Manpower Tenders

Manpower Tenders

MINISTRY OF MANPOWER OF THE REPUBLIC OF INDONESIA Tender

Indonesia, Indonesia
Purchaser Name: MINISTRY OF MANPOWER OF THE REPUBLIC OF INDONESIA | Labor Market Information and Skills System Transformation for Labor Market Flexibility
Closing Date4 Jun 2025
Tender AmountRefer Documents 

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Materials – Construction Of Tubtubon Brgy. Road With Slope Protection With The Following Details; Total Abc P 1,459,622.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Tubtubon Brgy. Road With Slope Protection Lot 1 Hardware 1867 Bags Portland Cement Type 1 (delivered On Site) 28 Length 16 Mm Ø X 6.0 M Def. Rsb (delivered On Site) 28 Length 12 Mm Ø X 6.0 M Def. Rsb (delivered On Site) 28 Length 10 Mm Ø X 6.0 M Def. Rsb (delivered On Site) 30 Kls 4” Cw Nails 17 Kls 3” Cw Nails 15 Pcs Hacksaw Blade, Good Quality 4 Rolls Trapal, Good Quality 1 Roll Caution Tape 2 Pcs #62 Fanbelt 6 Kls #16 Gi Tie Wire 2 Mtrs Mesh Wire (ayagan) Approved Budget Contract P 561,200.00 Bidders Bond 2% Of The Approved Budget P 11,224.00 Lot 2 Pre - Fabricated Guard Rails – Metal Beam 32 Pcs Ga # 12 X 254 Mm Width X 3.60 M Pre-fabricated Guard Rail – Metal Beam 31 Pcs 5/8” Ø X 9” – Bolt, Nut And Washer 256 Pcs 5/8” Ø X 1” – Bolt, Nut And Washer Approved Budget Contract P 183,772.00 Bidders Bond 2% Of The Approved Budget P 3,675.44 Lot 3 Aggregates 107 Cum Aggregate Base Course (item 201) (60% Gravel – 40% Binders) Ratio 171 Cum Mixing Sand 127 Cum 1” Ø Round Gravel 260 Cum Head Size Boulder (0.20m) 90 Cum Backfill Materials 4 Cum ¾” Ø Fine Gravel Approved Budget Contract P 675,500.00 Bidders Bond 2% Of The Approved Budget P 13,510.00 Lot 4 Lumber 50 Pcs 2” X 8” X 12’ Coco Lumber 30 Pcs 2” X 6” X 12’ Coco Lumber Approved Budget Contract P 34,800.00 Bidders Bond 2% Of The Approved Budget P 696.00 Lot 5 Signage 1 Pc Coa Tarpaulin Signage 2.4m X 2.4m 15 Pcs Construction Tarpaulin Signage 0.54m X 0.76m Approved Budget Contract P 4,350.00 Bidders Bond 2% Of The Approved Budget P 87.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Pre-bid Conference Will Be On March 11, 2025, 2pm At The Bac Office, Sibulan, Negros Oriental. Bid Documents Will Be Available For Issuance To Prequalified Bidders On March 12-24, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Negros Oriental Not Later Than 2:00 Pm Of March 24, 2025 And Then Publicly Opened At 2:00pm On The Same Date At The Bac Office, Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
Closing Soon25 Mar 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Update-- Rfp Will Be Issued Under Rfp No. N5523625r0009. the Southwest Regional Maintenance Center (swrmc) Intends To Issue A Request For Proposal (rfp) Solicitation To Accomplish Marine Boatyard Services And Industrial Support For Boats, Craft, Lighterage, Service Craft Or Ancillary Support Equipment Less Than 15 Meters Or 50 Feet In Length (by Navy Hull Designation Or Length Overall (loa)) That Can Be Transported Via Roadway By A Trailer. the Contractor(s) Shall Furnish The Necessary Management, Material Support Services, Labor, Supplies, And Equipment Deemed Necessary To Provide Marine Boatyard And Industrial Support Which Includes Specific Modifications, Upgrades, Service Life Extension And Repairs To Non-commissioned Boats, Craft, Lighterage And Service Craft And Their Associated Systems And Periodic Maintenance Primarily In Support Of San Diego Area Naval Facilities (naval Base San Diego, Naval Air Station North Island, Naval Amphibious Base Coronado, Naval Outlying Landing Field Imperial Beach, And Naval Surface Warfare Center Port Hueneme). It Is Anticipated That 98% Of The Work To Be Performed On This Contract Will Be In The San Diego Area On Naval Facilities Boats, Craft, Lighterage, And Service Craft. for The Purposes Of This Requirement, Support Is Defined As, But Is Not Limited To: Providing Manpower And Equipment To Accomplish Maintenance, Alteration Installations, Repairs, Modernizations, Testing, Stowage, Machine Shop Services, Transporting Boats, Boat Trailers, Craft, Lighterage And Service Craft As Listed In Section J, Attachment J-1, And Ancillary Support Equipment (brows & Brow Platforms). if The Navy Issues An Rfp For This Requirement, The Acquisition And Solicitation-to-award Process Shall Abide By Federal Acquisition Regulation (far), Defense Federal Acquisition Regulation Supplement (dfars) And The Navy Marine Corps Acquisition Regulation Supplement (nmcars) Guidelines. The Government Anticipates Awarding This Effort As A Supply Contract Whereas The Supply Equates To The Procurement Of Repaired, Mission-ready Boats, Crafts, Or Ancillary Support Equipment Which Shall Be Returned To Service With The Fleet. award Will Be Based On A Best-value Procurement Utilizing Past Performance, Technical, And Price As Evaluation Factors. Far 52.216-27 Single Or Multiple Awards (oct 1995) Applies. This Procurement Is Not Restricted To Master Ship Repair Agreement (msra) Or Agreement For Boat Repair (abr) Contractors. This Is A Follow-on Procurement. All Responsible Sources May Submit A Proposal Which Shall Be Considered By This Agency. The Successful Offeror Will Be Required To Have A Swrmc Approved Quality System (iaw Navsea Standard Item 009-04), Approved And In Place At The Time Of Contract Award. the Navy Will Issue The Rfp Electronically On Https://piee.eb.mil And Www.sam.gov And Interested Parties Must Comply With That Solicitation Requirements And Instructions For Proposals. Interested Offerors Are Hereby Encouraged To Monitor Https://piee.eb.mil And Www.sam.gov For The Anticipated Release Of The Solicitation And Any Associated Amendments. Offerors Shall Be Registered In The Solicitation Module In Procurement Integrated Enterprise Environment (piee) And System For Award Management (sam) In Order To Be Eligible For Award. this Synopsis Is Issued In Accordance With Far 5.203(a) And Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Award A Contract. The Government Will Not Accept Proposals As A Result Of This Synopsis. The Government Will Not Reimburse Respondents For Any Questions Submitted Or Information Provided In Response To This Notice. the Government Anticipates Issuinga Firm-fixed Price (ffp) Solicitation In November 2024. The Rfp Will Be Issued As A Total Small Business Set-aside. The Result Will Be A Multiple Award Indefinite Delivery/ Indefinite Quantity (idiq) 5-year Contract, Including Five (5) Each 12-month Ordering Periods. The Applicable Naics Code Is 336611 “ship Building And Repairing” (a Small Business Must Have 1,300 Or Less Employees). offerors That Are Interested In This Procurement May Send An E-mail Providing All Point Of Contact Information To Kaylee Dicamillo At Kaylee.a.dicamillo.civ@us.navy.mil And Roderick Rioveros At Roderick.q.rioveros.civ@us.navy.mil To Receive A Courtesy Notification When The Rfp Is Posted.
Closing Date7 Apr 2025
Tender AmountRefer Documents 

Food Corporation Of India - FCI Tender

Services
Manpower Supply
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Manpower Outsourcing Services - Man-days based - Others; Unskilled; Office Boy
Closing Soon26 Mar 2025
Tender AmountINR 900 K (USD 10.4 K)

DEFENSE LOGISTICS AGENCY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: A. Summary Of Amendment 003 1. The Defense Logistics Agency (dla) Is Conducting A Commercial Solutions Opening (cso) Authorized By 10 U.s.c. § 3458 And Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. Dla Intends To Solicit Solution Briefs In Response To The Addendum Areas Of Interest (aois), Which Dla May Change, Amend, Open, And Close From Time To Time At Dla’s Sole Discretion. Interested Offerors Are Encouraged To Frequently Check This Cso From New Or Revised Aois. Dla Intends To Keep This Cso Sp4701-24-s-c001 Open Until 13 March 2026; However, Dla Reserves The Right To Close This Cso At Any Time. 2. In Accordance With 10 U.s.c. § 3458(c)(2), Any Contract Or Agreement Dla May Award Under Pursuant To This Cso Shall Be Fixed-price. Dla Intends To Award Commercial Contracts In Accordance With Dfars 212.7002(b); However, Dla May, At Dla’s Discretion, To Award An Other Transaction Agreement In Accordance With 10 U.s.c. § 4022. 3. If You Have Any Questions Or Concerns, Please Contact: mr. Thomas Walsh agreements And Contracting Officer dla Dcso-p5 thomas.walsh@dla.mil mrs. Lauren Runowski agreements And Contracting Specialist dla Dcso-p5 lauren.runowski@dla.mil 4. Dla Provides No Funding For Any Offer Submitted To This Cso. Dla Funding Is Only Possible After A Signed Contract. b. Background: Dla Is The Department Of Defense’s Logistics Combat Support Activity. Dla Provides Worldwide Logistical Support To The Military Services And Other Authorized Customers, Which May Include Civilian Organizations And Foreign Countries. Potential Offerors May Learn More About Dla At Htts://www.dla.mil. c. How To Submit A Solution Brief. prior To The Closing Date Of The Published Area Of Interest, Electronically Submit To The Person Identified In Paragraph A.3. Of This Cso An Unclassified Solution Brief, Utilizing The Solution Brief Template At Attachment 1. mark As Appropriate All Parts Of The Solution Brief Considered Proprietary. By Submitting A Solution Brief, The Offeror Agrees To Dfars 252.227-7016, Rights In Bid Or Proposal Information. the Solution Brief Must ‘stand Alone’. While The Solution Brief May Include References To Outside Materials, Links To Website, Etc., Dla Will Not And Can Not Consider Such Material. Similarly, Dla Will Not Consider Any Accompanying Slides, Sales Materials, Integrated Or Outside Videos, Or The Like Sent With The Solution Brief. Dla May Reject, Without Further Consideration, Solution Briefs Sent With Extraneous Materials. offerors May Submit Multiple Solution Briefs For Each Aoi. While Each Solution Brief May Reference Another Solution Brief, Dla Will Not And Can Not Consider That Referenced Solution Brief In Evaluating This Submitted Solution Brief. solution Briefs’ Prices And All Other Terms And Conditions Must Remain Valid For 180 Calendar Days From The Submission Date Of The Solution Brief. d. How Dla Will Make Any Awards. 1. Dla Will First Review Solution Briefs For Conformance With This Cso. Dla Will Return Solution Briefs Dla Finds Not In Conformance With This Cso. The Offeror May, If The Date And Time Stated In The Area Of Interest Has Not Passed, Re-submit A Revised Solution Brief. While Dla Intends To Complete This Review Diligently, Dla Is Under No Obligation To Complete This Review Soon Enough For An Offeror To Submit A Revised Solution Brief. Therefore, Offerors Should Submit Their Best, Conforming, Solution Briefs. 2. For Solution Briefs Both Received Before The Closing Time Of Cso And Aoi, And Also Conforming To The Cso, Dla Subject-matter Expert Technical Evaluators Will Evaluate The Solution Brief. First, Evaluators Will Evaluate Factor 1, Possibility Of Funding, And Rate The Solution Brief As Either “funding Possible” Or “funding Not Possible”. If Evaluated As “funding Not Possible,” Evaluators Will Not Evaluate The Solution Brief Further And Dla Will Notify The Offeror. If Evaluated As “funding Possible,” Evaluators Will Continue Their Evaluations Through The Remaining Factors, Assigning Each Remaining Factor One Of The Following Ratings: “exceptional,” “good,” “acceptable,” “marginal,” Or “unacceptable.” All Evaluation Factors Are Described Below. A. Factor 1: Possibility Of Funding. Does Funding Reasonably Exist To Fund The Proposed Solution? Solutions With Lower Prices Are Favored. B. Factor 2: Technical Feasibility. How Technically Feasible Is The Proposed Solution To An Aoi, Given The Present State Of The Technology And Science? Solutions With A Lower Technological Risk Profile Are Favored. C. Factor 3: Responsiveness. How Responsive Is The Proposed Solution To The Aoi? Solutions Responsive To The Problem Identified In The Aoi, Without Creating New Problems, Are Favored. D. Factor 4: Viability. How Viable Is The Proposed Solution Given Existing Organizational And Regulatory Environments? Solutions Compatible With Existing Dla, Dod, And Federal Policies, Processes, And Procedures, Are Favored. E. Factor 5: Desirability. How Desirable Is The Proposed Solution To The Eventual End-user? Solutions Easily Adaptable, Useful, And Implementable Are Favored. 3. After The Above Evaluation, The Technical Evaluators Will Then Decide Whether The Solution Proposed In The Solution Brief Merits Further Consideration. Note That While Solution Briefs Are Not Evaluated Against Other Solution Briefs, Dla Has Limited Funding And Acquisition Manpower And Thus Cannot Pursue All Otherwise Meritorious Solution Briefs. Dla Also Recognizes That Industry Resources In Pursing Business With Dla Are Limited. To The Extent Dla Must Select Between Highly Rated Solution Briefs To Pursue Further, Dla Will Aggregate The Factor 2 Through 5 Ratings Together Equally To Discern The Most Highly Rated Solution Briefs. If Further Discernment Is Necessary Amongst Highly Rated Solution Briefs, Dla Will Then Additionally Consider The Factor 2 Through 5 Ratings In Order Of Importance, With Factor 2 Being The Most Important, Factor 3 Being The Second Most Important, Factor 4 Being The Third Most Important, And Factor 5 Being The Fourth Most Important. And If Still Additional Discernment Is Necessary, Dla Will Then Consider The Price Proposed In The Solution Brief And Select For Further Consideration The Lowest Priced Solution Brief. 4. If The Technical Evaluators Decide A Proposed Solution Brief Merits Further Consideration, Technical Evaluators Will Decide Whether To Further Consider The Proposed Solution Via A Pitch, Full Proposal, Or Both. Technical Evaluators May Also Decide A Pitch Or Full Proposal, Or Both, Are Unnecessary, And Refer A Solution Brief For Negotiation Of A Possible Award As Described In Paragraph 5. A. Pitch: Dla Would Invite The Offeror To ‘pitch’ The Offeror’s Proposed Solution In A Presentation, Whether Via A Remote Meeting, A Face-to-face Meeting, Or Other Mutually Agreeable Means. Dla Will Advise The Offeror Of The Parameters Of The Pitch At That Time. Offerors May Propose Different Parameters; However, The Final Decision Rests With Dla, As Represented By The Person Noted In Paragraph A(3). During The Pitch, The Parties May Verbally Discuss The Proposed Solution. After The Pitch, Dla Will Decide Whether An Additional Pitch Is Desired, To Request A Full Proposal, Refer The Offeror To The Supporting Contracting Activity For Award Negotiations, Or To Terminate Further Consideration Of The Offer. B. Full Proposal: Dla Would Invite The Offeror To Submit A Full Proposal. Dla Will Advise The Offeror Of The Parameters Of The Full Proposal At That Time. Offerors May Propose Different Parameters; However, The Final Decision Rests With Dla. After Receipt Of The Full Proposal, Dla May Communicate With The Offeror About The Full Proposal, To Better Understand And Review It. After Reviewing The Full Proposal, Dla Will Decide Whether An Additional Or Revised Full Proposal Is Desired, To Request A ‘pitch’, Refer The Offeror To The Supporting Contracting Activity For Award Negotiations, Or To Terminate Further Consideration Of The Offer. 5. If The Technical Evaluators Refer An Offeror To The Supporting Contracting Activity For Award Negotiations, The Supporting Contracting Activity Will Open Negotiations With The Offeror. The Conduct Of Such Negotiations Are Within The Discretion Of The Cognizant Contracting Officer Or Agreement Officer, As The Case May Be, As Bounded By Applicable Law And Policy. Offerors Should Note That The Contracting Officer, Or Agreement Officer, Is Not Required To Award Any Contract And May Close Negotiations At Any Time At His Or Her Discretion. Offerors Should Further Note That Should Any In Negotiation Resulting In An Award, The Prices Awarded Must Be ‘fair And Reasonable’. e. Generally Applicable Information. 1. Dla Provides No Funds For Partaking In Any Process Described In This Cso. Any Funds Will Be Disbursed Only In Accordance With A Signed Contract Or Other Transaction Agreement. 2. Should Dla Award An Other Transaction Agreement Awarded Under This Cso, Dla May Later Award A Follow-on Production Contract Or Other Transaction Agreement Without Further Competition, In Accordance With 10 U.s.c. § 4022. 3. Note That Chapter 21 Of Title 41, United States Code, Applies To All Submitted Proposals And Any Awarded Contract, Whether Awarded Under The Far Or 10 U.s.c. § 4022. 4. Note That Dla Can Only Award To A Responsible Entity. Please See Far Part 9 For Further Information. attachments: 1) Dla Cso Sp4701-24-s-c001 Solution Brief Application (conformed Through Amendment 003) 2) Dla Cso Sp4701-24-s-c001 Solution Brief Application (conformed Through Amendment 002) addendums: 1) Area Of Interest 01: Direct Vendor Delivery Tracking (dvdt) 2) Area Of Interest 02: Emerging Engineering Services For Technical Data 3) Supplemental Information Area Of Interest 02 Emerging Engineering Services For Technical Data
Closing Date13 Mar 2026
Tender AmountRefer Documents 

Municipality Of La Paz, Leyte Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 24-0078 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Purchase Of Various Medicines For The La Paz Rural Health Unit (see Attached In Associated Components For The Specifications In Philgeps Website) Approved Budget Of The Contract (abc) : Php 2,350,000.00 Address : Lgu - La Paz, Leyte Description: The Municipal Government Unit Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Suppliers For The Purchase Of Various Medicines For The La Paz Rural Health Unit With An Approved Budget For The Contract Amounting To Two Million Three Hundred Fifty Thousand Pesos (php 2,350,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)philgeps Registration Certificate (platinum Registered) B)registration Certificate From Sec For Corporation, Dti For Sole Proprietorship Or Cda For Cooperatives C)business License Permit/valid And Current Mayor’s Permit/municipal License; D)tax Clearance Per E.o. 398, S 2005; B.technical Documents: E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; F)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of Irr Of 9184; G)bid Security In The Prescribed Form, Amount And Validity Period. H)technical Specifications, Which May Include; •organizational Chart •production / Delivery Schedule •manpower Requirements •and/or After-sales Service/parts I)omnibus Sworn Statement •it Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgu’s Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; •each Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; •letter Authorizing The Hope Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; •the Signatory Is The Duly Authorized Representative Of The Prospective Bidder And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract Accompanied By The Duly Notarized Special Power Of Attorney, Board/partnership Resolution, Or Secretary’s Certificate, Whichever Is Applicable; •it Complies With The Responsibilities Of A Prospective Or Eligible Bidder Provided In The Pbd’s; •it Complies With Existing Labor Laws And Standards; •it Is Not Related To The Head Of Procuring Entity (hope) Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; •it Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. C.financial Documents: J)latest Audited Financial Statement “stamped Received” By The Bir Or Its Duly Accredited Or Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; (latest Quarterly Or Annual Income & Business Tax Returns) K)computation Of Net Financing Contracting Capacity (nfcc) Class “b” Documents L)valid Joint Venture Agreement In Case Of Joint Venture (if Applicable) Or Duly Notarize Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provision Of The Jva In The Instance That The Bids Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) M)[for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. N)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. O)certificate Of Product Registration From The Food And Drug Administration (fda) P)certificate Of Good Manufacturing Practices From The Fda Q)batch Release Certificate From Fda R)if The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product/items S)license To Operate From Dfa With A List Of Sources (whether It Is A Manufacturer, Importer, Seller Or Distributor) T)certification By The Medical Officer That Medicines And Drugs Requisitioned Is Included In The Pndf Current Edition U)delivery Receipt/invoice Bearing Lot Nos. And Expiry Dates Of The Drugs And Medicines. 2.financial Component Envelope (second Envelope) •original Of Duly Signed And Accomplished Financial Bid Form; And •original Of Duly Signed And Accomplished Price Schedule(s). C.the Municipality Of La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : March 13 – April 2, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : March 13 – April 2, 2025 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. 3.issuance And Availability Of Bidding Docs. : March 13 – April 2, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 5,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : March 21, 2025 @ 9:00 Am Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: April 2, 2025 @ 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid. 6.opening Of Bids : April 3, 2025 @ 9:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson
Closing Date2 Apr 2025
Tender AmountPHP 2.3 Million (USD 41 K)

Rural Development Department - RDD Tender

Services
Manpower Supply
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Manpower Outsourcing Services - Fixed Remuneration - ADDIONAL PROGRAM OFFICER; ADDIONAL PROGRAM OFFICER; Post Graduate , Manpower Outsourcing Services - Fixed Remuneration - TECHNICAL ASSISTANT; TECHNICAL ASSISTANT; Diploma , Manpower Outsourcing Services - Fixed Remuneration - DATA ENTRYOPERATOR; DATA ENTRY OPERATOR; Diploma , Manpower Outsourcing Services - Fixed Remuneration - ACCOUNT ASSISTANT; ACCOUNT ASSISTANT; Graduate
Closing Date23 Jul 2025
Tender AmountINR 11 Million (USD 128.5 K)

SLA Test Dept Tender

Services
Manpower Supply
Corrigendum : Closing Date Modified
India
Description: Hiring Of Manpower Services
Closing Date31 Dec 2027
Tender AmountINR 75 K (USD 869)

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 6x-4935-lwm022809, Tdp Ver 003, Qty 10 Ea, Deliver To N63402, Strategic Weapons Fac Pac Manpower, Silverdale, Wa 98315-6499
Closing Soon31 Mar 2025
Tender AmountRefer Documents 

West Bengal State Electricity Distribution Company Limited - WBSEDCL Tender

Manpower Supply
India
Description: Enlistment Of Potential Agency/company For Providing Service Like 04 Numbers Of Multi-tasking Manpower (unskilled) To The Solar Power Generation Department, Wbsedcl, Data Centre Complex (3rd Floor), Action Area-i, Newtown.
Closing DateNA
Tender AmountINR 1.2 Million (USD 14.6 K)
2361-2370 of 2378 active Tenders