Housekeeping Tenders

Housekeeping Tenders

INDIAN HEALTH SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested In Response To This Notice And A Written Solicitation Will Not Be Issued. This Solicitation Is Being Issued As A Request For Proposal (rfp) # Ihs1504492.submit Only Written Proposals For This Rfp. This Solicitation Is A 100% Small Business. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code Is 562998 this Rfp Contains One (1) Line Items: clin Description Items base One Time Pick-up Of Waste Items For Gallup Nssc See Attachment period Of Performance: 02/17/2025 – 04/17/2025 vendor Requirements: See Attached Specifications submit Proposals No Later Than: 2/05/2025 04:30p.m. Cdt To The Following Point Of Contact: Carlene Prince And/or Forrest Ward, Contract Specialist(s), Via Email: Carlene.prince@ihs.gov; Forrest.ward@ihs.gov. evaluation: Far 52.212-2 Evaluation -- Commercial Items (completed As Follows): (a) The Government Will Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, With Price And Other Factors Considered Equally. The Following Factors Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable to Be Considered Technically Acceptable, Proposals Must Meet The Following: the Contractor Shall Come On-site To The Nssc Gallup Warehouse And Provide Approved Cardboard Cartons And Plastic Liners For Waste Collection, Pick-up, And Transportation. disposal Of All Items In Accordance With Safety Data Sheets (sds). ensure All Services Comply With Local, State, And Federal Regulations, Including Those From Osha, Epa, And Dot. provide A Minimum Of One-time Service To Include As Many Trips Necessary To Complete The Rmw, Universal Waste, And Other Waste Types Disposal. the Contractor Shall Pick-up Between The Time Of 8:00 Am And 2:00 Pm. Mt the Contractor Shall Provide Legible Documentation Of Accurately Recorded Numbers Of Containers Picked Up To The Safety Officer. the Contractor Shall Provide A Certificate Of Destruction For All Waste Types Disposal. contractor Shall Provide In House Training For The Clinic And Housekeeping Staff Responsible For The Collection Of Waste And Handling Of Infectious Waste (monday – Friday, 8am – 5pm Cst) it Is The Contractor’s Responsibility To Provide Technical Proficiency On Proposal Submittal. Contractor Shall Abide By All Technical Requirements Outlined In Section 2 Of Statement Of Work Dated November 04, 2024, And Provide All Documentation Required (accreditation). this Solicitation Will Result In A Firm Fixed Price Purchase Order Pursuant To The Terms And Conditions Below. Terms And Conditions Other Than Those Stated Will Not Be Accepted. The Above Pricing Is All Inclusive. this Solicitation Will Result In A Firm Fixed Price Purchase Order Pursuant To The Terms And Conditions Below. Terms And Conditions Other Than Those Stated Will Not Be Accepted. The Above Pricing Is All Inclusive. provisions: The Following Far Provisions Apply To This Solicitation: far 52.212-1, Instructions To Offeror- Commercial Items; Far 52.212-3, Offeror Representations And Certifications- Commercial Items (the Offeror Should Include A Completed Copy Of This Provision With Their Proposal). clauses: The Following Far Clauses Apply To This Solicitation: far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023); Far 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Products And Commercial Services (dec 2023) (to Include The Following Clauses Sited): Far 52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023); Far 52.204-27. Prohibition On A Bytedance Covered Application (jun 2023); Far 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021); Far 52.219-6, Notice Of Total Small Business Set-aside (nov 2020); Far 52.219-28, Post Award Small Business Program Representation (sep 2023); Far 52.222-21, Prohibition Of Segregated Facilities (apr 2015); far 52.222-26, Equal Opportunity (sep 2016); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); Far 52.222-50, Combating Trafficking In Persons (nov 2021); far 52.225-13, Restriction On Certain Foreign Purchases (feb 2021); 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov2007) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024) Far 52.232-33, Payment By Electronic Funds Transfer- System For Award Management (oct 2018); 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021); Far 52.217-8, Option To Extend Services (nov 1999); hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015); Hhsar 352.223-70,safety And Health. (dec 2015) hhsar 352.226-1,indian Preference. (dec 2015); Hhsar 352.226-4,notice Of Indian Small Business Economic Enterprise Set-aside. Hhsar 352.226-7,indian Economic Enterprise Representation. Hhsar 352.232-71, Electronic Submission Of Payment Requests; hhsar 352.239-78, Information And Communication Technology Accessibility Notice. (deviation) (feb 2024); Hhsar 352.239-79, Information And Communication Technology Accessibility. (deviation) (feb 2024) the Above Provisions And Clauses May Be Obtained Via Internet At Https://www.acquisition.gov/ miscellaneous: no Fax Proposals electronic Submissions – Submission Via Email Is The Only Acceptable Electronic Submission. (carlene.prince@ihs.gov; Forrest.ward@ihs.gov) all Contractors Must Be Registered In The System For Award Management Database Located At Https://www.sam.gov/sam/ Prior To Any Contract Award. Please Submit The Following Information With Each Proposal: Vendor Name, Cage Code, Uei, Tax Identification Number, Prompt Payment Terms, Delivery Time, Gsa Contract Number (if Applicable), Date Proposal Expires, Warranty, Total Price For Each Line Item, Total Proposal Price, And Technical Documentation In Sufficient Detail To Determine Technical Acceptability. Failure To Provide Sufficient Technical Detail May Result In Rejection Of Your Proposal.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Department Of Education Region Iv a calabarzon Tender

Others
Philippines
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.
Closing Date10 Jan 2025
Tender AmountPHP 180 K (USD 3.1 K)

Department Of Education Region Iv a calabarzon Tender

Civil And Construction...+1Construction Material
Philippines
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..
Closing Date31 Jan 2025
Tender AmountPHP 240 K (USD 4 K)

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)

Las Pi as General Hospital And Satellite Trauma Center Tender

Solid Waste Management
Philippines
Details: Description Terms Of Reference For The Collection, Transport And Disposal Of Biodegradable With General Waste Objective To Provide For All Necessary Labor, Hauling Vehicle, Crew, Equipment, Tools, Chemicals, Supplies And Materials, Sanitary Landfill And Permits Needed For An Efficient Garbage Collection And Disposal Service. Approved Budget For The Contract The Term Of This Contract Shall Be Effective Starting January 01, 2025 Until December 31, 2025, With A Total Approved Budget For The Contract (abc) Amounting To One Million Five Hundred Thousand Pesos (p1,500,000.00) Which Corresponds To 150,000 Kilograms Of Waste. Project Scope The Contractor Shall Provide Collection, Hauling And Disposal Services To Cover All Administrative Waste Materials And Debris Deposited In Designated Areas Within The Lpgh&stc Premises At Least Two (2) Times Per Week. The Contractor Shall Clean The Garbage Disposal Area After Collection Of Waste. Specification Of Services To Be Procured The Contractor Shall Furnish All Materials, Supplies, Chemicals, Equipment (including Hauling Vehicle) And Tools Necessary To Properly Perform The Task Specified In The Contract. Manpower Requirement The Contractor Shall, At All Times, Provide Supervisory And Working Personnel According To The Collection Schedule. A Driver With A Minimum Of Two (2) Crew Members / Laborers For Every Vehicle Shall Be Deployed. Standards The Hauling Vehicle Shall Comply With The Garbage Collection Truck Standards Or Other Requirements That May Be Set By The Metro Manila Development Authority And / Or Concerned Local Government Unit. Other Information 1. The Contractor Shall Be Under Obligation To Adhere To The Following Requirements, While Carrying Out His Functions And Responsibilities During The Implementation Of This Contract: 1.1 Collection And Disposal. The Contractor Shall Collect All Wastes From Designated Areas Of Lpgh&stc. Collection Shall Be Done At Least Two (2) Times Per Week. The Contractor Shall Provide For A Suitable Dumping Site Outside Of The Lpgh&stc Premises. 1.2 Vehicle Requirements One (1) Truck With A Capacity Of At Least 10 Cubic Meters. There Must Also Be A Back-up Truck Available In Case The Other Truck Is Temporarily Out Of Commission. 1.3 Damaged Facilities. The Contractor Shall Be Held Responsible And Liable For Damage To Lpgh&stc Facilities And Utilities During The Performance Of The Contracted Services. The Lpgh&stc Shall Be Compensated Based On The Cost Of Repair Or, If Not Possible, Replacement, As May Be Determined By The Lpgh&stc. 2. The Contractor Shall Secure And Pay All The Necessary Fees, Permits, Tipping Fee And Other Fees, And/or Licenses Incidental To Or Connected With The Disposal Of The Garbage From The Lpgh&stc To The Designated Disposal Facility. The Contractor Shall Be Responsible For Securing The Permit To Dump And Ensuring That The Same Has Validity And/or Approval To Cover The Duration Of The Contract. 3. The Contractor Undertakes That Hauling, Transportation And Proper Disposal Of The Lpgh&stc’s Waste Shall Be In Accordance With The Requirements And Regulations Of The City Environment And Natural Resources Office (cenro), Sanitation Code Of The Philippines, And Ecological Solid Waste Management Act Of 2000 As Well As All Pertinent Local Ordinances And Other Relevant Law, Rules And Regulations On Waste Disposal. 4. The Contractor Must Have Updated Official Receipt (or) Of The Truck And Certificate Of Registration (cr). 5. The Contractor Must Have Authorized Driver With Updated Driver’s License To Drive The Designated Truck To Be Used In The Collection, Transportation And Disposal. 6. The Contractor’s Authorized Driver Must Have Latest Drug Test. 7. Subcontracting For The Hauling, Transport, And Disposal Of The General Wastes Is Not Allowed. 8. The Contractor Shall Issue General Waste Manifest Form For Every Collection That Shall Be Witnessed And Signed By Both Party Representatives. During The Collection, Housekeeping Personnel Will Witness The Total Kgs. Of Waste Thru Signing The Manifest. The Weight Of The Drum Will Be Deducted To The Total Of Kgs. Of The Waste. 9. The Contractor Shall Provide Empty Drums/bins With Lid For Collected Waste That Are Ready For Transport. 10. Any Violation By The Contractor Of The Terms Of Reference Shall Be Sufficient Ground For Termination Of The Contract. The Lpgh&stc Shall Have The Option To Terminate The Contract Anytime During Its Effective Term Should Lpgh&stc Not Be Satisfied With The Contractor’s Services. Schedule Of Collection And Hauling Garbage Collection And Hauling Shall Be Conducted Two (2) Times Per Week To Be Determined By Lpgh&stc. Loading Of Garbage Into The Truck Shall Be Made In The Presence Of And With The Consent / Knowledge Of The Lpgh&stc Authorized Representative And Who Shall Certify For Each Hauling Undertaken And Compliance With. The Lpgh&stc Shall Have The Option To Amend The Schedule Of The Waste Materials Collection And Disposal. If For Any Reason The Contractor Would Be Unable To Haul The Waste Material / Garbage On Any Of The Agreed Scheduled Day Of Collection, The Waste Material/garbage Shall Be Collected Immediately And An Additional Day Shall Be Added To The Monthly Schedule. Terms Of Payment 1. Payment Shall Be Based On The Actual Weight Of The Collected Garbage. 2. The Monthly Billing Statement Shall Be Submitted To The Lpgh&stc Within The First Week Of The Month Following The Billing Month, With All Complete Supporting Documents Attached. 3. Lpgh&stc Shall Pay The Contractor A Service Fee Of Php 15.00 Per Kilogram. 4. All Payment Shall Be Subject To The Applicable Taxes, And Existing Accounting And Auditing Rules And Regulations Applicable To Lpgh&stc.
Closing Date19 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
921-930 of 955 archived Tenders