Housekeeping Tenders

Housekeeping Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
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
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Philippine National Oil Company - PNOC Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Pnoc Exploration Corporation (pnoc Ec), Through Its 2025 Corporate Budget, Has An Approved Budget For The Contract (abc) Of Eleven Million Sixty-nine Thousand Five Hundred Sixty-eight And 34/100 Pesos (php11,069,568.34), Inclusive Of All Applicable Taxes And Other Charges, For The Janitorial And General Services For Pnoc Ec Head Office (buildings 1, 2, And 5) (the “project”). The Services Shall Be Rendered For One (1) Year Upon Receipt Of Notice To Proceed And Contract Of Services, Renewable For Another Two (2) Years Subject To Satisfactory Performance Of The Contractor. Pnoc Ec Now Invites Qualified Bidders To Submit Proposals For The Project, With The Attached Terms Of Reference (tor). Financial Proposals Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Proposals Including The Following May Be Delivered To The Address Below Or Send Via Email To Ellite@pnoc-ec.com.ph / Esespiritu@pnoc-ec.com.ph, E-bids@pnoc-ec.com.ph On Or Before February 10, 2025, Not Later Than 3:00 P.m. Late Submission Shall Not Be Accepted. Legal Documents 1) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr Technical Components 1. Statement Of The Prospective Bidder’s Of All Its Completed Government And Private Contracts For The Past Five (5) Years Which Is Similar And Not In Nature And Complexity To The Contract To Be Bid (form Er-1). A Copy Of The Certificate Of Completion/acceptance, From Past Clients Or Copy Of Invoice(s) Issued To The Previous Clients Showing The Payment Made For The Service(s) Rendered, Should Be Attached (refer To The Provided Form Er-1); 2. Summary Of All On-going Government And Private Contracts Including Contracts Awarded But Not Yet Started (refer To The Provided Form Er-2)* - May Contain Similar Or Not Similar In Nature And Complexity Of The Project; 3. The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) (use The Prescribed Form Er-3 Provided), Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation; 4. Conformed Terms Of Reference, And Manpower Uniform And Personal Protective Equipment (ppe); 5. Bidder’s Company Profile; 6. Name, Age, Background Employments And Detailed Professional Experience Of The Team Leader/and At Least One (1) Key Staff To Be Assigned For The Project, With Specific Reference To The Kind Of Experience Required For The Project; 7. Stability 7.a Years Of Experience 7.b Liquidity Of The Contractor 7.c Organizational Set-up / Table Of Organization 8. Resources 8.1 No. And Kind Of Equipment And Supplies 8.2 No. Of Janitors And Supervisors 9. Certification From The Following Agencies That The Bidder Has No Outstanding Obligations And Is Qualified To Participate In The Government Biddings (should Cover Premium Payments As Of December 2024): 9.1 Social Security System (sss) 9.2 Philhealth 9.3 Pag-ibig Or The Following Documents In Lieu Of Certification: Valid And Current Annual Certification From Social Security System (sss), Philhealth, And Pag-ibig, That The Bidder Has No Outstanding Obligations And Is Qualified To Participate In The Government Biddings, And Corresponding Premium Payments As Of December 2024. 10. Housekeeping Plan 11. Site Inspection Certificate Issued By The Authorized Pnoc Ec Personnel (bidders Who Already Conducted Site Inspection May Resubmit Issued Certificate In The Previous Bidding) 12. Certificate Of Satisfactory Services Rendered For At Least Two (2) Years From At Least Two (2) Reputable Companies 13. Signed Bid Bulletin, If Any 14. Other Appropriate Licenses And Permits As Required By Law Or As Stated In The Tor, If Any Financial Components (forms Provided) 1) Original Of Duly Signed And Accomplished Financial Bid Form; 2) Breakdown Of Service Rates; 3) Summarized Breakdown Of Service Rates Further, Bidders Are Also Required To Submit Copies Of The Following Documents Within Seven (7) Calendar Days After The Bid Submission Date: 1. Original Duly Signed And Notarized Omnibus Sworn Statement (oss) (use The Prescribed Form); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. 2. Audited Financial Statement (afs), Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, And Including Auditor’s Opinion, And Note To Financial Statements, If Any, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission.
Closing Date10 Feb 2025
Tender AmountPHP 11 Million (USD 190.7 K)

DEPARTMENT OF TOURISM REGION I Tender

Others
Philippines
Details: Description Terms Of Reference Project: Tra Groundbreaking And Moa Signing Ceremonies Requirement: Procurement For Ground Handling Services I. Background And Objective In Fulfillment Of The Department Of Tourism’s Commitment To Improving The Overall Tourist Experience In The Country, The Dot Continues To Pursue The Establishment Of Tourist Rest Areas (tras) As One Of Its Flagship Programs. These Tras Provide Essential Services And Amenities Such As An Information Center, Clean Restrooms, A Lounge And Charging Station, A Dining Area, And A Pasalubong Center To Ensure A More Pleasant And Worthwhile Travel Experience. Additionally, Tras Serve As Venues To Showcase Filipino Artistry Through The Display Of Local Products And The Integration Of Indigenous Materials And Elements In Their Architectural Design. As Part Of The Department’s Ongoing Efforts, The Tourist Rest Area Infrastructure Project Granted To The Province Of Pangasinan Will Be Having Its Groundbreaking And Memorandum Of Agreement (moa) Signing Ceremonies In Lingayen, Pangasinan, On February 13, 2025. Secretary Christina Garcia Frasco Together With Other Dot And Tieza Officials Will Be Attending The Said Event. The Said Activity Requires Accommodation, Transportation, Meals, And Other Logistics During The Following Preparatory And Actual Activities February 11 – Arrival And Inspection Of The Groundbreaking Sites February 12 – Site Preparation And Dry Run Activity February 13 – Tra Groundbreaking And Moa Signing Ceremonies In Relation To This, The Dot- Office Of Special Concerns Requested Assistance From The Department Of Tourism Region 1 In The Coordination And Provision Of Necessary Logistical Requirements And Facilitation Of The Event. Thus, The Services Of A Round Handler Is Required To Provide The Necessities Below: Ii. Specifications Requirement Specifications Physical Set-up Transportation Services For Event Technical And Production Crew One (1) Unit Air-conditioned Van, Captain Seat  Route: Makati/ Manila – Lingayen, Pangasinan – Makati/ Manila  Date: February 11-13, 2025 Final And Detailed Vehicle Dispatch Schedule To Be Determined And Confirmed By Dot Project Team Van Units Can Accommodate 4-6 Pax Including Luggage And Supplies With Courteous And Presentable Drivers, Can Communicate In English Room Accommodation With Breakfast Airconditioned Room Accommodation For The Following Dates: February 11-13  Twin-sharing Room Accommodation For 20 Pax, Preferably 1 Bed Per Person February 12-13  Single Occupancy Vip Rooms For 2 Pax  Twin – Sharing Vip Room For 2 Pax  Twin – Sharing Room For 6 Pax, Preferably 1 Bed Per Person February 13 (11am – 3pm Tentative)  Wash Up Room For Vip Official (single Occupancy Room)  Wash Up Room For Other Officials (twin – Sharing) O Preferable Dot Accredited Hotel Or Resort Within Lingayen, Pangasinan O Air-conditioned Rooms O With Hot & Cold Shower O Strong & Stable Wifi/ Internet Connection O 24-hour Front Office And Housekeeping Services O With Parking Space And Security O Buffet Breakfast Meal Provision Provision Of Meals Based On The Following: February 11  Dinner For 20 Pax February 12  Breakfast For 20 Pax  Lunch For 20 Pax  Dinner For 20 Pax February 13  Breakfast For 30 Pax  Snacks For 25 Pax O Meal Serving Time, Manner And Location Will Be Determined And Approved By The Project Officer Coordinator/s Services Of At Least One (1) Coordinators To Facilitate The Logistics Provision Will Work In Close Coordination With The Project Team Regarding The Group’s Logistical Requirements The Service Provider Shall Work In Close Coordination With The Dot Region 1 Project Team In The Delivery Of Required Services. All Arrangements And Other Deliverables Shall Be Approved By The Dot Project Officer First Prior To Execution. Iii. Approved Budget Of The Contract The Approved Budget Of The Contract Is Two Hundred Thirty Thousand Pesos Only (php 230,000.00) – 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 At Least 2 Weeks Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Iv. Qualification Of Bidders/ Legal Technical Requirements  Certificate Of Philgeps Registration/number  Current Mayor’s/business Permit  Omnibus Sworn Statement  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 Large Scale 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, 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 Feb 2025
Tender AmountPHP 230 K (USD 3.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Housekeeping Services
United States
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Housekeeping Services
United States
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Department Of Human Settlement And Urban Development Quezo Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 1 Lot “supply Of Labor, Materials, And Technical Supervision For The Renovation Of Elupdb Urban Lab” I. Purpose The Department Of Human Settlements And Urban Development (dhsud), Through The Environmental Land Use And Urban Planning And Development Bureau (elupdb), Plans To Establish An Urban Laboratory That Will Facilitate The Exchange Of Ideas And Technologies Intended For The Formulation And Implementation Of Land Use And Urban Development Plans And Policies. Such A Facility Serves As An Avenue For Ideas, Where Planning Workshops Can Catalyze The Translation Of Theoretical Knowledge Into Practical Solutions Meant To Address Urban Issues And Challenges. This Project Intends To Renovate The Existing Vacant Room Of Elupdb Into An Urban Laboratory That Will Serve As A Venue For The Bureau In Conducting Technical Assistance, Workshop/writeshop Sessions, Mentoring Activities, Consultations, Galleries, Forums, And Such, For Its Clientele. This Will Also Serve As A Space To Develop Ideas And Innovations In Addressing Challenges Related To Land Use And Urban Development. Ii. Scope Of Works The Following Scope Of Works Shall Be Delivered By The Contractor Within One (1) Month Project Duration, In Accordance With The Design And Specifications From The Architect: 1. General Requirements: A. Mobilization/demobilization B. Installation Of Protective Sheet At Adjacent Room/office C. Submission Of Sample Materials For Approval Prior To Installation D. Construction Work Plan E. Housekeeping At Work Area At The End Of Every Workday F. Disposal Of Debris 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 3. Wall: A. Wall Preparation B. Procurement And Application Of Primer C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) E. Installation Of Wall-mounted Television F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h) 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) B. Procurement And Installation Of Double Downlight C. Procurement And Installation Of Recessed Downlight D. Rechanneling Of Fire Suppression System E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System F. Procurement And Installation Of Cove Lighting G. Procurement And Installation Of Wi-fi Router H. Procurement And Installation Of Ceiling Speakers 5. Power And Lighting: A. Procurement And Installation Of Light Switches B. Procurement And Installation Of Dimmer Light Switches C. Procurement And Assembly Of Extension Power Cable 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) B. Procurement And Installation Of Laminate Finish (verify Finish) 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) Iii. Bill Of Quantities Project: Urban Laboratory Location: 7th Floor Dhsud Building, Kalayaan Ave., Cor., Mayaman St., Diliman, Quezon City Abc: Php 980,000.00 Scope Of Works Qty Unit Unit Price Total 1. General Requirements: A. Mobilization/demobilization 1 Lot B. Installation Of Protective Sheet At Adjacent Room/office 1 Lot C. Submission Of Sample Materials For Approval Prior To Installation 1 Lot D. Housekeeping At Work Area At The End Of Every Workday 1 Lot E. Disposal Of Debris 1 Lot 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 58.31 Sq. M. 3. Wall: A. Wall Preparation 91.98 Sq. M. B. Procurement And Application Of Primer 91.98 Sq. M. C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) 91.98 Sq. M. D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) 6 Pc. E. Installation Of Wall-mounted Television 1 Pc. F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h)) 1 Pc. 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) 58.31 Sq. M. B. Procurement And Installation Of Double Downlight 16 Pc. C. Procurement And Installation Of Recessed Downlight 8 Pc. D. Rechanneling Of Fire Suppression System 1 Lot E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System 1 Lot F. Procurement And Installation Of Cove Lighting 12.5 Meter G. Procurement And Installation Of Wi-fi Router (verify Model And Roughing Ins) 1 Lot H. Procurement And Installation Of Ceiling Speakers 10 Pc. 5. Power And Lighting: A. Procurement And Installation Of Light Switches 2 Pc. B. Procurement And Installation Of Dimmer Light Switches 1 Pc. C. Procurement And Assembly Of Extension Power Cable 1 Lot 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) 6 Lot B. Procurement And Installation Of Laminate Finish (verify Finish) 6 Lot 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) 1 Lot Bid Price: (in Figures, Php) In Words: Name: Legal Capacity: Signature: Duly Authorize To Sign The Bid For And Behalf Of: Date Notes And Instructions: 1. The Bill Of Quantities Must Be Properly Filled Up By The Bidders. 2. Bidders Are Not Allowed To Modify Items/descriptions, Quantity, And Unit Of The Bill Of Quantities. Any Modification In The Bill Of Quantities Will Be In The Form Of Bid Bulletin, Which Will Be Issued Only By The Dhsud Bids And Awards Committee. 3. The Figures Provided In The Quantity Column Of The Bill Of Quantities Represent The Minimum Requirements For The Project. Bids Not Addressing The Minimum Requirements (quantities) Are Considered Non-responsive Pursuant To Section 32.2.1 Of The Irr Of Ra 9184. (please See Attached Annex “a” For The Document File) Iv. Detailed Floor Plan (please See Attached Annex “b” For The Sample Floor Plan And Layout) Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) 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; 6. 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. Philippine Contractors Accreditation Board License Pursuant To Presidential Decree No. 4566, As Amended. D. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; E. Signed Omnibus Sworn Statement (oss) (annex “c”); 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. F. 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 Prior To Final Settlement: G. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (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 Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud 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 Slrq/(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 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 Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division
Closing Date10 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)

DEPT OF THE ARMY USA Tender

Housekeeping Services...+1Textile, Apparel and Footwear
United States
Details: This Is A Sources Sought Notice Only. the Mission And Installation Contracting Command (micc) – Fort Moore Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Laundry And Dry Cleaning (l&dc) Services.the Intention Is To Procure These Services On A Competitive Basis. A Firm Fixed-priced Indefinite Delivery/indefinite Quantity (id/iq) Contract Is Anticipated And Will Have A 5 Year Ordering Period, With Five12-month Task Orders. requirement: The Fort Moore Department Of Public Works, Is Designated To Provide Contracted Laundry And Dry Cleaning (l&dc) Services In Accordance With (iaw) Army Regulation (ar) 210-130 To Launder And Press Fabrics, Textiles, Garments, Linens, And Specified Organizational Clothing And Individual Equipment (ocie) For Active And Reserve Components For Fort Moore, Georgia. The L&dc Program Provides The Laundry And Dry Cleaning Of Government Owned Items Iaw Environmental Occupational Safety And Health Administration (osha)/host Nation, And Other Applicable Regulations And Policies. This Process Includes: Drop-off, Pick-up, And Direct Exchange At Designated Locations. The Laundry Services Include Accountability, Wash, Dry, And Package Specified Items (blankets, Pillows, Sheets, Pillowcases, Mattress Covers, Bedspreads, Tablecloths, Cook And Medical Non-reimbursable Whites; Confinement Uniforms And Ocie) To Meet Organizational Health And Sanitation Requirements. Dry Cleaning Services Include Accountability And Cleaning, Packaging Of Items (flags; Bunting; Draperies; Ceremonial Uniforms; Funeral Detail Clothing; And Special Categories). Please Ensure To Read The Pws Entirely. *see Attachment 1 - Pws place Of Performance fort Moore, Georgia muscogee & Chattachoochee Counties based On The Responses To This Sources Sought, This Requirement May Be Set Aside For Small Businesses (in Full Or In Part) Or Procured Throught Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. All Interested Businesses (large And Small) Are Highly Encouraged To Respond To This Notice. In Addition, Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), Must Describe Their Identifying Capabilities In Meeting The Requirements At A Fair Market Price, I.e., Information Which May Help Support A Set-aside.telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Capability Submissions. any Questions Must Be Submitted In Writing To The Contract Specialist Identified Below. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought. eligibility the Applicable Naics Code For This Requirement Is 812320, Drycleaning And Laundry Services (except Coin Operated) With A Small Business Size Standard Of $8.0 M. The Product Service Code Is S209, Housekeeping-laundry/drycleaning. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly And Identify Their Business Size In Their Capabilities Statement. additional Information And Submission Details (capabilities Statement) a Draft Performance Work Statement (pws) Is Attached For Review. (attachment 1) interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length In Times New Roman Of No Less Than 11 Font Size. The Deadline For Response To This Request Is No Later Than 12 P.m., Est, 14 February 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Usarmy.moore.acc-micc.mbx.micc-proposals@army.mil At The Attention Of The Contract Specialist, Ms. Maleah Owen. all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. in Response To This Sources Sought, Please Provide: name Of The Firm, Point Of Contact, Phone Number, Email Address, Uie Number, Cage Code, Identify Business Size (large Business Or A Small Business), And If Applicable, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code. information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination. recommendations To Improve The Army's Approach/specifications/draftpws/prs To Acquiring The Identified Services. disclaimer “this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp) Or Request For Quote (rfq)” 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 Notice Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp Or Rfq, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement.”
Closing Soon14 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 Camarines Sur Tender

Food Products
Philippines
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
Closing Date7 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)

Department Of Education Division Of Cebu City Tender

Others
Philippines
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
Closing Date3 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.7 K)
821-830 of 848 archived Tenders