Housekeeping Tenders
Housekeeping Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
United States
Details: This Market Research Notice Is Being Conducted By Network Contracting Office (nco) 17 Vha Regional Procurement Office-west (rpow) 124 E. 5441 Babcock Road Ste 302, San Antonio, Texas 78240 For The Procurement Of The Helmer (trueblue) Preventative Maintenance Service.
background And Requirement: Contractor Shall Provide Full Service For North Dallas Va Medical Center For The Helmer Refrigerator And Freezers Require Temperature Probe Calibration And Other Assorted Routine Maintenance.
1.helmer (trueblue) Preventative Maintenance Service. Shall Be In Accordance With The Original Equipment Manufacturer (oem) Specifications. This Will Be Performed At The Following Locations:
vamc - Dallas 4500 S Lancaster Rd, Dallas, Tx 75232
vamc - Bonham - Sam Rayburn Memorial 1201 E 9th St, Bonham, Tx 75418
vamc Garland 2300 Marie Curie Boulevard Garland, Tx 75042-5706
fort Worth Va Outpatient Clinic 2201 Se Loop 820 Fort Worth
grand Prairie Va Outpatient Clinic 2737 Sherman St, Grand Prairie, Tx 75051
herzog Va Outpatient Clinic 4900 S Lancaster Rd Dallas, Tx 75216
plano Va Outpatient Clinic 3804 W 15th St Suite 175, Plano, Tx 75075
polk Street Va Clinic 4243 South Polk Street Dallas, Tx 75224
tyler Va Outpatient Clinic 7916 S Broadway Ave, Tyler, Tx 75703
this Equipment For Proposed Is The Helmer (true Blue) Preventative Maintenance
specific Instrument Required: North Dallas Va Medical Center For The Helmer (true Blue) Preventive Maintenance To Function With The Following:
cleaning Of Equipment (not Housekeeping)
oversee Installation Of Original Equipment Manufacturer Field Service Updates For Operational And Reliability Engineering Change Notice.
aligning, Calibrating, And Lubricating The Equip
performing Remedial Maintenance Of Non-emergent Nature
testing Faulty And Worn Parts.
inspecting Electrical Wiring And Cables For Wear And Fray
inspecting All Mechanical Components Including, But Not Limited To, Cables And Mounting Hardware, Chains, Belts, Bearings And Tracks, Interlocks, Clutches, And Motors For Mechanical Integrity, Safety, And Performance To Original Equipment Manufacturer Specifications. Make Recommendations For Repair And Replacement.
returning The Equipment To Operating Condition Defined In The Original Equipment Manufacturer Specifications.
replacing Any Original Equipment Manufacturer Labels, Decals, And/or Warning Tags That Are Not Legible.
make Recommendations For Repair And Replacement.
providing Documentation Of Services Performed.
returning The Equipment To The Operating Conditions.
prior To Leaving The Site, The Contractor Shall Provide Documentation Of Services Performed. Each Equipment Included Shall Have Its Own Service Report, With All Tasks Listed And Checked After The Service Is Done. The Report Shall Also Include Any Reading Required By The Manufacturer. Each Report Shall Also Include Equipment Tag, Model #, Serial # And Information On Any Items Repaired Or Replaced.
date Of Service
customer Account Number
name Of Vendor Service Technician/engineer
type Of Service Performed.
manufacturer
equipment Description/type
model
serial Number
va Barcode (ee) Number Of The Component Of The System If Applicable
description Of The Service Completed.
list Of Any Parts Replaced.
the Contractor Shall Keep A Record Of All Maintenance Scheduled Vs Maintenance Performed.
when The Contractor Leaves On-site Location Where Maintenance Services Are Being Performed, The Site Shall Be Left In A Clean, Neat, And Orderly Condition Ensuring The Hospital/clinic Staff And Patients Are Not Subjected To Any Safety Hazards, Including But Not Limited To Expose Wiring, Open Circuit Panels, Or Tripping Hazards.
detailed Description Of Services Provided By The Contractor, Helmer (true Blue)
inspect All Wiring.
inspect Door Alignment, Hinges, Latch.
normal Hours Of Operations Are Monday Through Friday From 8:00am To 4:30pm Cst.
if This Is An Item Your Business Can Provide, Please Respond To This Sources Sought Notice By 09:00 Am Central Time On Monday, 17 February 2025.
the Intent Of This Notice Is To Establish Sources To Define The Procurement Strategy (e.g. Set-aside, Sole Source, Unrestricted) For A Solicitation That Va Intends To Post Soon. Interested Contractors Are Requested To Respond In Accordance With The Following:
a. Where Is The Item Manufactured, The Va Is Interested In Procuring Items Manufactured In The United States.
if You Have An Existing Gsa Or Va, Federal Supply Schedule Contract, Include The Contract Details In Your Response.
please Note That Va Is Particularly Interested In Determining The Availability Of Service Disable Veteran Owned Small Business/veteran Owned Small Business Or Other Small Business Manufacturers Or Authorized Distributors That Can Provide This Item.
respond To This Notice If You Can Provide These Products Listed In The Table In The Background And Requirement Section Above. In The Response, Please Cite Your Business Size Status.
distributors: You Must Provide Proof That You Are An Authorized Distributor. Va Does Not Accept Gray Market Items.
vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g. If Co Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside).
Responses Should Include:
(1) Business Name
(2) Business Address
(3) Point Of Contact
- Name
- Phone Number
- E-mail Address
(4) Sam Uid Number
(5) Naics Code
(6) Business Size: Small Or Large
(7) Type Of Business: Service-disabled Veteran Owned (sdvosb), Veteran Owned(vosb), 8a, Hubzone, Woman-owned (wosb), Etc.
(8) Letter Stating Oem Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment And/or Services If Applicable
(9) Gsa/fss Contract Number If Applicable
all Businesses Eligible To Provide This Item Are Encouraged To Reply As This Information May Be Used To Determine Potential Set-asides For The Above-noted Requirement.
send Responses To Michelle Cunningham At Michelle.cunningham@va.gov.
disclaimer: This Notice Of Intent Is Not A Request For Competitive Quotes. However, Contractors May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Contracting Officer Whether To Continue With The Sole Source Procurement Or To Provide For Competition. Due To Technical Issues, Please Allow Additional Time If You Re Using Electronic Means.
responses Received Will Be Evaluated; However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government.
Closing Date17 Feb 2025
Tender AmountRefer Documents
DEPARTMENT OF TOURISM REGION I Tender
Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Project: 2024 Wsl World Junior Championships And 2025 La Union International Pro Qualifying Series Requirement: Procurement For Ground Handling Services I. Background And Objective The World Surf League (wsl) Is Once Again Bringing To La Union One Of Its Most Prestigious International Single Events, The 2024 Wsl World Junior Championships On January 13- 19, 2025 In Partnership With The Tourism Promotions Board, The Department Of Tourism Region 1 And The Provincial Government Of La Union. The 2024 Wsl World Junior Championships Will Feature 24 Men And 24 Women, Aged 20-years And Under, The Best Of The Best From Seven Different Regions Around The World, Including Australia / Oceania, Asia, Africa, Europe, Hawaii / Tahiti Nui, North America, And South America, On Their Quest To Become The 2024 Wsl World Junior Champions. In Addition, The 2025 Wsl La Union International Pro Longboard Qualifying Series Will Also Be Happening In The Same Venue On January 20-22, 2025. As The Host Venue, These Competitions Reinforce La Union’s Status As A Premiere Surfing Destination And The Philippines’ Position On Global Surfing Map. It Will Also Provide Our Filipino Surfers The Invaluable Opportunity To Compete Alongside The Best In The World While Giving Economic Opportunity And Benefits To Local Community Stakeholders. With This, Preparations Are Underway To Ensure That The Athletes And Their Companions Are Provided With A Filipino Brand Of Experience During Their Stay In Our Country. As One Of The Main Partners In Staging The Said Events, The Department Of Tourism Is Requested To Provide Assistance In The Following: Ensure That A Safety And Security Plan Is In Place For The Duration Of The Event Ensure The Proper Arrival Reception, Registration And Profiling Of All Participants; Assist In The Installation Of Event Collaterals Within The Venue And Nearby Areas; Secure Internet Service Provider Partner; Assists With In-event Logistics And Coordination, Including The Management Of Working Committees' Meals; Host The Opening And Welcome Ceremonies With Pre-event Press Conference In Relation To This, The Department Of Tourism Region 1 Requires The Services Of An Event Organizer To Assist The Dot Region 1 In The Management And Facilitation Of The Event And Its Various Activities Including Provision Of The Various Logistical Requirements For The Duration Of The Event. Ii. Specifications Requirement Specifications Transportation Land Transportation Service 1 Unit Fully Air-conditioned 24-seater Coaster With Comfortable Seats And Head Rest - Manila – La Union (january 12) - La Union – Manila (january 13) With Space For Luggage With Driver In Proper Uniform And Id (supplier Shall Provide For Their Meals And Accommodation) 1 Unit Fully Air-conditioned 24-seater Coaster With Comfortable Seats And Head Rest - Manila – La Union (january 19) - Service Around La Union (january 20-21) - La Union – Manila (january 22) With Space For Luggage With Driver In Proper Uniform And Id (supplier Shall Provide For Their Meals And Accommodation) Accommodation Fully Air-conditioned Rooms With Toilet And Bath (hot And Cold Shower), Bathroom Amenities, Strong And Steady Wi-fi Connection, Complimentary Buffet Breakfast Twin- Sharing Rooms For Twenty (20) Pax For Three (3) Nights On Specified Dates Within January 12-22, 2025 As Provided By The End-user Single Occupancy Rooms For Five (5) Pax For 2 Nights On Specified Dates Within January 12-22, 2025 As Provided By The End-user Hotel Location Must Be Within 15-20 Minutes Ride From The Wsl Event Venue In San Juan, La Union And Approved By The End- User With Spacious Parking Space, Hotel Security, 24-hour Front Desk And Housekeeping Services Meals Meal Provisions For The Following Dates And Activities: Am Snacks Buffet Lunch Pm Snacks Buffet Dinner January 12 Am Snacks And Lunch For 35 Pax January 13 Am And Pm Snacks, Lunch And Dinner For 35 Pax January 19 Am And Pm Snacks, Lunch And Dinner For 35 Pax January 20 Am And Pm Snacks, Lunch And Dinner For 35 Pax January 21 Am And Pm Snacks, Lunch And Dinner For 35 Pax Location/ Venue Per Meal As Well As Suggested Serving Time And Manner Will Be Based On An Approved Itinerary. Dates Of Activities May Also Vary During The Actual Implementation Menu Option Must Showcase Local Food And Gastronomy Upon The Suggestion Or Approval Of The Project Officer Coordinator At Least One (1) Designated Tour Coordinator To Assist Project Officer In The Facilitation Of The Entire Itinerary The Service Provider Shall Work In Close Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Said Project. Any Changes In The Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider And Vice Versa For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Approved Budget Of The Contract The Approved Budget Of The Contract Is Six Hundred Fifty- Six Thousand And Seventy- Five Pesos Only (php 656,075.00) – Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Qualification Of Bidders/ Legal Technical Requirements Certificate Of Philgeps Registration/number Current Mayor’s/business Permit Updated Annual Income Tax Return Omnibus Sworn Statement Company Profile Engaged In The Business For At Least Three (3) Years At The Date And Time Of The Opening Of Bids; Must Have A Minimum Of 3 Years’ Experience In Providing Logistical Requirements For Small, Medium, Or Largescale Events, And The Activities Reminders To Bidders: 1. Please Note That Projects Will Be Awarded Per Lot. 2. All Bidders Must Submit Their Mayor’s/business Permit, Philgeps Certificate/number, Annual Income Tax Return And Omnibus Sworn Statement With Their Quotations/proposals Per Lot Not Later Than The Indicated Deadline On The Philgeps Website. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250.
Closing Date10 Jan 2025
Tender AmountPHP 656 K (USD 11.3 K)
Department Of Education Division Of Zamboanga Del Norte Tender
Others
Philippines
Details: Description Invitation To Bid Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools 1. The Schools Division Of Zamboanga Del Norte, Through Subaro No. Ro-9-zn-24-10-01072, Intends To Apply The Sum Thirty-seven Million Seven Hundred Sixty-seven Thousand Four Hundred Fifty-two Pesos & 00/100, Philippine Currency, (p37,767,452.00) Being The Abc To Payments Under The Contract For Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools, With Project Identification Nos. 2025-004-cbzn; 2025-005-cbzn; 2025-006-cbzn; 2025-007-cbzn; 2025-008-cbzn: Lot Item Description Quantity Cost Per Unit Amount/cost 1 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Computer System Servicing Nc Ii 23 Items Varied Per Item 2,807,707.00 2 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages: Hairdressing Nc Ii 50 Items Varied Per Item 1,292,680.00 Caregiving 9 Items Varied Per Item 1,201,209.00 Wellness Massage Nc Ii 58 Items Varied Per Item 396,676.00 Sub-total For Lot 2 2,890,565.00 3 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Housekeeping Nc Ii 42 Items Varied Per Item 3,590,972.00 Front Office Nc Ii 12 Items Varied Per Item 209,742.00 Sub-total For Lot 3 3,800,714.00 4 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Food And Beverage Services Nc Ii 63 Items Varied Per Item 8,568,675.00 Bread And Pastry Production Nc Ii 41 Items Varied Per Item 4,937,169.00 Sub-total For Lot 4 13,505,844.00 5 Procurement Of Technical Vocational Livelihood (tvl) Equipment Packages To Public Senior High Schools: Cookery 79 Items (see Pr For Details) Varied Per Item 14,762,622.00 Total 37,767,452.00 Please See Attached Purchase Request For The Details, Technical Specifications, And Terms Of Reference. Bids Received In Excess Of The Abc Of The Project Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Of Zamboanga Del Norte, Through The Bids And Awards Committee, Now Invites Bids For The Above Procurement Project. The Delivery Of The Goods Is Required To Be Completed Within The Given Schedule. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. 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. 4. Prospective Bidders May Obtain Further Information From The Schools Division Of Zamboanga Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 P.m. 5. A Complete Set Of Electronic/soft Copy Of Bidding Documents May Be Acquired By Interested Bidders From January 6, 2025 To January 27, 2025 In The Given Address And Website Below And Pursuant To The Latest Guidelines Issued By The Gppb, And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Each For Lots 1, 2, And 3; Twenty-five Thousand Pesos (p25,000.00) Each For Lots 4 And 5. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means Before Or Upon Dropping Of Proposal. 6. The Schools Division Of Zamboanga Del Norte Will Hold An On-site Pre-bid Conference On January 14, 2025, At 2:00 P.m. At 3rd Floor Conference Hall, New Sdo Building, Estaka, Dipolog City Which Shall Be Open To All Prospective Bidders. 7. Bids In Three (3) Copies Including The Original Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Before Or At Exactly 11:00 Am Of January 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, At 1:00 Pm At The 3rd Floor Conference Hall Of The New Sdo Building At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Christine Joyce S. Paco Bac Secretariat Head Deped- Zamboanga Del Norte 0946-025-6019 12. You May Visit Www.depedzn.net Or E-mail At Depedznbac@gmail.com Zyhrine P. Mayormita Bac Chairperson (goods And Services) Date Of Issue: January 3, 2025
Closing Date27 Jan 2025
Tender AmountPHP 37.7 Million (USD 644 K)
City Government Of Navotas Tender
Others
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement Of Other Supplies And Materials For Child Development Centers And Kindergarten On Wheel Trucks Under The Nccpc-cswdo Fund Lot 1- Other Supplies And Materials 25 Gal/s Alcohol – 70% Isoprophyl 1 Gallon @20,000.00 50 Pc/s Other Supplies And Materials – Ballpen Black @600.00 25 Pc/s Broom Stick – Tingting @2,050.00 25 Pack/s Cartolina – Assorted Color 10pcs/pack @3,000.00 25 Pc/s Correction Tape – 5mm @1,700.00 50 Kilo/s Welfare Goods – Laundry Detergent Powder, 1 Kilo @12,500.00 25 Gal/s Bread And Pastry Production – Dishwashing Liquid @15,000.00 25 Can/s Cho Other Medical Supplies – Disinfectant Spray 400gms @12,500.00 25 Pc/s Doormat – Cotton @2,500.00 25 Pc/s Dust Pan – Non-rigid @7,500.00 25 Box/es Fastener – Metal 50 Set/box @2,125.00 25 Pc/s Marker – Highlighter Assorted Color @1,875.00 25 Pc/s Marker – For White Board Assorted Color @2,500.00 25 Pc/s Marker – Permanent Assorted Color @2,000.00 25 Box/es Paper Clip – 33mm 100pcs/box @1,050.00 25 Box/es Paper Clip – 50mm 100pcs/box @2,250.00 25 Kilo/s Masonry Works – Circular Cotton Rags @2,250.00 25 Book/s Record Book – 300pages, 17.5cm X 28.5cm @6,250.00 50 Pc/s Signpen – Black, Blue, Red, Green, Brown @3,500.00 25 Bottle/s Stamp – Pad Ink, Violet50ml @875.00 25 Pc/s Stamp – Pad Felt, 60mm X 100mm @1,700.00 25 Roll/s Tape – Masking 48mm @3,125.00 25 Roll/s Tape – Transparent 48mm @2,125.00 25 Pack/s Paper – Toilet Tissue 2ply 100% Recycled 12pcs/pack @7,250.00 25 Pc/s Waste Basket – Non-rigid Plastic @3,125.00 25 Set/s Mop – Tornado Mop And Spin Dry Bucket Set With 1 Microfiber Mop Head @67,500.00 1,250 Pc/s Folder – With Tab Legal Size @15,000.00 2 Box/es Envelope – Documentary Legal 500pcs/box @2,800.00 250 Pc/s Envelope – Plastic, Expanding With Button Clear Legal Size @25,000.00 125 Pc/s Envelope – Plastic, Expanding With Handle Legal Size @18,750.00 25 Bottle/s Multi Purpose Bleach – 3785ml @10,250.00 25 Jar/s Glue – All Purpose 240 Grams @4,875.00 25 Pack/s Certificate Paper – Colored Assorted Letter Size, 250pcs/pack @17,750.00 25 Pc/s Broom – Tambo Soft @8,500.00 125 Ream/s Paper – Multi-purpose A4 Size, 70gsm @42,500.00 125 Ream/s Paper – Multi-purpose Legal Size, 70gsm @47,500.00 25 Pc/s Stapler – Standard Type @6,250.00 25 Box/es Staple – Wire, Standard @1,825.00 25 Bundle/s Housekeeping – Trash Bag Black, Xl 10’s Bundle Of 10 @17,500.00 Abc:php405,350.00 Delivery Schedule: March 21, 2025 Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. 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 City Government Of Navotas 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. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date11 Feb 2025
Tender AmountPHP 405.3 K (USD 6.9 K)
Department Of Education Region Xi Tender
Others
Philippines
Details: Description Invitation To Bid No. 038-12-2024 Invitation To Bid For Procurement Of Lot 1 – Training Venue With Food And Accommodation For The Conduct Of The Regional Training Of Division Core Team Trainers On Design, Development, And Quality Assurance Of School-based Professional Development (pd) Programs 1. The Department Of Education, Regional Office Xi, Through The Sub Allotment Release Order No. Osec-11-24-1739 Intends To Apply The Sum Of One Million Three Hundred Forty Thousand Pesos (₱1,340,000.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For Itb 038-12-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education, Regional Office Xi, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Are Indicated Below. Bidders Should Have Completed, Within 2 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). Unit Item Description Qty Unit Cost Total Cost Pax Lot 1 - Venue With Food And Accommodation (january 13-17, 2025) Pax Day 0 - January 12, 2025 (arrival/check-in) Meals To Be Served: Dinner 134 Pax Day 1 - January 13, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 2 - January 14, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 3 - January 15, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Pax Day 4 - January 16, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch And Dinner) 134 ₱2,000.00 ₱268,000.00 Day 5 - January 17, 2025 (meals To Be Serve: Breakfast, Am And Pm Snacks, Lunch) 134 ₱2,000.00 ₱268,000.00 Total ₱1,340,000.00 Specifications Food Specification: * Free Flowing Coffee And/or Tea * Managed Buffet With Standby Waiters (breakfast, Lunch And Dinner) * For Breakfast: 2 Main Dish, Rice, Bread, Choice Of Hot Tea/chocolate Or Coffee * For Lunch And Dinner: 3 Main Dish(choice Of Meat:chicken, Pork, Fish Or Beef; Vegetables, Soup, Rice Dessert, And Drinks) * Am And Pm Snacks:sandwich/pasta/kakanin; With Drinks * Food Provision For Non-pork-eaters. * Fresh Fruit Juices As Beverage * At Least Two Food Stations Specifications Venue: * Within Davao City * Airconditioned Function Rooms That Can Accommodate 134 Pax/batch For Plenary * Tarpaulin, 8 Feet X 4 Feet * Classroom Type Set Up * Unlimited And Free Access To Strong Wi-fi Connectivity, At Least 50-100mbps * Available Audio-visual Equipment And Stand By Technical Assistant * At Least Two (2) Lcd Projectors With Wide Screen * At Least One (1) Whiteboard With Whiteboard Pen And Eraser * At Least Three Wireless Microphones And A Microphone Stand * At Least Five (5) Extension Cords * Complete Set Of Sound Systems * Two (2) Tables For The Secretariat (registration Area) * Wide Parking Space * Maintaining Cleanliness And Daily Disinfection Of The Following Areas: Function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/tea Area And Dining Area * Availability Of Medical Staff In The Training Area * Provision Of Alcohol In All Common Areas * 24-hour Security, Front Desk And Housekeeping Services Accommodation: *twin/triple Sharing Rooms (separate Beds) *clean Bedding, Rooms And Restrooms *provision Of Toiletries 3. 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. A. 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. 4. Prospective Bidders May Obtain Further Information From The Deped Regional Office Xi, F. Torres St., Davao City And Inspect The Bidding Documents During Monday – Friday, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 3, 2025, Monday – Friday, 8:00 A.m. To 5:00 P.m. At Deped Regional Office Xi, F. Torres St., Davao City Upon Payment In Cash Of A Non-refundable Fee Of Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person To The Procurement Unit. 6. The Department Of Education, Regional Office Xi, Will Hold A Pre-bid Conference On December 23, 2024 @ 9:00 A.m. (monday) At The Procurement Unit, Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Stamped Received By The Procurement Unit Staff Through Manual Submission At The Office Address Indicated Below On Or Before January 3, 2025, (friday) Before 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 3, 2025, (friday) 9:00 A.m. At Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Regional Office Xi, F. Torres St., Davao City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joy L. Sibonga Ao Iv, Ad-procurement Unit Department Of Education Region Xi F. Torres St., Davao City Procurementunit.regionxi@deped.gov.ph (082) 225-0816 +63 9453349262 Sgd Rebonfamil R. Baguio Bac Chairperson
Closing Date3 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.1 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
the Purpose Of This Notice Is To Obtain A Snapshot Of Current Market Capabilities And Gain Knowledge Of Potential Small Business Sources To Include Small Business In The Following Socioeconomic Categories: Certified Hub Zone; Woman-owned Small Business {wosb) And Serviced-disabled Veteran-owned Small Business {sdvosb); Veteran Owned Small Business {voss) And 8(a) Small Business Concerns To Perform Land Mitigation And Vegetation Clearing Efforts. Other Than Small Business Is Encouraged To Express Interest And Submit Capability Statements As Well.
contractors' Capabilities Will Be Reviewed Solely For The Purpose Of Determining An Appropriate Acquisition Strategy To Include Whether This Prospective Action Is Appropriate To Be Set-aside For The Small Business Community Or Should Proceed As An Unrestricted Full And Open Acquisition. Other Than Small Businesses Are Encouraged To Respond To This Notice To Provide A Greater Context Of Current Market Capabilities. However, Per The Federal Acquisition Regulations, Preference Will Be Given To The Small Business Categories As Listed Above. In Determining The Acquisition Strategy, The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Available Contractors.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement And Acquisition Strategy To Establish A Firm Fixed Price (ffp) Five (5) Year Multiple Award Task Order Contract (matoc) To Provide Mitigation And Vegetation Services Within The California Sacramento District Area Of Responsibility To Include But Not Limited To: Sagebrush-scrub Upland, Pine-oak Woodland, Valley Oak, Woodland, Elderberry, Savannah, Grasslands, Valley Creep And Riparian/upland.
the Potential Requirement May Result In A Solicitation Issued Approximately In January 2025. If Solicited, The Government Intends To Award A Five (5) Year Firm Fixed Price Multiple Award Idiq Contract. Delivery Orders May Range In Value From $2,000.00 To $14,000,000.00. The Total Individual Task Orders Placed Against A Matoc Shall Not Exceed $99,000,000.00 To Any One Contractor. The Total Capacity Of The Matoc Would Be Shared Amongst All Contractors.
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 561730 Small Business Size Standard For The Naics, 9.5m As Established By The U.s. Small Business Administration, The Product Service Code For The Potential Requirement Is Anticipated To Be S208 Housekeeping- Landscaping/groundskeeping
the Potential Task List Includes But Is Not Limited To Tree Removal And Trimming, Arborist Services, Tree Diagnosis/assessment Report Preparation, Tree Surgery, Bark Scribing, Vegetation Clearing, Chipping, And/or Masticating; Orchard Removal And Disposal; Elderberry Transplanting, Maintenance, And Abatement Services; Native Plant Propagating Services: Seed Collection, Container Plant Growing, Seedling Transport And Installation; Irrigation: Water Well Drilling And Pump Installation, Temporary Irrigation System Installation And Maintenance, And Irrigation System Removal; Earth Grading/shaping, Drainage System Installation; Creation Of Wetlands, Retention Ponds, And Creek Restoration/improvement Features; Mitigation Site Preparation: Clearing/grubbing, Ripping, Grading, And Rototilling/amendment Incorporation; Creation Of Wetlands And Other Central Valley California Native Plant Communities For Mitigation Purposes; Container Plant Installation, Maintenance, And Browse/gopher Protection Device Installation; Perform Vegetation Maintenance Duties Including Mowing, Spraying, Weeding, Pruning; Perform Invasive Species Management And Abatement; Achieve Survival Rates Set Forth In Task Orders For Vegetation Establishment; Replacement Of Dead And Dying Plants; Vegetation Survival Studies; Prepare Monthly And Yearly Reports And Site As-built Records; Fire Break Creation And Maintenance; Storm Water Prevention Plan (swppp) Permit And Application Processing, Swppp On Site Bmp Installation And Removal; Coordination And Processing Of Required Work And Right Of Entry Permits Where Applicable.
work Elements:
acquire Permits
maintain Seedling Health
provide Water
browse Guards
mitigation Sites
removing Infrastructure
clean-up
monitoring Plant Survival Rates
replace Dead Plants
clearing
mowing
site Layout
container Plants/
multi-year Establishments
sites Clean And Organized
deer-friendly Livestock Fence
npdes Stormwater Compliance
soil Preparation
document/documentation
orchard Removal
storm Water Sampling
field Leveling
performing Weed Control
temporary Deer Fences
foster Proper Development
plant Delivery
testing And Reporting
grass Seeding For Erosion Control
planting Mitigation Sites
transplanting Elderberry Shrubs
grass Seeding For Habitat Restoration
preparing Mitigation Sites For Planting
watering
herbivore Browse
prep-work Submittals
weeding
irrigation Systems
propagating Seedlings
wetlands
maintain Features
propagule Collection
maintain Plants
provide Container Plants
the Above Description Of Work Is For The Purpose Of General Information Only And Is Not Intended To Include And Describe Every Feature Or Item Of Work Or The Define The Scope Of Work.
disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
capability Statement:
the Following Requests Are Designed To Inform The Us Army Corps Of Engineers, Sacramento District, Of Current Service Contractor Market Capabilities. The Submission Is Limited To 10, 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 12.
1) A Statement Of Positive Intent To Submit A Proposal For A Matoc
2)offerors’ Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number(ein), Address, Point Of Contact Name, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
3) Offerors’ Experience And Capability (either Through Self-performance In Excess Of 50% Or The Managing Of One Or More Subcontracts As A Prime) Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Comparable Work Performed Within The Past Six (6) Years. Describe The Primes’ Self-performed Effort, And/or Subcontractor Management), Brief Description Of The Project, Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project- Provide At Least Three (3) Examples.
4) Offerors’ Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
please Provide Responses And/or Questions By E-mail To The Contract Specialist, Ines Corbett, A, At (ines.d.corbett@usace.army.mil And Cc Contracting Officer Amelia Bryant At Amelia.k.bryant@usace.army.mil ) By 10:00 A.m. Pacific Time, On Tuesday, 12 Dec 2024.
please Include The Sources Sought Notice Number, ‘w9123825s0003’ In The E-mail Subject Line.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Amendment 2
this Amendment Is To Provide Responses To Two (2) Vendor Questions. The Attachment Has Been Revised As Result Of Question #1. All Other Terms Remain Unchanged.
question 1: I Wanted To Confirm That Question #2 Of The Attachment "construction+sources+sought+contractor+information+form" Is In Fact A Requirement:
government Response: Question #2 Of The Of The Original Attachment (construction+sources+sought+contractor+information+form) Was Addressed On Amendment 1. The Attachment Was Revised To Remove The Bonding Question On The Attachment. The New Attachment Is "construction Sources Sought Contractor Information Form_v2".
question 2: The Sources Sought Notice N0017425sn0008 On Sam.gov States 'contractor Employees Shall Be Vetted Before Access To Stump Neck Annex And Indian Head Sites.' May You Elaborate On The Vetting Process For Access To Stump Neck Annex And Indian Head Sites?
government Response: All Contractors Will Require Dbids Enrollment Via Dbids Link (https://dbids-global.dmdc.mil/home/).
*****************************************************************************************************************************************************
amendment 1
this Amendment Is To Provide Responses To Three (3) Vendor Questions. The Statment Of Work (sow) Has Been Revised As Result Of Question #2. All Other Terms Remain Unchanged.
question 1: The Form Provided To Be Filled In For The Sources Sought Notification Appears To Be For A Construction Contract (file Name “construction+sources+sought+contractor+information+form) Instead Of A Service Contract, Which Of Course Have Very Different Requirements.
government Response: The Bonding Portion Of The Attached Form “construction+sources+sought+contractor+information+form” Is Not Required, Please Complete And Submit The Rest Of The Form Is.
question 2: Based On The Bonding Capability Section Of The Form (typically For Construction) As Well As The Experience Reference Contract Size Of Between $5,000,000 And $10,000,000, The Sources Sought Response Requirements Are Quite Different Than Would Be Expected For A Service Contract With The Scope Required For The Indian Head And Stump Neck Annex Locations. Would The Government Please Clarify?
government Response: The Sow Is Revised From “the Experience Information Provided Shall Support That You Have Completed A Contract Of The Magnitude Between $5 Million And $10 Million.” To "the Experience Information Provided Shall Support That You Have Completed A Multi-year Contract Of The Minimum Magnitude Of $5 Million."
question 3: Is There An Incumbent For This Effort Or Is This A New Requirement?
government Response: No. This Is A New Requirement.
*****************************************************************************************************************************************************
description
naval Surface Warfare Center Indian Head Division (nswc Ihd) Contracting Office Sources Sought Notice. This Is A Sources Sought Notice Only. This Sources Sought Is Not A Request For Quote, Proposal, Or Invitation For Bid. This Notice Is Not A Solicitation As Defined By Far 2.101, Therefore It Shall Not Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Does It Restrict The Government To An Acquisition Approach. All Information Contained In This Sources Sought Notice Is Preliminary As Well As Subject To Amendment And Is In No Way Binding On The Government. Information Submitted In Response To This Notice Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. The Government Is Requesting That Restrictive Or Proprietary Markings Not Be Used In Response To This Notice. If A Solicitation Is Released, It Will Be Synopsized In Sam.gov. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Sources Sought Notice. No Site Visit Will Be Conducted During A Sources Sought Period.
the North American Industrial Classification System (naics) Code For This Procurement Is 561730 - Landscaping Services, Which Has A Small Business Size Standard Of $9.5m. The Product Service Code (psc) Is S208 – Housekeeping – Landscaping/groundskeeping.
statement Of Work
locations:
nswc Indian Head, Maryland
stump Neck Annex, Maryland
the Nswc Ihd Contracts Department 026 Is Seeking Companies With Technical Expertise, Experience, Capability, And Resources To Provide Ground Maintenance And Landscaping Services.
the Scope Of This Effort Includes The Following Major Aspects That Are Part Of The Overall Service: The Contractor Shall Provide, But Not Limited To, Maintain Approximately 500 Acres Of Grounds Maintenance- Grass Cutting, Trimming, Vegetation Removal Per Service Tickets, Shrub Planting Or Removal Per Service Ticket, Hedge Planting Or Removal Per Service Ticket, Tree Maintenance, 13,000 Square Feet Of Flower Bed Maintenance, Emptying Of Outdoor Waste Containers, Cleaning Of Swales Per Service Ticket, 50’ Buffers Around All Explosive Bldgs., 6‘ Buffer Around All Lightning Masts And Debris Removal To All Properties On Board And Supported By Nswc Ihd (approximately 600 Buildings).
contractor Employees Shall Be Vetted Before Access To Stump Neck Annex And Indian Head Sites.
these Grounds And Landscaping Services Are Normally Performed During Government Regular Working Hours While The Facility Is Open For The Nswc Ihd Command And The Departments Within Nswc Ihd. The Contractor Must At All Times Maintain An Adequate Workforce Of At Least A Separate Crew For Mowers And Edgers At Both Stump Neck Annex And Indian Head Sites, For The Uninterrupted Performance Of All Tasks. Contractor Shall Provide And Maintain All Licenses, Certifications, And Permits Required By Federal And State Laws/regulations To Accomplish Services. The Contractor Shall Provide A Certified Arborist And All Personnel Applying Pesticides/herbicides Shall Be Certified By The State Of Maryland. Contractor Personnel Shall Work In A Safe Manner And Comply With All Applicable Safety Regulations. The Contractor Shall Be Subject To Safety Inspections Of Its Work Sites By The Government. All Work Performed Shall Be In Accordance With Federal, Dod, State, And Local Laws, And Installation Policies And Regulations. Proof Of Local/state Licensing Shall Be Submitted.
the Period Of Performance Shall Be For A Five (5) Year, One Base Year Of 12 Months And Four (4) 12-month Option Years, With The Mowing / Edging / Recurring Work Season Being April 1st To November 30th Of Each Year. Vegetation / Non-recurring Work Season Shall Be Year Round.
responses Should Include Specific Experience Of Grounds And Landscaping Services; Appropriate References Should Be Provided. The Experience Information Provided Shall Support That You Have Completed A Multi-year Contract Of The Minimum Magnitude Of $5 Million.
submission Requirements:
interested Contractors Should Submit A Brief Capabilities Statement Package (no More Than Three (3) Single-sided Pages Or One-and-a-half (1.5) Double-sided Pages, Including Attachments, Single Spaced, 12-point Font Minimum) Demonstrating Ability To Perform The Requested Services. As Part Of Your Three (3) Page Capabilities Statement Package, Please Include The Attached Sources Sought Contractor Information Form. The Email Subject Line Shall Include Your Company Name. The Capabilities Package Must Be Complete And Sufficiently Detailed To Allow The Government To Determine The Contractor’s Qualifications To Perform The Defined Work. Please Note Businesses Must Be Registered In The Sam.gov Database Prior To Submission Of An Offer To Be Eligible For Award Of Government Contracts (see Far 4.11).
respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Nswc Ihd Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated, As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. Your Response To This Notice Is Greatly Appreciated.
please Respond To This Sources Sought Notice Electronically To Russell Dobson Via Email To Russell.k.dobson.civ@us.navy.mil, No Later Than 02:00 Pm (est) On Monday, 13 January 2025.
no Telephone Calls, Hardcopies, Or Facsimiles Will Be Accepted.
responses Received After The Deadline Or Without The Required Information Will Not Be Considered. Since This Is A Sources Sought Notice Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Department Of Human Settlements And Urban Development - DHSUD Tender
Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 2025-01-001 Procurement Activity Procurement Of Janitorial Services For Fy 2025 (10 Months) March 2025 To December 2025 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Thirty-one Thousand Fifty Seven Pesos & 42/100 (php 831,057.42), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before February 18, 2025, 10:00 Am. Delivery Schedule Start Of Contract Is On March 01, 2025. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications 1 Services To Be Provided The Agency Shall Provide Housekeeping/janitorial Services For Ten (10) Months At The Dhsud Ro-4a Office Located At Dencris Business Center, National Highway, Brgy. Halang, City Of Calamba, Laguna. _compliant _non-compliant 2 Area Of Responsibility (aor) And Manpower Requirements A. The Agency Shall Provide A Total Of Four (4) Janitorial Attendants To Be Deployed At The Dhsud Ro-4a Offices Including Its Storage Room. B. The Janitorial Attendants Who Shall Work Eight (8) Hours A Day, Six (6) Days A Week, In Accordance With The Pertinent Provisions Of The Labor Code, Shall Be Deployed In The Area Of Responsibility, As Scheduled. C. The Agency Shall Provide Reliever/s In Case Of Absence Of Janitorial Attendant/s. D. Should There Be A Need For Additional Janitorial Attendant/s, The Agency Shall Deploy Janitorial Attendant/s Upon Receipt Of The Written Request/instruction Of The Dhsud Ro-4a. _compliant _non-compliant 3 Scope Of Services The Agency Shall Provide Housekeeping/janitorial Services For Dhsud Ro-4a Which Shall Have The Responsibility Of Maintaining Cleanliness, Sanitation And Orderliness Within The Areas Of Responsibility (aor) And Shall Perform The Following Activities Which Shall Include, But Not Limited To: A. Sweeping, Scrubbing, Mopping, Waxing And/or Polishing Building Floors Including Corridors, Walls, Doors, Partitions, Stairways And Other Common Areas; B. Sanitizing Of Door Knobs, Telephone Kits, C. Dusting, Cleaning And Disinfection Of All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment And Facilities Which Requires Maintenance; D. Spraying Of Air Fresheners And Disinfectants In All Offices; E. Refiling Soap Dispensers And Soap Dishes, Toilet Paper, Wipes Down Stalls, And Replace Air Fresheners; F. Cleaning, Sanitizing And Disinfecting Of Washrooms/toilets, Which Includes The Use Of Special Sanitizing And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; G. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Services Necessary For Sanitation; H. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Covered Areas; I. Maintaining Indoor And Outdoor Plants Within The Premises Or Area Of The Dhsud Ro-4a; J. Errand Services As Required By Dhsud Ro-4a; And, K. Such Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. _compliant _non-compliant 4 Additional Set Of Technical Parameters A. The Agency Must Submit Proof That It Has Been Engaged In Continuous Business Operations As A Legitimate Janitorial Agency For At Least Five (5) Years At The Time Of The Submission And Receipt Of Its Bid; B. The Agency Must Show Proof That It Has Completed Similar Contracts With At Least Two (2) Companies Within Two (2) Years From The Submission And Receipt Of Its Bid, Together With Certificates Of Satisfactory Service From Said Clients; C. The Agency Must Submit Its Organizational Set-up; D. The Agency Must Submit Proof Of Remittances For Sss, Pag-ibig And Philhealth For The Period Covering March 01, 2024 To December 31, 2024 With The Requisite Attachments, Such As, The List Of Personnel Covered By The Payment, Summary Of Periodic Remittances, Among Others; _compliant _non-compliant 5 Minimum Qualifications Of Janitorial Attendants The Agency Shall Provide Dhsud Region 4a Janitorial Attendants Who Shall Possess The Following Minimum Qualifications: A. Must Possess Good Moral Character And Reputation; B. Must Not Have Any Criminal Or Police Record; C. Duly Trained And Skilled To Function As Janitorial Personnel; And D. Must Be Physically And Mentally Fit As Evidenced By The Medical Certificate; And, _compliant _non-compliant 6 Issuance Of Payslips To Assigned Janitorial Personnel Issuance Of Payslip To Janitorial Personnel Assigned Shall Be One Basis Of Dhsud Ro-4a To Ensure Conformance Of Janitorial Agency To Existing Labor Laws (minimum Wage And Mandatory Contributions To Sss, Philhealth, And Pag-ibig) _compliant _non-compliant 7 Receipt Of Billing Statement And Official Receipt (or) The Issuance Of Janitorial Agency Of Monthly Billing Statement Should Be Received By Dhsud Ro-4a Not Later Than 15th Day Of The Following Month And Its Corresponding Payment’s Official Receipt (or) Not Later Than 25th Day Of The Month _compliant _non-compliant 8 Posting Of Performance Security A. To Guarantee Payment For Losses And/or Damages To Property, The Winning Agency Shall Post A Performance Security In Favor Of Dhsud Ro-4a,. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) . Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank 2% B. Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 5% D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Your Failure To Post The Required Performance Security Within Ten (10) Days From Notice Of Award Shall Hereof Constitute A Sufficient Ground For Cancellation Of The Award B. The Performance Security Shall Be Callable On Demand And Shall Have A Validity Period Equivalent To The Duration Of The Contract Including Its Renewal Or Extensions, If Any. _compliant _non-compliant 9 Standards The Agency Shall Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Criteria And Using The Following Scale - 5 (excellent); 4 (very Satisfactory); 3 (satisfactory); 2 (fair); And, 1 (unsatisfactory): 1. Quality Of Service Delivered 2. Time Management 3. Management And Suitability Of Personnel 4. Contract Administration And Management 5. Provision Of Regular Progress Reports The Dhsud Ro-4a Shall Conduct An Assessment Or Evaluation Of The Performance Of The Agency Based On The Above Criteria On A Regular Basis. Based On Its Assessment, The Dhsud Ro-4a May, At Any Time: 1. Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Agency Assigned To Perform Services Under The Contract. The Agency Shall At Its Own Expense, Withdraw Or Replace Such Personnel Forthwith And Shall Furnish The Dhsud Ro-4a The List Of Substitute Janitors Prior To Deployment; And/or, 2. Pre-terminate The Contract For Failure By The Agency To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Annex “i,” The Guidelines On Termination Of Contracts, Of The 2016 Revised Implementing Rules And Regulations Of Ra 9184. _compliant _non-compliant 10 Period Of The Contract The Contract For Janitorial Services Shall Be For A Period Of Ten (10) Months Commencing From March 2025 To December 2025 _compliant _non-compliant Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. 4. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The General Services Section At The Dhsud Ro-4a Office Located At Dencris Business Center, Brgy. Halang Calamba City. The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of 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 Execute The Ensuing Contract For [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 In Compliance 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 Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto 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 Date18 Feb 2025
Tender AmountPHP 825.7 K (USD 14.2 K)
HUMAN SETTLEMENTS ADJUDICATION COMMISSION REGIONAL ADJUDIC Tender
Housekeeping Services
Philippines
Details: Description Request For Quotation Date: 16 January 2025 Rfq No.: Rab13-2025-01-004 The Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii (hsac-rabxiii), Through Its Bids And Awards Committee (bac), Will Undertake Procurement For The Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 In The Sum Of One Hundred Sixty Thousand Pesos And 0/100 Only (php 160,000.00). It Will Be Undertaken In Accordance With Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Details Of The Project/ Activity/ Program Are As Follows: Project Name: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Description: One (1) Janitorial Service Personnel** Approved Budget Of Contract (abc): One Hundred Sixty Thousand Pesos (php 160,000.00)* Location: Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Specification: See Attached “annex A” Deadline Of Submission: 23 January 2025 *inclusive Of Tax ** Please Refer To The Items Indicated In “annex A” As Such, You Are Invited To Submit Your Establishment’s Sealed Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than 23 January 2025, At Exactly 10:00am At Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Or Through E-mail Address At Rab13@hsac.gov.ph. Copies Of The Following Eligibility Requirements Are Also Required To Be Submitted Along With Your Quotation/proposal: 1. Updated Mayor’s/business Permit; 2. Dti/ Sec Registration; 3. Income/business Tax Return; 4. Philgeps Registration; And, 5. Omnibus Sworn Statement Hsac-rabxiii Assumes No Responsibility Whatsoever To Compensate Or Indemnify Provider/s For Any Expenses Incurred In The Preparation Of Submission Of Proposals. The Hsac-rabxiii, Likewise, Reserves The Right To Reject Any Or All Proposals Proposal Found To Be Disadvantageous To The Government. For Any Clarification, You May Contact Mr. Gabby Rey M. Concepcion Of The Administrative And Finance Division Procurement Officer At Contact Nos. 09178350746/ (085) 817 4415 Or E-mail Address At Rab13@hsac.gov.ph. Atty. Michael P. Bajao, Cpa Chairperson, Bac Annex “a” Price Proposal/quotation Sheet Date: ______________________ The Bids And Awards Committee Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is The Proposal For Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 For The Hsac Rab Xiii, With The Following Details: Procurement Project: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Items/description Qty./ Unit Approved Budget For The Contract (abc)* Proposal/quotation* Janitorial Service Personnel Eight (8) Hour Day Shift Ranging From 6:00am To 6:00 Pm Monday To Friday, Who Shall Perform Janitorial Services To The Office For The Period Of Eleven Months. 1 Pax Php 160,000.00 Scope Of Work I- Scope Of Service/requirements The Manning Agency/ Service Provider Shall Provide Housekeeping/ Janitorial Services For The Hsac Rab Xiii Within The Office Premises And Shall Perform Activities To Maintain Cleanliness, Sanitation, And Orderliness Of The Office Premises, Including But Not Limited To: A. Sweeping, Scrubbing, Moping, Waxing And/or Polishing Doors, Partitions, Stairways And Other Common Areas; B. Dusting And Cleaning All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment Which Requires Maintenance; C. Spraying Of Air Fresheners And Disinfectants In All Offices Including Comfort Rooms; D. Refilling Soap Dispensers, Alcohol Dispensers And Soap Dishes, Wipes Down Stalls Replace Air Fresheners; E. Cleaning, Sanitizing And Disinfecting Of Washroom/ Toilets, Which Includes The Use Of Special Sanitization And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; F. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Necessary For Sanitization; G. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Office Premises; H. Maintaining Indoor And Outdoor Plants Within The Building Premises; I. Cleaning Grease Trap For At Least Two (2) Times Per Year; J. Errand Services As Required By Hsac Rab Xiii; K. Perform Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. Recruitment And Selection Requirement: Upon Receipt Of The Notice Of Award, The Agency Shall Submit The Brief Profile Of The Janitorial Personnel To Be Deployed To The Hsac Rab Xiii Who Shall Meet The Following Minimum Requirements: A. Filipino Citizen B. High School Graduate Or Any Of Its Equivalent Thereof; C. Physically And Mentally Fit; D. Not Less Than Twenty-one (21) Years Old Nor More Than Forty (40) Years Of Age; E. They Must Pass The Neuro-psychiatric Test Issued By A Government Accredited Psychometricians; F. Has Passed A Drug Test To Be Given By The Government Accredited Drug Testing Center; G. Has Been Cleared By The Concerned Law Enforcement Agencies, With No Previous Record Of Any Conviction Of A Criminal Offense Involving Moral Turpitude; H. Of Good Moral Character; And I. Must Be Willing To Undergo Drug Test Also When Deemed Necessary By The Agency. Ii- Janitorial Service Plan And Quotation The Quotation Shall Contain A Breakdown Of All Cost, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. It Shall Be Submitted Together With A Janitorial Service Plan. Iii- Payment Terms Payment Shall Be Made Not Later Than Fifteen (15) Calendar Days Upon Complete Submission Of Security Agency The Following Requirements: 1. Dtr Duly Signed By The Office’s Chief Regional Adjudicator/ Supervisor/ Oic Or His Duly Authorized Representative; 2. Proof Of Previous Months’ Remittances To Sss, Philhealth And Pag-ibig, Together With Transmittal Sheet Stamped Received By The Foregoing, Certified True Copy Of A Duly Accomplished Previous Months Payroll Sheet, As Well As Such Other Relevant Documents As May Be Required By The Ps-dbm; 3. Invoice Of Billing Or Statement Of Account For The Period Covered. Iv- Period Of Contract The Period Of The Contract Will Be From February 1, 2025 To December 31, 2025 (11 Months). *total Bid/quotation Price For The Project: (inclusive Of All Taxes And Bank Charges) Terms And Conditions 1. Bidders/ Shall Submit Their Proposal Through Their Authorized Representative Using The Provided Official Forms (annex “a”). 2. Any Modifications In The Item(s) Specifications During Delivery Of Materials/equipment Is Strictly Prohibited. 3. Bidders Shall Provide Correct And Accurate Information Required In This Form. 4. All Fields With Asterisks (*) Are Mandatory And Must Be Filled Up. Failure To Provide Information On Mandatory Fields Will Disqualify Your Quotation. 5. Price Quotation(s) Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 6. Price Quotation(s), To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 7. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 8. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 9. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative(s). 10. The Hsac Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. 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 Hsac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Conforme: Signature: Name/designation Of The Authorized Representative Name Of Company/supplier: Office Address: Contact No. & Email: Date & Time:
Closing Date23 Jan 2025
Tender AmountPHP 160 K (USD 2.7 K)
Department Of Education Region Xi Tender
Machinery and Tools
Philippines
Details: Description Invitation To Bid No. 001-02-2025 Invitation To Bid For Procurement Of Supply And Delivery Of Technical-vocational - Livelihood (tvl) Equipment Packages To Public Senior High Schools. 1. The Department Of Education, Regional Office Xi, Through The Sub Allotment Release Order No. Osec-11-24-3299 Intends To Apply The Sum Of Sixty-five Million Nine Hundred Thirty-one Thousand Five Hundred Ninety-eight Pesos (₱65,931,598.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For Itb 001-02-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education, Regional Office Xi, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is 90 Days. Bidders Should Have Completed, Within 5 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). Unit Item Description Qty Unit Cost Total Cost Specialization: Bread And Pastry Production Nc Ii Set Air Compressor With Airbrush Cake Decorating Set 63 2,250.00 141,750.00 Piece Beater (manual Hand Beater) 378 210.00 79,380.00 Set Chopping Board, 6 Colors 378 835.00 315,630.00 Set Boiler (double) 63 850.00 53,550.00 Set Mixing Bowl (6 Pcs/set) 756 783.00 591,948.00 Set Cake Pans, Round #6,#8,#10,#12,#14,#16 378 490.00 185,220.00 Set Cake Stand, With Tier 378 748.00 282,744.00 Piece Cake Turn Table 189 1,080.00 204,120.00 Piece Coupler 819 134.00 109,746.00 Set Measuring Cup (for Solid) 756 334.00 252,504.00 Piece Measuring Cup, 250 Ml (for Liquid) 756 117.00 88,452.00 Piece Measuring Cup, 500ml (for Liquid) 756 142.00 107,352.00 Piece Dough Cutter 63 98.00 6,174.00 Piece Pie Cutter 378 101.00 38,178.00 Piece Flour Sifter, Hand Cranked 378 503.00 190,134.00 Piece Grater 378 512.00 193,536.00 Piece Kitchen Knife 378 631.00 238,518.00 Piece Pallet Knife 378 156.00 58,968.00 Piece Ladle, 3 0z 378 204.00 77,112.00 Piece Loaf Pan (big) 378 224.00 84,672.00 Piece Loaf Pan (medium) 378 366.00 138,348.00 Piece Loaf Pan (small) 378 309.00 116,802.00 6 Cups In A Tray/set Muffin Pan (big) 378 178.00 67,284.00 Unit Item Description Qty Unit Cost Total Cost 24cups In A Tray/set Muffin Pan (small) 378 114.00 43,092.00 Piece Pie Pan (10 Inches Diameter) 378 121.00 45,738.00 Piece Pie Pan # 6, #8,#10 378 454.00 171,612.00 Set Cake Pillars 378 45.00 17,010.00 Piece Piping Bag 1575 44.00 69,300.00 Piece Rectangular Pan, 1 X 8 252 210.00 52,920.00 Piece Rolling Pins 378 241.00 91,098.00 Piece Rubber Scraper 378 182.00 68,796.00 Piece Sauce Pan 378 1,592.00 601,776.00 Piece Sheet Pan 378 504.00 190,512.00 Set Measuring Spoon 1575 242.00 381,150.00 Piece Spoon (wooden) 378 201.00 75,978.00 Piece Strainer 378 279.00 105,462.00 Set Piping Tips (for Cake Decorating) 1260 209.00 263,340.00 Unit Weighing Scale, 10 Kgs 378 1,549.00 585,522.00 Unit Weighing Scale,5 Kgs, Digital 378 1,398.00 528,444.00 Set Wire Whisk (medium) 378 404.00 152,712.00 Bread And Pastry Production Nc Ii - Sub- Total ₱7,124,796.00 Specialization: Caregiving Nc Ii Piece Airpot 6 2,553.00 15,318.00 Piece Apron 6 429.00 2,574.00 Piece Baby Bathtub 3 1,117.00 3,351.00 Piece Baby Blanket 15 201.00 3,015.00 Piece Basin (small) 36 89.00 3,204.00 Piece Bath Towel/towelette 36 352.00 12,672.00 Piece Bedpan 6 214.00 1,284.00 Piece Blanket 12 529.00 6,348.00 Piece Bottle Sterilizer (electric) 3 2,655.00 7,965.00 Piece Bread Toaster 3 2,121.00 6,363.00 Piece Burping Cloth 6 208.00 1,248.00 Piece Cane 3 996.00 2,988.00 Piece Carpet 4 Ft. X 8 Ft. 3 4,407.00 13,221.00 Set China Ware (1 Pc Dinner Plate, 1 Pc Salad Plate, 1 Pc Bowl, 1 Pc Mug) 3 736.00 2,208.00 Piece Clothes Brush 3 204.00 612.00 Piece Clothes Hamper 3 598.00 1,794.00 Piece Clothes Rack 3 751.00 2,253.00 Piece Comforter 12 2,855.00 34,260.00 Piece Commode 3 2,724.00 8,172.00 Set Cooking Utensils 3 1,379.00 4,137.00 Set Crutches (adjustable) 3 514.00 1,542.00 Set Cutlery 3 376.00 1,128.00 Unit Item Description Qty Unit Cost Total Cost Piece Cutting Board, Plastic 15 682.00 10,230.00 Piece Digital Thermometer 3 361.00 1,083.00 Piece Dressing Trolley 3 8,925.00 26,775.00 Piece Electric Knife 3 1,024.00 3,072.00 Piece Face Towel/towelette 3 72.00 216.00 Piece Feeding Bottle Brush (cleaning Feeding Bottles) 6 597.00 3,582.00 Set Feeding Utensils (child) 3 1,497.00 4,491.00 Set First Aid Kit 3 3,216.00 9,648.00 Piece Flat Sheet 36 641.00 23,076.00 Piece Garbage Bin 3 366.00 1,098.00 Piece Gloves, Rubber (15 Mils) 36 365.00 13,140.00 Piece Gloves, Surgical (disposable) 3 654.00 1,962.00 Piece Gown (hospital) 30 304.00 9,120.00 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 3 1,904.00 5,712.00 Piece Hand Towel 15 151.00 2,265.00 Piece Highchair/ Booster Seat/ Portable Seat 3 2,042.00 6,126.00 Piece Hot Water Bag 3 221.00 663.00 Piece Kettle 3 836.00 2,508.00 Set Measuring Cups, 1/4, 1/3, 1/2, 1 Cup 3 716.00 2,148.00 Piece Medical Tray 3 251.00 753.00 Set Mixing Bowl, Stainless Steel, 6-piece Set 3 2,044.00 6,132.00 Piece Pail, Plastic 10 Liters 12 254.00 3,048.00 Piece Pans 3 326.00 978.00 Piece Peeler 15 204.00 3,060.00 Piece Pick Up Forceps 3 256.00 768.00 Piece Pillow 24 754.00 18,096.00 Piece Pillowcase 36 304.00 10,944.00 Piece Portable Mixer 3 504.00 1,512.00 Piece Potato Masher 3 174.00 522.00 Set Pots 3 694.00 2,082.00 Piece Skillet 3 1,001.00 3,003.00 Piece Sphygmomanometer 3 1,022.00 3,066.00 Piece Stethoscope 3 601.00 1,803.00 Piece Urinal 6 327.00 1,962.00 Unit Vacuum Cleaner - Heavy Duty 3 10,501.00 31,503.00 Unit Wheelchair 6 7,504.00 45,024.00 Specialization: Caregiving Nc Ii - Sub-total ₱396,828.00 Specialization: Computer System Servicing (nc Ii) Set Allen Wrench 230 111.00 25,530.00 Piece Anti-static Device (anti-static Wrist Strap) 230 361.00 83,030.00 Unit Item Description Qty Unit Cost Total Cost Piece Combination Pliers, 8" 230 427.00 98,210.00 Set Crimping Tool (rj 11/45) 230 974.00 224,020.00 Piece Desoldering Pump 230 214.00 49,220.00 Set Electric Drill, Portable 23 2,126.00 48,898.00 Pack External Optical Drive 46 1,154.00 53,084.00 Piece Flash Drive 253 451.00 114,103.00 Piece Flashlight, Head-mounted 115 504.00 57,960.00 Pack Hub / Switch 230 1,432.00 329,360.00 Piece Lan Cable Tester 115 310.00 35,650.00 Piece Long Nose Pliers, 8" 230 619.00 142,370.00 Pack Multimeter, Digital 230 883.00 203,090.00 Piece Patch Panel (48 Ports) 460 1,654.00 760,840.00 Piece Pc Video Camera 23 726.00 16,698.00 Piece Phillip’s Screwdriver, 8" Insulated 230 224.00 51,520.00 Set Precision Screwdriver Set 115 254.00 29,210.00 Piece Soldering Iron, 60w 230 494.00 113,620.00 Piece Standard Screwdriver (flat), 8” Insulated 230 341.00 78,430.00 Piece Uninterruptible Power Supply (ups) 230 4,254.00 978,420.00 Piece Usb External Hd 23 4,004.00 92,092.00 Piece Wire Stripper 115 454.00 52,210.00 Piece Wireless Access Point 230 2,441.00 561,430.00 Computer System Servicing (nc Ii) - Sub Total ₱4,198,995.00 Specialization: Cookery Nc Ii Piece Apple Corer 200 501.00 100,200.00 Piece Bain Marie, Table 50 9,802.02 490,101.00 Piece Blender (electric) 50 1,677.00 83,850.00 Piece Chopping/cutting Board (plastic) 800 327.00 261,600.00 Set Boiler (double) 50 848.00 42,400.00 Piece Braising Pan (medium) 400 2,254.00 901,600.00 Piece Can Opener 50 149.00 7,450.00 Piece Utility Cart 50 6,222.00 311,100.00 Piece Casserole (medium) 200 1,989.00 397,800.00 Piece Casserole (small) 600 1,249.00 749,400.00 Piece Colander (medium) 100 352.00 35,200.00 Piece Colander (small) 200 292.00 58,400.00 Set Measuring Cup (for Solid) 400 332.00 132,800.00 Piece Paper Towel Dispenser 200 301.00 60,200.00 Piece Electric Fan (stand Fan) 50 4,122.00 206,100.00 Piece Fire Extinguisher (with Contents) 50 1,908.00 95,400.00 Piece Fish Poacher (medium) 50 2,249.00 112,450.00 Piece Carving Fork 150 287.00 43,050.00 Piece Kitchen Fork 400 136.00 54,400.00 Piece Frying Pan (large) 100 2,212.00 221,200.00 Piece Frying Pan (medium) 400 1,757.00 702,800.00 Piece Frying Pan (small) 600 616.00 369,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Funnel (stainless Steel), Medium 200 241.00 48,200.00 Piece Funnel (stainless, Steel) Small 200 129.00 25,800.00 Piece Garbage Bin 200 366.00 73,200.00 Piece Glass Rack 600 489.00 293,400.00 Piece Boning Knife 400 1,499.00 599,600.00 Piece Chef’s Knife 500 224.00 112,000.00 Piece Cleaver Knife 100 1,489.00 148,900.00 Piece Oyster Knife 200 107.61 21,522.00 Piece Emergency Light 50 3,503.00 175,150.00 Piece Meat Slicer (small) 50 8,502.00 425,100.00 Piece Roasting Pan 200 734.00 146,800.00 Piece Peeler (y-type) 400 254.00 101,600.00 Set Pepper And Salt Mill 400 452.00 180,800.00 Piece Piping Bag 400 42.00 16,800.00 Piece Plate Rack 600 3,404.00 2,042,400.00 Piece Preparation Table With Sink 250 13,604.00 3,401,000.00 Piece Pressure Cooker 50 4,129.00 206,450.00 Piece Kitchen Scissor 400 411.00 164,400.00 Piece Ice Cream Scooper 100 226.00 22,600.00 Piece Siever (small) 400 149.00 59,600.00 Piece Skimmer (fine) 400 189.00 75,600.00 Piece Skimmer (spider) 400 224.00 89,600.00 Piece Soup Cup Rack 600 301.00 180,600.00 Piece Soup Ladle (3 Oz) 400 214.00 85,600.00 Piece Soup Ladle (6 Oz) 400 301.00 120,400.00 Piece Soup Ladle (8 Oz 150 274.00 41,100.00 Piece Soup Ladle (12 Oz) 100 401.00 40,100.00 Piece Spatula 400 151.00 60,400.00 Piece Kitchen Spoon 400 42.00 16,800.00 Piece Kitchen Spoon (slotted) 400 179.00 71,600.00 Set Measuring Spoon 400 242.00 96,800.00 Piece Parisienne Spoon 400 251.00 100,400.00 Piece Serving Spoon 1200 91.00 109,200.00 Piece Wooden Spoon 400 251.00 100,400.00 Piece Stock Pot (large) 100 1,954.00 195,400.00 Piece Strainer Chinois (medium) 100 954.00 95,400.00 Piece Strainer Chinois (small) 150 654.00 98,100.00 Piece Strainer Medium, Fine 400 154.00 61,600.00 Piece Strainer Small, Fine 400 124.00 49,600.00 Piece Working Table 100 8,474.00 847,400.00 Piece Tenderizer (medium) 400 151.00 60,400.00 Piece Pocket/pen Thermometer 150 191.00 28,650.00 Piece Tong, 12 Inches 400 329.00 131,600.00 Piece Tong, 8 Inches 500 402.00 201,000.00 Piece Baking Tray (small) 400 319.00 127,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Utility Tray 600 424.00 254,400.00 Set Pastry Tube 400 237.00 94,800.00 Piece Turner 3" X 6" 400 282.00 112,800.00 Piece Digital Weighing Scale, 1 Kg 200 1,252.00 250,400.00 Piece Mechanical Weighing Scale, 5 Kilograms 100 1,579.00 157,900.00 Piece Wire Skimmer (small) 400 247.00 98,800.00 Set Wire Whisk (heavy Duty) 100 597.00 59,700.00 Set Wire Whisk (medium) 400 402.00 160,800.00 Set Wire Whisk (small) 400 164.00 65,600.00 Piece Wok (medium) 50 939.00 46,950.00 Piece Wok (small) 200 572.00 114,400.00 Piece Zester 400 153.00 61,200.00 Cookery Nc Ii – Sub - Total ₱18,265,523.00 Specialization: Food And Beverage Services Nc Ii Piece Dining Chair 2124 2,999.00 6,369,876.00 Piece Coffee Pot, 2 Pints 118 914.00 107,852.00 Piece Creamer Container 295 597.00 176,115.00 Set Cups And Saucers 5-6 Oz. (2pcs) 1416 377.00 533,832.00 Piece Menu Folder 118 252.00 29,736.00 Piece Cocktail Fork 1416 252.00 356,832.00 Piece Dessert Fork 1416 264.00 373,824.00 Piece Dinner Fork 1416 341.00 482,856.00 Piece Fish Fork 1416 249.00 352,584.00 Piece Oyster Fork 1416 149.00 210,984.00 Piece Salad Fork 1416 127.00 179,832.00 Piece Champagne Flute Glass 1416 352.00 498,432.00 Piece Collins Glass 1416 252.00 356,832.00 Piece Highball Glass 1416 252.00 356,832.00 Piece Pilsner Glass (ice Tea Glass) 1416 302.00 427,632.00 Piece Red Wine Glass 1416 252.00 356,832.00 Piece White Wine Glass 1416 252.00 356,832.00 Piece Gravy Boats 236 302.00 71,272.00 Set Ice Bucket ,2 Liters With Tongs 118 552.00 65,136.00 Piece Butter Knife 1416 492.00 696,672.00 Piece Dinner Knife 1416 377.00 533,832.00 Piece Fish Knife 1416 792.00 1,121,472.00 Piece Salad Knife 1416 212.00 300,192.00 Piece Steak Knife 1416 275.00 389,400.00 Piece Napkin Holder 354 142.00 50,268.00 Pad Order Pads 118 152.00 17,936.00 Set Pepper And Salt Mill 118 452.00 53,336.00 Piece Plate Covers 472 424.00 200,128.00 Piece Plate For Dessert, 7”to 8” 1416 139.00 196,824.00 Piece Dinner Plate, 10” 1416 177.00 250,632.00 Unit Item Description Qty Unit Cost Total Cost Set Fish Plate, 8” To 9” 1416 227.00 321,432.00 Set Salad Plates 7” To 8” 1416 319.00 451,704.00 Set Salt And Pepper Shakers 236 427.00 100,772.00 Piece Sauce Ladles 118 202.00 23,836.00 Piece Cake Server 118 177.00 20,886.00 Piece Service Forks 354 222.00 78,588.00 Piece Service Tray 354 177.00 62,658.00 Set Show/service/ Base Plates 11” To 14” 354 952.00 337,008.00 Piece Side Plates Or Bread Plates 6” 1416 352.00 498,432.00 Piece Side Towels 236 352.00 83,072.00 Piece Silver Platter 472 352.00 166,144.00 Piece Soup Bowl 1416 302.00 427,632.00 Piece Soup Ladle 118 212.00 25,016.00 Piece Soup Tureen 236 1,002.00 236,472.00 Piece Dessert Spoon 1416 752.00 1,064,832.00 Piece Service Spoons 354 127.00 44,958.00 Piece Soup Spoons (cream And Consume) 1416 252.00 356,832.00 Piece Sugar Container 295 252.00 74,340.00 Meter Table Cloth, 54 X 54 Inches 236 302.00 71,272.00 Meter Table Cloth, Rectangular 118 302.00 35,636.00 Meter Table Napkins, Cloth, 16” X 16” 1770 302.00 534,540.00 Meter Table Skirting Cloth 90”x90” 118 302.00 35,636.00 Piece Round Table (8's) 118 2,000.00 236,000.00 Piece Square/rectangular Table (4's Or 6's) 236 1,500.00 354,000.00 Piece Tea Pot, 2 Pints 118 852.00 100,536.00 Piece Teaspoon 1416 377.00 533,832.00 Piece Tong, 8 Inches 118 402.00 47,436.00 Piece Tooth Pick Holder 236 257.00 60,652.00 Piece Tray Stand 118 2,749.00 324,382.00 Piece Tray, Bill Folders/ Change 118 252.00 29,736.00 Piece Tray, Round (bar) 472 374.00 176,528.00 Piece Water Goblet 1416 252.00 356,832.00 Piece Water Pitcher 354 372.00 131,688.00 Food And Beverage Services Nc Ii - Sub- Total ₱22,878,135.00 Specialization: Front Office Services Nc Ii Piece Calculator 105 357.00 37,485.00 Unit Bell Boy Cart (hotel Luggage Trolley) 42 6,499.00 272,958.00 Unit Cash Register With Drawer 21 3,074.00 64,554.00 Unit Credit Card Imprinter 21 3,502.00 73,542.00 Piece Credit Card Voucher Holder 21 352.00 7,392.00 Unit Fake Bills Detector 21 862.00 18,102.00 Piece Guest Folio Rack 21 299.00 6,279.00 Unit Hypercom 21 2,902.00 60,942.00 Unit Key Card Marker With Verifier 21 4,714.00 98,994.00 Unit Item Description Qty Unit Cost Total Cost Piece Key Rack 21 287.00 6,027.00 Unit Safety Deposit Box/ Drop Vault 21 1,952.00 40,992.00 Unit Lapel Speaker 84 1,602.00 134,568.00 Front Office Services Nc Ii - Sub- Total ₱821,835.00 Specialization: Hairdressing Nc Ii Piece Body Brush, Prosthetic 20 353.00 7,060.00 Piece Mixing Bowl, Plastic 20 87.00 1,740.00 Piece Shampoo Bowl 40 4,502.00 180,080.00 Piece Applicator Brush 20 64.00 1,280.00 Piece Hair Brush 20 252.00 5,040.00 Piece Frosting Cap With Hook 20 252.00 5,040.00 Piece Heating Cap 20 982.00 19,640.00 Piece Cape 20 239.00 4,780.00 Piece High Chair (bar) 60 2,972.00 178,320.00 Piece Hydraulic Chair 120 7,994.00 959,280.00 Piece Clamp 20 121.00 2,420.00 Piece Duck Bill Clamp 20 92.00 1,840.00 Piece Hair Clipper 20 2,601.00 52,020.00 Piece Comb, Afro 20 179.00 3,580.00 Piece Comb, All Purpose 20 224.00 4,480.00 Piece Comb, Haircutting 20 184.00 3,680.00 Piece Comb, Large Toothed 20 89.00 1,780.00 Piece Comb, Tail 20 122.00 2,440.00 Piece Comb, Teasing 20 152.00 3,040.00 Piece Comb, Wide Tooth 20 87.00 1,740.00 Piece Crimpers 120 749.00 89,880.00 Piece Curling Iron 120 952.00 114,240.00 Piece Drip Pan 20 292.00 5,840.00 Piece Hair Dryer 120 1,302.00 156,240.00 Piece Gloves, Disposable 20 274.00 5,480.00 Piece Gloves, Rubber 20 707.00 14,140.00 Piece Smock Gown 20 282.00 5,640.00 Piece Hairclips 20 52.00 1,040.00 Piece Hairnet, Invisible 20 32.00 640.00 Box Hairpin 20 119.00 2,380.00 Piece Headband 20 102.00 2,040.00 Piece Headband, Flannel 20 92.00 1,840.00 Piece Infrared Iron 20 2,902.00 58,040.00 Piece Mirror, Hand 200 222.00 44,400.00 Piece Mirror, Modular 20 1,222.00 24,440.00 Piece Prong Clip, Double 20 152.00 3,040.00 Piece Prong Clip, Single 20 152.00 3,040.00 Box Razor, Straight 20 552.00 11,040.00 Pack Roller Pins 20 352.00 7,040.00 Unit Item Description Qty Unit Cost Total Cost Piece Rollers, Large Sized 20 392.00 7,840.00 Piece Rollers, Medium Sized 20 382.00 7,640.00 Piece Rollers, Jumbo 20 452.00 9,040.00 Piece Cutting Scissors 20 852.00 17,040.00 Piece Thinning Scissor 20 752.00 15,040.00 Piece Scoop 20 62.00 1,240.00 Piece Shower Cap 40 152.00 6,080.00 Piece Spatula 20 152.00 3,040.00 Piece Spray Bottle 20 92.00 1,840.00 Piece Hair Steamer 20 6,502.00 130,040.00 Piece Stool 120 6,252.00 750,240.00 Hairdressing Nc Ii - Sub- Total ₱2,938,800.00 Specialization: Housekeeping Nc Ii Piece Apron, Polyester-cotton 800 392.00 313,600.00 Piece Laundry Baskets 160 4,558.00 729,280.00 Piece Alarm Clock 32 349.00 11,168.00 Set Bed, Queen Size 32 22,499.00 719,968.00 Set Bed, Single 32 12,752.00 408,064.00 Piece Ironing Board 32 3,202.00 102,464.00 Pair/ Set Boots, Safety, Plastic 320 652.00 208,640.00 Piece Housekeeping Brush 160 202.00 32,320.00 Piece Water Buckets 160 152.00 24,320.00 Piece Caddy, Toilet 32 187.00 5,984.00 Piece Carpet Sweeper 32 2,202.00 70,464.00 Unit Housekeeping Cart (nc Ii) 32 4,502.00 144,064.00 Piece Caution Sign 160 1,039.00 166,240.00 Piece Cleaning Cloths, Lint-free 320 352.00 112,640.00 Unit Coffee Maker 32 3,502.00 112,064.00 Piece Dust Pan 160 302.00 48,320.00 Piece Duster, Anti-static 160 272.00 43,520.00 Unit Electric Fan (stand Fan) 64 4,122.00 263,808.00 Unit Fire Extinguisher (with Contents) 96 1,908.00 183,168.00 Piece Flashlight 160 792.00 126,720.00 Unit Flat Iron 32 349.00 11,168.00 Piece Scrubbing Foam 320 144.00 46,080.00 Piece Garbage Receptacles 64 714.00 45,696.00 Piece Gloves, Rubber 800 707.00 565,600.00 Piece Goggles, Safety 480 362.00 173,760.00 Unit Hairdryer 32 952.00 30,464.00 Unit Water Hose 64 1,442.00 92,288.00 Unit Electric Kettle 32 1,902.00 60,864.00 Piece Laundry Sorter 160 1,762.00 281,920.00 Unit Emergency Light 64 3,502.00 224,128.00 Piece Mirror 32 1,502.00 48,064.00 Unit Item Description Qty Unit Cost Total Cost Piece Mop 160 1,302.00 208,320.00 Unit Electric Floor Polisher With Accessories 32 10,502.00 336,064.00 5 Shelves /piece Shelving 32 2,627.00 84,064.00 Piece Sponges, Dish 320 97.00 31,040.00 Piece Spray Gun, Water 160 152.00 24,320.00 Piece Squeegee 64 252.00 16,128.00 Piece Squeezer, Mop 64 1,540.00 98,560.00 Piece Step Ladder 32 2,601.00 83,232.00 Unit Vacuum Cleaner, Dry And Wet 32 10,502.00 336,064.00 Unit Washer, Laundry 32 22,377.00 716,064.00 Piece White Board 64 11,300.00 723,200.00 Housekeeping Nc Ii - Sub- Total ₱8,063,904.00 Specialization: Local Guiding Services Nc Ii Set First Aid Kit 8 3,214.00 25,712.00 Unit Megaphone 8 2,108.00 16,864.00 Piece Whistle 8 152.00 1,216.00 Piece White Board 8 11,300.00 90,400.00 Local Guiding Services Nc Ii - Sub- Total ₱134,192.00 Specialization: Wellness Massage Nc Ii Set Dummy, Anatomical 15 2,635.00 39,525.00 Unit Massage Bed / Table 75 6,249.00 468,675.00 Piece Massage Chair 15 13,002.00 195,030.00 Unit Sphygmomanometer 75 1,020.00 76,500.00 Unit Stethoscope 75 599.00 44,925.00 Unit Talking Sphygmomanometer 15 3,722.00 55,830.00 Piece Talking Thermometer 15 2,112.00 31,680.00 Piece Thermometer, Digital 75 359.00 26,925.00 Piece White Board 15 11,300.00 169,500.00 Wellness Massage Nc Ii - Sub- Total ₱1,108,590.00 Grand Total ₱65,931,598.00 Please See Attached Annex A For Detailed Specifications For Each Item. 3. 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. A. 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. 4. Prospective Bidders May Obtain Further Information From The Deped Regional Office Xi, F. Torres St., Davao City And Inspect The Bidding Documents During Monday – Friday, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To March 3, 2025, Monday – Friday, 8:00 A.m. To 5:00 P.m. At Procurement Unit, Department Of Education Regional Office Xi, F. Torres St., Davao City, Upon Payment In Cash Of A Non-refundable Fee Of Fifty Thousand Pesos (₱50,000.00) To Deped Cashier. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person To The Procurement Unit. 6. The Department Of Education, Regional Office Xi, Will Hold A Pre-bid Conference On February 17, 2025 @ 9:00 A.m. (monday) At The Procurement Unit, Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Stamped Received By The Procurement Unit Staff Through Manual Submission At The Office Address Indicated Below On Or Before March 3, 2025, (monday) Before 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 3, 2025, (monday) Before 9:00 A.m At Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Regional Office Xi, F. Torres St., Davao City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joy L. Sibonga Ao Iv, Ad-procurement Unit Department Of Education Region Xi F. Torres St., Davao City Procurementunit.regionxi@deped.gov.ph (082) 291-0051 Loc. 1119 +63 9453349262 Rebonfamil R. Baguio Bac Chairperson
Closing Date3 Mar 2025
Tender AmountPHP 65.9 Million (USD 1.1 Million)
1331-1340 of 1355 archived Tenders