Housekeeping Tenders
Housekeeping Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Statement Of Requirements general Information scope Of Work: The Mattresses Will Be Used In Inpatient Medical/surgical Units Throughout The Hospital. These Mattresses Will Provide Safety For Veterans By Reducing Pressure Injury Development, Reducing Falls, Providing A Home Like Environment While Offering Patient Independence And Assistance, And Contribute To The Safety Of The Staff Members Caring For Veterans While Offering Ease Of Cleaning And Durable Surfaces To Prevent Infection Risks. the Following Requirements Must Be Met: solid Frame (no Springs) mattress Surface That Redistributes Pressure To Prevent Pressure Injuries And Shear/friction. ability For The Mattress Surface To Add Blower To Change To A Low Air Loss Mattress Or Accommodate A Low Air Loss Mattress To Reduce Hapis education Provided For Staff On Mattress, Operation, And Safety Measure Upon Delivery. education Provided For Housekeeping Staff On Mattress Safety Measure And Cleaning Provided Upon Delivery. education Provided For Biomed Technicians On Mattress, And Maintenance Upon Delivery. must Be Able To Deliver Mattresses In 60 Days. microclimate Surface To Reduce Heat On Demand With Integrated Pump And Moisture To Reduce Masd- Moisture Associated Skin Damage. customized, Non-powered Pressure Redistribution To Reduce Sacral Pressure. width: 35.5” (90.2 Cm) length, Fully Extended: 86” (218.0 Cm) length, Fully Retracted: 75” (191.0 Cm) patient Weight Limit: 500 Lbs. cleanability/infection Control To Virex Iv Standards welded Seams And Fluid-resistant Zippers Help Prevent Fluid, Virus, Bacteria, And Odor From Penetrating The Surface. 2.0 Background: We Have A Preexisting Contract With Hillrom For The Frames And Mattresses. New Frames/mattresses Will Be Needed To Accommodate Bariatric And Standard Mattresses With The Above Requirements. Contract Number Is 589-c43203. contractor Requirements 3.0 Responsibilities: the Contractor Will Provide Beds On The Specified Date Agreed Upon. Contractor Will Assemble And Set Up Beds. Contractor Will Provide Training And Demonstrate The Functions And Capabilities Of The Bed To Staff. Contractor Will Explain The Warranty And Warranty Procedures To The Truman Bio Medical Team. project Tasks: contractor Will Provide The Necessary Configuration Documentation, Guidance, And Installation Assistance As Required To Meet The Truman Va Objectives. contractor Will Perform The Following Tasks To Implement The Solution Described In This Sow. Tasks Will Be Completed During Normal Business Hours Between 8:00 A.m. And 4:30 P.m. Local Time, Monday Through Friday, Excluding Government-observed Holidays, Unless Otherwise Negotiated And Noted In This Sow. The Delivery Of Beds Will Be Agreed Upon And Notice Of Delivery Should Be Sent Five Business Days Before The Beds Are Delivered. installation Test And Acceptance: Skin And Wound Nurse Will Approve The Mattress Selection Upon Purchase And Deliver. truman Vamc Responsibilities: truman Vamc Understands That All Services Performed By Contractor Will Be Based On The Following Assumptions And Truman Vamc Responsibilities: •designate A Single Point Of Contact To Whom All Contractor Communications May Be Addressed And Who Has The Authority To Act On All Aspects Of The Services Throughout The Duration Of The Project; Such Contact Shall Be Available During Normal Hours Of Business (monday Through Friday, 8:00am To 4:30pm Local Time, Excluding Holidays) •supply Access Information And Credentials To The Engineer(s) For All Existing Equipment That Needs To Be Configured Or May Need To Be Modified •specify Physical And Logical Network Topology For Truman Vamc Existing Network Infrastructure And Identify Connectivity Requirements For Other Network-attached Devices (system Implementation Without Physical And Logical Network Topology Confirmation Will Require Truman Vamc Authorization And Responsibility Acceptance) •arrange For Network Access To Terminate The Equipment •disposal Services To Remove Boxes And Packing Materials •provide Usernames And Passwords To Network Equipment •designate And Provide Scheduled Access To Information Assurance Personnel For Required Ia Processes •set Up Ee Device And Equipment Tracking •apply For And Provide Proof Of Any Required Interim Or Final Authority To Connect/operate Documentation, As Well As Any Waivers (e.g., Jitc Or Defense Information Security Agency (disa)) •truman Vamc Maintains Responsibility For Ensuring Compliance With Specific Change Review Boards Or End-user Notification Of Outage Events. • Truman Va Vamc Is Responsible For Ensuring Contractor Is Notified Of Any Change Review Board Requirements Or Other Outage Events That May Impact/delay Performance Of Contracted Objectives •truman Vamc Will Provide Appropriate Secure File Transfer Protocol (sftp)server Access To Provision System Backups Prior To And Following Installation/upgrades
Department Of Education Region Iv a calabarzon Tender
Others
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 180 K (USD 3.1 K)
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “food And Accommodation For The Workshop On The Development Of Implementation And Monitoring & Evaluation Plan For Deped Information Systems On January 22-24, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is One Hundred Eighty Thousand Pesos(php180,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 10, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson Food And Accommodation (within Quezon City) January 22-24, 2025 Php2,000.00/pax/day 30 Pax Specifications From End-user Bidder’s Statement Of Compliance (“comply” Or “not Comply”) Specification (from End-user): I. Type Of Activity/ies: Workshop Ii. Number Of Days: Three (3) Iii. Desired Venue And/or Function: Function Hall Iv. Type Of Accommodation For Secretariat/facilitators And Guests: ✓ At Least 2 Single/ Double Sharing Rooms ✓ No Triple Sharing Rooms For Participants. ✓ No Bed Mattress On The Floor. • 24-hours Hot And Cold Shower, Clean Beddings, Rooms And Restroom Check-in Time: 12:00nn Check-out Time: 2:00pm Function Room: • Can Accommodate At Least 30 Pax In A Workshop Set-up; • Well-lighted And Well-ventilated; • Availability Of Audio-visual Equipment With Stand-by Assistant: • At Least 2 Lcd Projector (1 In Front & 1 At The Side) And Wide Screen • At Least 1 Whiteboard With Marker/s And Erasers, • Complete Set Sound System, At Least 9 Extension Cords For Laptops, • 3 Microphones (3 Wireless & No Wired Microphones) No Need For Microphone Stands; And • Podium/lectern, Etc. • Unlimited Access To Internet / Wi-fi In All Areas Of Venue; • At Least 1 Table For Secretariat (registration Area); • No Pillars In The Middle Of The Function Room. Meals: • First Meal: Breakfast • Last Meal: Pm Snack Meals - Day 1 - Day 2 - Day 3 Breakfast - 30 - 30 - 30 Am Snacks - 30 - 30 - 30 Lunch - 30 - 30 - 30 Pm Snacks - 30 - 30 - 30 Dinner - 30 - 30 • Any Type Of Buffet With Stand-by Waiters (breakfast, Lunch And Dinner); • For Breakfast: E.g. _ Main Dishes, Rice, Bread, Choice Of Hot Tea/chocolate Or Coffee; • For Lunch And Dinner: E.g._main Dishes (fish, Choice Of Meat: Chicken/pork/beef, And Vegetables Subject To Menu Selection), Soup, Rice, Dessert: Fruit Or Salad And Drinks. (purely Vegetarian Or Halal Food May Be Required During The Event Proper); • Am And Pm Snacks With Drinks; • Free Flowing Coffee, And/or Tea; • Candies; And Standby-by Waiters. Another Requirement/s: • Maintaining Cleanliness-function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/choco/tea Area, And Dining Area; • Provision For Backdrop For The Activity; And Tarpaulin Display At Project Site, Not To Exceed 3” X 4”; Optional For Projects Not Exceeding 5 Days (coa Circ. 2013-004); • With Appropriate And Sufficient Parking Area For Vips And Other Guests; • With 24-hour Security, Front-desk And Housekeeping Services.
Department Of Education Region Iv a calabarzon Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 240 K (USD 4 K)
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “food And Accommodation For The Orientation On The Revised Guidelines And Criteria For The 10th Gawad Patnugot On February 11-12, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Two Hundred Forty Thousand Pesos(php240,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 31, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson Food And Accommodation (within Quezon City) February 11-12, 2025 Php2,000.00/pax/day 60 Pax Specifications From End-user Bidder’s Statement Of Compliance (“comply” Or “not Comply”) Specification (from End-user): I. Type Of Activity/ies: Workshop Ii. Number Of Days: Two (2) Days Iii. Desired Venue And/or Function: Must Be Free Of Peripheral Obstruction, With Strong Internet And No Bed Sharing Iv. Type Of Accommodation For Secretariat/facilitators And Guests: At Least 2 Single Room At Least 30 Double Sharing Rooms No Bed Mattress On The Floor. • 24-hours Hot And Cold Shower, Clean Beddings, Rooms And Restroom Check-in Time: 2:00pn Check-out Time: 12:00pm Function Room: • Can Accommodate At Least 60 Pax In A Workshop Set-up; • Well-lighted And Well-ventilated; • Availability Of Audio-visual Equipment With Stand-by Assistant: * At Least 2 Lcd Projector And Wide Screen * At Least Whiteboard With Marker/s And Erasers, * Complete Set Sound System, At Least 10 Extension Cords For Laptops, * 4 Microphones (4 Wireless & No Wired Microphones); And * Podium/lectern, Etc. • Unlimited Access To Internet / Wi-fi In All Areas Of Venue; • At Least 2 Tables For Secretariat (registration Area); • No Pillars In The Middle Of The Function Room. Meals: • First Meal: Breakfast • Last Meal: Pm Snack Meals - Day 1 - Day 2 Breakfast - 60 - 60 Am Snacks - 60 - 60 Lunch - 60 - 60 Pm Snacks - 60 - 60 Dinner - 60 • Any Type Of Buffet With Stand-by Waiters (breakfast, Lunch And Dinner); • For Breakfast: E.g. _ Main Dishes, Rice, Bread, Choice Of Hot Tea/chocolate Or Coffee; • For Lunch And Dinner: E.g._main Dishes (fish, Choice Of Meat: Chicken/pork/beef, And Vegetables Subject To Menu Selection), Soup, Rice, Dessert: Fruit Or Salad And Drinks. (purely Vegetarian Or Halal Food May Be Required During The Event Proper); • Am And Pm Snacks With Drinks; • Free Flowing Coffee, And/or Tea; • Candies; And Standby-by Waiters. Another Requirement/s: • Maintaining Cleanliness-function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/choco/tea Area, And Dining Area; • Provision For Backdrop For The Activity; And Tarpaulin Display At Project Site, Not To Exceed 3” X 4”; Optional For Projects Not Exceeding 5 Days (coa Circ. 2013-004); • With Appropriate And Sufficient Parking Area For Vips And Other Guests; • With 24-hour Security, Front-desk And Housekeeping Services..
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Page 3 Of 3 department Of Veterans Affairs
network Contracting Office 6 (nco 6) sources Sought Durham Vamc Janitorial Services (research Buildings And Hillandale Clinic) in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Additionally, The Government Reserves The Right To Revise The Performance Work Statement And Other Contract Requirements, Before The Release Of Any Associated Solicitation. This Notice Is Not A Request For Proposals (rfp). Information Provided In This Notice Is Subject To Change Prior To Release Of A Solicitation. overview the Department Of Veterans Affairs, Network Contracting Office 6 Is Conducting Market Research To Identify Potential Sources For Janitorial Services Supporting Research Buildings Located At The Durham Va Medical Center, In Durham, North Carolina And Va Clinic And Office Buildings Located In Hillandale, North Carolina. The Attached Performance Work Statement Is A Draft Document And Is Subject To Change Prior To Release Of A Solicitation. scope Of Work see Attached Draft Performance Work Statement. Places Of Performance For This Janitorial Services Requirement Are: 1. Hillandale Road Clinic, Located At 1824 Hillandale Road, Durham, Nc.
2. Hillandale #2 Offices Located At 1830 Hillandale Road, Durham, Nc.
3. Durham Veterans Health Care System, On Campus Research Buildings. small Business Requirements for Market Research Purposes, All Responses To This Notice Will Be Reviewed, Regardless Of Small Business/socioeconomic Category, Including Those Firms That Are Identified As Large Businesses. Review Of Responses To This Notice Will Support Later Determination Of Set-aside Requirements, If A Solicitation Becomes Available, Where The Rule Of Two Is Met Regarding A Set-aside, Including Set-asides Under 38 U.s.c. 8127 And 8128 For Service Disabled Veteran Owned Small Businesses (sdvosb) And/or Veteran Owned Small Businesses (vosb) Firms Registered In The Vendor Information Pages (vip) Database, In Accordance With Priorities Set By Regulation. naics Code: 561720, Janitorial Services (sba Size Standard: $22.5m Annual Revenue) product Or Service Code (psc): S201, Housekeeping- Custodial Janitorial instructions For Responding: interested Companies Can Respond, Via Email, To Daniel.spaulding@va.gov, With The Following Information: (1.) Company Point Of Contact, Including Name, Title, Phone Number And Email Address.
(2.) Company Name, Duns Number, Small Business/socioeconomic Status Of The Company, And Address Of The Applicable Office.
(3.) Documentation Evidencing Certification/licensure To Provide Services In The State Of North Carolina.
(4.) Accord Certificate Of Insurance additional Information May Be Requested By The Contracting Officer At A Later Time. point Of Contact: daniel Spaulding
contracting Officer
supply/services Team 4
network Contracting Office (nco) 6
regional Procurement Office (rpo) East
veterans Health Administration
u.s. Department Of Veterans Affairs
tel: 757-722-9961 X17592
daniel.spaulding@va.gov due Date For Responses: this Notice Will Close On Friday, February 7, 2025, At 05:30pm Eastern Time. contractor Responsibility a Potential Source, For The Purposes Of This Notice, Is Considered To Be Any Company Meeting The Following Requirements. Some Of The Below Requirements May Be Modified Prior To Release Of Any Solicitation. 1. The Potential Source Does Not Merely Subcontract The Services And Acts As Prime Contractor To Provide All Services Directly To Its Customers And/or The Veterans Health Administration. The Potential Source Holds All Licenses/certifications And Insurance Required By The State Of North Carolina. The Potential Source Directly Owns And Controls All Equipment, Facilities, Management, Financial Means, And Other Items Necessary To Directly Perform The Required Services. 2. The Potential Source Is Registered In The System For Award Management (sam) Database At Https://www.sam.gov, As Whichever Entity/office That Would Receive Award In The Event Of A Solicitation. 3. The Potential Source Is Registered In The Small Business Administration S Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/, If Applicable. (this Is Only Applicable To Firms Meeting Small Business Administration (sba) And Va Requirements For Service-disabled Veteran-owned Small Business (sdvosb) Or Veteran-owned Small Business (vosb) Programs.) 4. The Potential Source Has Completed Submission Of The Current Cycle, For Calendar Year 2017, Vets-4212 Report At Http://www.dol.gov/vets/programs/fcp/main.htm (only Applicable Where The Potential Source Has Held Federal Contracts In The Amount Of $150,000.00 Or More, Performed During The Current Cycle). 5. The Potential Source Has Favorable (satisfactory) Past Performance Information For Federal Contracts, As Documented In Government Databases, Including The Federal Awardee Performance And Integrity Information System (fapiis) And Contractor Performance Assessment Reporting System (cpars), Where Applicable.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Housekeeping Services
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Page 3 Of 3 department Of Veterans Affairs
network Contracting Office 6 (nco 6) sources Sought Garner Va Clinic Janitorial Services in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Additionally, The Government Reserves The Right To Revise The Performance Work Statement And Other Contract Requirements, Before The Release Of Any Associated Solicitation. This Notice Is Not A Request For Proposals (rfp). Information Provided In This Notice Is Subject To Change Prior To Release Of A Solicitation. overview the Department Of Veterans Affairs, Network Contracting Office 6 Is Conducting Market Research To Identify Potential Sources For Janitorial Services Supporting The Garner Va Clinic In Garner, North Carolina. Janitorial Services Are Needed For Cleaning, Sanitizing, Disinfecting, And Ensuring The Facility Is Aesthetically Pleasing For All The Garner Outpatient Clinic Stakeholders. The Va Garner Clinic Is Still Being Readied For Activation And May Not Be In Operation Until Later This Calendar Year. The Janitorial Services Will Focus On Cleaning All High Touch Areas To Include Cleaning All Waiting Areas, Admin Areas, Restrooms, Stairwells, And Elevators. The Attached Performance Work Statement Is A Draft Document And Is Subject To Change Prior To Release Of A Solicitation. scope Of Work see Attached Draft Performance Work Statement. Place Of Performance For This Janitorial Services Requirement Is: wake Outpatient Clinic 2700 Benson Rd garner, Nc 27603 small Business Requirements for Market Research Purposes, All Responses To This Notice Will Be Reviewed, Regardless Of Small Business/socioeconomic Category, Including Those Firms That Are Identified As Large Businesses. Review Of Responses To This Notice Will Support Later Determination Of Set-aside Requirements, If A Solicitation Becomes Available, Where The Rule Of Two Is Met Regarding A Set-aside, Including Set-asides Under 38 U.s.c. 8127 And 8128 For Service Disabled Veteran Owned Small Businesses (sdvosb) And/or Veteran Owned Small Businesses (vosb) Firms Registered In The Vendor Information Pages (vip) Database, In Accordance With Priorities Set By Regulation. naics Code: 561720, Janitorial Services (sba Size Standard: $22.5m Annual Revenue) product Or Service Code (psc): S201, Housekeeping- Custodial Janitorial instructions For Responding: interested Companies Can Respond, Via Email, To Daniel.spaulding@va.gov, With The Following Information: (1.) Company Point Of Contact, Including Name, Title, Phone Number And Email Address.
(2.) Company Name, Duns Number, Small Business/socioeconomic Status Of The Company, And Address Of The Applicable Office.
(3.) Documentation Evidencing Certification/licensure To Provide Services In The State Of North Carolina.
(4.) Accord Certificate Of Insurance additional Information May Be Requested By The Contracting Officer At A Later Time. point Of Contact: daniel Spaulding
contracting Officer
supply/services Team 4
network Contracting Office (nco) 6
regional Procurement Office (rpo) East
veterans Health Administration
u.s. Department Of Veterans Affairs
tel: 757-722-9961 X17592
daniel.spaulding@va.gov due Date For Responses: this Notice Will Close On Friday, February 7, 2025, At 05:30pm Eastern Time. contractor Responsibility a Potential Source, For The Purposes Of This Notice, Is Considered To Be Any Company Meeting The Following Requirements. Some Of The Below Requirements May Be Modified Prior To Release Of Any Solicitation. 1. The Potential Source Does Not Merely Subcontract The Services And Acts As Prime Contractor To Provide All Services Directly To Its Customers And/or The Veterans Health Administration. The Potential Source Holds All Licenses/certifications And Insurance Required By The State Of North Carolina. The Potential Source Directly Owns And Controls All Equipment, Facilities, Management, Financial Means, And Other Items Necessary To Directly Perform The Required Services. 2. The Potential Source Is Registered In The System For Award Management (sam) Database At Https://www.sam.gov, As Whichever Entity/office That Would Receive Award In The Event Of A Solicitation. 3. The Potential Source Is Registered In The Small Business Administration S Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/, If Applicable. (this Is Only Applicable To Firms Meeting Small Business Administration (sba) And Va Requirements For Service-disabled Veteran-owned Small Business (sdvosb) Or Veteran-owned Small Business (vosb) Programs.) 4. The Potential Source Has Completed Submission Of The Current Cycle, For Calendar Year 2017, Vets-4212 Report At Http://www.dol.gov/vets/programs/fcp/main.htm (only Applicable Where The Potential Source Has Held Federal Contracts In The Amount Of $150,000.00 Or More, Performed During The Current Cycle). 5. The Potential Source Has Favorable (satisfactory) Past Performance Information For Federal Contracts, As Documented In Government Databases, Including The Federal Awardee Performance And Integrity Information System (fapiis) And Contractor Performance Assessment Reporting System (cpars), Where Applicable.
DEPARTMENT OF TOURISM REGION I Tender
Others
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 656 K (USD 11.3 K)
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.
Department Of Education Division Of Zamboanga Del Norte Tender
Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 37.7 Million (USD 644 K)
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
Department Of Education Division Of Cebu City Tender
Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.7 K)
Details: Description Invitation To Bid For Supply And Delivery Of Technical Vocational-livelihood (tvl) Equipment Packages For Public Senior High Schools Of Schools Division Of Cebu City Project No.: Depedccd – 2025 -01 1. The Deped Cebu City Division, Through The Fy 2024 General Appropriation Act (gaa) Intends To Apply The Sum Of Thirteen Million Six Hundred Sixty-five Thousand Nine Hundred Sixty-one Pesos (php 13,665,961.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot Project Description Abc (php) 1 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Bread And Pastry Production Nc Ii Php 2,078,808.00 2 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Cookery Nc Ii Php 3,514,910.00 3 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Food And Beverage Services Nc Ii Php 3,998,715.00 4 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Front Office Services Nc Ii Php 1,048,710.00 5 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Hairdressing Nc Ii Php 646,340.00 6 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Housekeeping Nc Ii Php 1,958,712.00 7 Supply And Delivery Of Technical Vocational – Livelihood (tvl) Equipment Packages For Public Senior High School Of Schools Division Of Cebu City – Local Guiding Services Nc Ii And Wellness Massage Nc Ii Php 419,766.00 2. The Deped Cebu City Division Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required As Stated In Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (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). 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 Deped Cebu City Division And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 Am 5:00 Pm From January 12, 2025 To February 3, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 12, 2025 To February 3, 2025 From Mondays To Fridays From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) For Lots 1, 2, 3, 4 & 6 And Five Hundred Pesos (p500.00) For Lots 5 & 7, Bidding Fee Is Per Lot. 6. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 7. The Deped Cebu City Division Will Hold A Pre-bid Conference On January 21, 2025 At 9:00 Am Phst At 5th Floor Conference Hall, Deped Cebu City Division, Imus Road Brgy. Day-as Cebu City, Which Shall Be Opened To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 3, 2025 At 09:00 Am Phst. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On February 3, 2025 At 9:00 Am Phst At 5th Floor Conference Hall, Deped Cebu City Division, Imus Road Brgy. Day-as Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.gov.ph, For Them To Be Included In The Document Request List Of The Project. The Bidding Documents May Be Viewed Also At The Deped Cebu City Official Website, Www.depedcebucity.com. 12. The Deped Cebu City Division 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. 13. For Further Information, Please Refer To: Mrs. Daryll T. Ybañez Deped Cebu City Division Imus Ave., Day-as, Cebu City Daryll.triumfo@deped.gov.ph Telephone No. 0995-3693124 Agency Website: Www.depedcebucity.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.depedcebucity.com / Philgeps.gov.ph January 10, 2024 Sgd: Lyra L. Illaga, Deved,edd Bac Chairman
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-15 Attention : All Service Provider Subject : Advertisement Date : February 3, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). 2, Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation Of The Regional Special Management Committee Meeting Food (1 Dinner,1 Breakfast,2 Snacks And 1 Lunch) For February 13-14, 2025 100pax X P2,000.00= P200,000.00 Pax 100 2,000.00 200,000.00 Technical Specifications For Food: I. Menu February 13, 2025 Dinner 1 Cup Steamed Rice 1 Regular Serving Oven Roasted Baby Back Ribs With Plum Hoisin Sauce 1 Regular Serving Ginataang Parapagolong 1 Regular Serving Squash Soup With Bacon Bits 1 Regular Serving Buko Pandan Salad(semi-sweet) 1 Glass Of Water February 14, 2025 Breakfast 1 Large Whole Egg 1 Regular Size Fried Dried Fish 1 Regular Serving Beef Tapa 1 Cup Steamed Rice 1 Cup Hot Choco/coffee Am Snacks 1 Regular Serving Baked Macaroni 1 Glass Of Water Lunch 1 Cup Steamed Rice 1 Pc Potcherong Baboy At Saging Na Saba 1 Regular Serving Ampalaya Con Tausi 1 Regular Serving Sinigang Na Hipon Soup 1 Regular Serving Buko Salad W/tapioca 1 Glass Of Water Pm Snacks 1 Snack Plate Pancit Guisado 2 Pcs. Slice Bread 1 Glass Mango Juice Ii. Conditions 1. Meal Coverage:100 Participants. Meals Starts At Dinner Time. 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 6.with 2 Free Meals For Guests 7.with Assigned Waiters And Head Waiters During The Event Proper 8.with Five (5) Extra Free Meals For Guest Technical Specifications For Venue: I. Availability Of Function Rooms: 1.one (1) Big Air-conditioned Session Hall That Can Accommodate 100 Participants As Session Hall. 2. Date: (february 13-14, 2025) Ii. Location And Site Condition 1. Within Naga City With Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue 3. With One(1) Free Accommodation For Guest. Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- Session Room - Air Conditioned Hall 2.1.1arrangement Of Tables And Chairs Must Observe Proper Distancing Occupying 8 Guests Per Table. 2.1.2 - With Presidential Table Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Table For Secretariat 2.1.4 - Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.1.5- 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cord That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 100 Participants. 3. Room Arrangements 3.1 - Air-conditioned Rooms For The Facilitators, Guest Speakers, And Technical Working Group. 3.2 - With Hot And Cold Bath. 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials. 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply. 4.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning. 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 5.4 Parking - With Sufficient Parking Area. Total 200,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 7, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd.arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Department Of Education Region Xi Tender
Others
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.1 K)
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
711-720 of 732 archived Tenders