or Demonstrated A Minimum Of 10 Years Of Experience With Another Reputable Dive Charter In Key West; H. The Contractor Must Provide A Minimum Of Two Dive Sites Per Day Suitable For Diving Operations At Depths Of 25 To 100 Fsw, Preferably On Wrecks And Adhering To Number Of Dives Per Day While Following Approved Caf Dive Tables Provided; And I. The All-inclusive Services Must Include Daily Transport From The Dive Center Site To The Dive Site And Return, The Provision Of Fuel For The Vessel, Ability To Fill Caf-supplied Dive Tanks To 4,500 Psi And Daily Replenishment Of Dive Quality Air, Storage Of Caf Dive Gear (specifically Dive Tanks, Approximately 40) For The Period Of The Contract, Soft Pouch Compatible Dive Weights, All Safety Equipment Mandatory For Sea Going Vessels By Florida State Law (for Example Ship To Shore Marine Radio, Fire Extinguisher, Safety Dingy, Flares Etc..), And Enough Space For Up To 20 Divers With Individual Dive Equipment. 4. Indigenous Procurement A. The Procurement Is Not Set-aside Under The Procurement Strategy For Indigenous Business; And B. The Procurement Is Not Subject To One Or More Of Canada's Comprehensive Land Claims Agreements. 5. Justification For The Pre-identified Supplier The Proposed Supplier Is Believed To Be The Only Dive Operator Operating In Key West, Florida That Meets The Technical Compatibility Factors And Has The Technological Expertise Required To Complete The Mandatory Requirements Listed In Section 3 Above, Particularly The Filling Of Dnd Dive Tanks To A Pressure Of 4,500 Psi, A Military Training Requirement To Provide Extended Dive Training And Use Of The Dive Equipment To The Limits Of Its Capability. 6. Government Contracts Regulations Exception(s) The Following Exception To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection 6 (d) - Only One Person Is Capable Of Performing The Work. 7. Period Of The Proposed Contract Or Delivery Date The Proposed Period Of The Contract Is From 1 March To 18 April 2025, And Will Consist Of The Provision Of Dive Charted Resources Over The Following Seven (7) Serials: Serial #1- Mar 3- Mar 7 2025, Serial #2- Mar 10-mar 14 2025, Serial #3 Mar 17-mar 21 2025, Serial #4 Mar 24-mar 28 2025, Serial #5 Mar 31-apr 4 2025, Serial #6 Apr 7-apr 11 2025, And Serial #7 Apr 14-apr 18, 2025. An Option Year For March-april 2026 Is Proposed As Well, Dates To Be Confirmed In 2026. 8. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract Is $68,985.00 (gst/hst Extra). 9. Name And Address Of The Pre-identified Supplier: Captain’s Corner 125 Ann Street Key West Florida, 33040 Usa 10. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Goods, Services Or Construction Services Described In The Acan May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 11. Closing Date For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is 2025-01-17. 12. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statements Of Capabilities Are To Be Directed To: Mr. Adam Bidzinski Procurement Officer Department Of National Defence, 1 Canadian Air Division Telephone: 204-833-2500 Ex. 2053 E-mail: Adam.bidzinski@forces.gc.ca Delivery Date: Above-mentioned You Are Hereby Notified That The Government Intends To Negotiate With One Firm Only As Identified Above. Should You Have Any Questions Concerning This Requirement, Contact The Contracting Officer Identified Above. An Advance Contract Award Notice (acan) Allows Departments And Agencies To Post A Notice, For No Less Than Fifteen (15) Calendar Days, Indicating To The Supplier Community That It Intends To Award A Good, Service Or Construction Contract To A Pre-identified Contractor. If No Other Supplier Submits, On Or Before The Closing Date, A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, The Contracting Authority May Then Proceed With The Award. However, Should A Statement Of Capabilities Be Found To Meet The Requirements Set Out In The Acan, Then The Contracting Authority Will Proceed To A Full Tendering Process. Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services/goods Described Herein, May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. The Dnd File Number, The Contracting Officer's Name And The Closing Date Of The Acan Must Appear On The Outside Of The Envelope In Block Letters Or, In The Case Of A Facsimile Transmission, On The Covering Page. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date17 Jan 2025
Tender AmountRefer Documents
1191-1200 of 1230 archived Tenders