Manpower Tenders

Manpower Tenders

City Of Danao Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Treasurer’s Office Intends To Apply The Sum Of Php1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Used International Cargo-container Van 4 Sets 20ft Standard Including Cutting & Installation Of Door Painting Inside & Outside With Delivery & Unloading Php1,000,000.00 Delivery Of The Goods Is Fifteen (15) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 15-27, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 28, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

Department Of Education Division Of Pampanga Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 8.2 Million (USD 140.5 K)
Details: Description Invitation To Bid Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga Lot No. Project Number Project Title Approved Budget Of Contract(abc) 1 Tls-2025-001 Provision Of Fifteen (15-) Units Temporary Learning Spaces (tls) At San Vicente San Francisco Hs, Macabebe Php 4,945,000.50 2 Tls-2025-002 Provision Of Ten (10-) Units Temporary Learning Spaces (tls) At Telacsan Hs, Macabebe Php 3,296,667.00 Total Php 8,241,667.51 1. The Department Of Education, Schools Division Of Pampanga, Through The Deped Cy 2024 Basic Education Facilities Fund(beff) Intends To Apply The Sum Of Php 8,241,667.51, Being The Abc To Payments Under The Contract For The Project Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Minimum Required Manpower: 1. Project Engineer 4. First Aider 2. Material Engineer 5. Construction Foreman 3. Safety Officer Minimum Required Equipment: 1. Self –loading Truck 5. Cutting Outfit 2. One Bagger Mixer 6. Bar Cutter 3. Welding Machine 7. Bar Bender 4. Plate Compactor Program Of Works San Vicente San Francisco Hs, Macabebe Abc – Php 4,945,000.50 Item No. Item/description Unit Quantity 1 Mobilization And Demobilization Lot 1.00 2 Earthworks Sq.m 1,156.20 3 Concreting Works (3000 Psi) Cu M 116.19 4 Rebar Works Kg 5,103.00 5 Formworks Sq.m 28.80 6 Masonry Works Sq.m 93.60 7 Steel Works Kg 5,221.90 8 Roofing Works Lm 1,296.00 9 Ceiling And Carpentry Works Sq.m 86.40 10 Electrical Works Lot 1.00 11 Painting Works Sq.m 1,500.00 Program Of Works Telacsan Hs, Macabebe Abc – Php 3,296,667.00 Item No. Item/description Unit Quantity 1 Mobilization And Demobilization Lot 1.00 2 Earthworks Sq.m 770.80 3 Concreting Works (3000 Psi) Cu M 77.46 4 Rebar Works Kg 3,402.00 5 Formworks Sq.m 19.20 6 Masonry Works Sq.m 62.40 7 Steel Works Kg 3,481.27 8 Roofing Works Lm 864.00 9 Ceiling And Carpentry Works Sq.m 57.60 10 Electrical Works Lot 1.00 11 Painting Works Sq.m 1,000.00 2. The Department Of Education- Schools Division Of Pampanga Now Invites Bids For Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Department Of Education- Schools Division Of Pampanga And Inspect The Bidding Documents At The Address Given Below From Monday-friday 8:00 Am- 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 6-27, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 Per Lot. The Procuring Entity Requires Interested Bidders To Present A Letter Of Intent With The Proper Company’s Letterhead, Pcab License, And A Special Power Of Attorney (spa) If The Buyer Is A Representative Of The Company. 6. The Department Of Education- Schools Division Of Pampanga Will Hold A Pre-bid Conference On January 14, 2025, At 9:30 Am, Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 8:30 Am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 8:31 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education- Schools Division Of Pampanga Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Leandro C. Canlas, Phd, Cese Department Of Education – Division Of Pampanga High School Blvd., Barangay Lourdes, City Of San Fernando, Pampanga Email Add: Bac.pampanga@deped.gov.ph January 6, 2025 ____________________________________ Leandro C. Canlas, Phd, Cese Assistant Schools Division Superintendent Bac Chairperson

Municipality Of Sibunag, Guimaras Tender

Civil And Construction...+1Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-006– Concreting Of Barangay Road The Municipality Of Sibunag Through The 2025 20% Df (concreting Of Barangay Road) Intends To Apply The Sum Of One Hundred Thousand Pesos (p500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-006– Concreting Of Barangay Road. Bids Re-ceived In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-006– Concreting Of Barangay Road Bids Delivery Of The Infra Is Required Within Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Within Ten (10) 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. 2. 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 Regu-lations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Re-form Act”. 3. 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 Phil-ippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Simi-lar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 21-30, 2025from The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Docu-ments In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of January 30, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 7. Bid Opening Shall Be On 1:15 Pm Of January 30, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representa-tives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bid-ding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bid-ders. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Construction Of Septic Vault For Health Care Waste Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: January 30, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost 100 Clearing And Grubbing Sq.m. 72.00 105 Sub-grade Preparation Sq.m. 141.00 201 Aggregate Base Course (50% Iloilo River Source-50% White Rocks Buenavista Source) Cu.m. 47.70 311 Portland Cement Concrete Pavement (2mx200mmx22m And 5mx200mm Thkx 36 Meters) Sq.m. 224.00 Spl-1 Technical Supervision Days 30.00 Spl-2 Indirect Cost Lot 1.00 Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Words, Which Shall Be: Concreting Of Barangay Road 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Construction Foreman Skilled Mason Skilled Carpenter Skilled Electrician Skilled Welder Skilled Painter Unskilled Laborer Key Personnel General Experience Relevant Experience Building Construction Within 5years Of Experience Electrical Works Within 5years Of Experience 10.5 The Minimum Equipment Requirements Are The Following: Welding Machine Electric Drill Electric Sander Bar Cutter 1 Bagger Concrete Mixer Equipment Capacity Number Of Unit At Least 1 Unit 12 [insert Valve Engineering Clause If Allowed] N/a 15.1 The Bid Securing Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P10,000.00(2%) Of P______if Bid Securing Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit: B. The Amount Of Not Less Than P25,000.00 (5%) Of P_________if Bid Security Is In Surety Bond. 20.3 Each Bidder Shall Submit [one (1)] Original And [two (2)] Copies Of The First And Sec-ond Components Of Its Bid. 21 Additional Contract Documents Relevant To The Project That May Be Required By Ex-isting Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Con-struction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.

City Of Danao Tender

Textile, Apparel and Footwear
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 348.3 K (USD 5.9 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Type B Uniform For The Athletes Of Cviraa 2025 Of The City Government Of Danao The Local Government Of Danao City, Through The Department Of Education Division Of Danao City Intends To Apply The Sum Of Php348,300.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Type B Uniform For The Athletes Of Cviraa 2025 Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Type B Uniform For The Athletes Of Cviraa 2025, As Follows; Seq. Item Description Quantity Uniform Type B Uniform (athletes Uniform) Polydex 200gsm Full Sublimation 1. Gymnastics 18 Set 2. Swimming 21 Set 3. Archery 4 Set 4. Arnis 14 Set 5. Athletics 45 Set 6. Badminton 16 Set 7. Basketball (5on5) 36 Set 8. Basketball (2on2) 8 Set 9. Billiard 4 Set 10. Chess 8 Set 11. Dancesports 8 Set 12. Football 15 Set 13. Futsal 12 Set 14. Sepak Takraw 21 Set 15. Table Tennis 16 Set 16. Taekwando 22 Set 17. Tennis 16 Set 18. Volleyball 48 Set Php348,300.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

Department Of Tourism Region Xi Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description I. Background And Rationale The Philippine Travel Tour Expo (ptte) Is One Of The Country's Leading Tourism Events, Organized Annually By The Philippine Travel Agencies Association (ptaa) At The Smx Convention Center In Pasay City. The Expo Serves As A Major Platform For Promoting Both Local And International Travel Offerings, Bringing Together Travel Industry Professionals, Businesses, And Enthusiasts To Explore The Diverse Tourism Opportunities In The Philippines. The Event Aims To Foster Growth Within The Tourism Sector While Providing A Venue For Business Networking And Collaboration. Since Its Inception In 1994, The Ptte Has Significantly Grown In Scope, Attracting A Wide Range Of Participants Such As Travel Agents, Tour Operators, Hotels, Resorts, And Individual Travellers. The Expo Showcases A Variety Of Travel-related Services, Including Vacation Packages, Flights, Accommodations, And Emerging Travel Technologies. It Also Highlights Different Regions And Destinations Across The Philippines, Emphasizing The Country’s Cultural Heritage, Natural Beauty, And Unique Tourism Experiences. The Event Offers Exclusive Deals And Promotions, Making It A Popular Destination For Both Business And Leisure Travellers. The Department Of Tourism Xi Views Ptte As A Valuable Opportunity To Promote The Davao Region’s Tourism Products And Attractions. With The Goal Of Boosting Tourism Recovery, Dot Xi, Alongside Local Government And Private Sector Partners, Will Participate In The Expo By Setting Up A Dedicated Booth To Showcase Davao’s Destinations And New Tourism Circuits. This Initiative Aligns With Their Efforts To Strengthen Domestic Tourism In The Region And Market It Effectively To The National Capital Region (ncr) Audience, Helping Ensure The Sustainable Growth Of The Local Tourism Industry. Ii. Objectives 1. To Showcase And Promote The Davao Region Tourism Products And Services In The National Capital Region And Other Regions In The Philippines 2. To Provide Opportunities For Trade Expansion And Consumer Engagement For Davao Region Tourism Stakeholders 3. To Provide An Avenue For Davao Tour Operators To Connect, Build A Network And Create New Businesses With Their Counterparts In Central Philippines 4. To Support The Sustainability Of The Existing Davao To Ncr Routes And Other Regional Air Routes Iii. Program Design The Dot Regional Office Xi Will Participate As Exhibitor And Will Conduct Customer-to-customer And Business-to-business Engagements. Event Components • Main Booth Exhibit: Showcase Of The Davao Region Provinces Partnered With Local Tour Operators • B2b Activity: Participation Of The Delegation To The Main B2b Activity By The Ptaa Iv. Scope Of Work A. Booth Construction And Design 1. Coordinate With The Organizer For Guidelines/ Instructions On Booth Installation. 2. Supervise And Facilitate Ingress And Egress, Booth Set-up And Installation, Maintenance And Dismantling; 3. Secure Required Forms And Permits For The Smooth Installation Of The Booth. 4. Assignment Of Stand-by Manpower For The Duration Of The Event To Manage On-site Problems; 5. Design And Construction Of The Dot Davao Booth, With The Following Details And Inclusions To Wit:  All Design And Landscaping Materials And Procedures For A Two (2m Deep) (3m Long) Or 12 Sqm Booth With Platform Raw Space Booth;  Led Wall Or Maximum Size Television For Audio-visual Presentations In The Booth  Back Printed High-resolution Tarpaulins  Sintra Boards/ Lighted Build Up  Up Lights And Floodlights  Counters With Storage (number Of Counters To Be Identified)  Additional Storage Area For Safekeeping Of Items.  Column Fabricated Wall-type Design  Décor, Chairs And Tables (dependent On The Design)  Provision Of Sound System  Provision Of Water Dispenser With Daily Supply Water Gallon  Installation And Disassemble Services  Freight Services For Any Items/elements To Be Owned By Dot Xi B. Deliverables Of The Contracting Party: 1. Activity Report 2. Photo Documentation 3. Statement Of Account 4. Official Receipt C. Design Pegs: V. Project Requirement And Scope Of Deliverables Terms During The Service And Expected Output (a) The Supplier Shall Propose Design Incorporating The Aesthetic Elements And Components That Depict The Icons And Destinations Of Davao Region; To Incorporate New Davao Region Branding (b) The Proposed Design & Lay-out And Other Elements Shall Be For Approval Of Dot Xi Vi. Proposed Budget Of The Contract (abc): • The Total Approved Budget For The Procurement For The Services Of A Booth Contractor For The Davao Region Booth For The 32nd Ptaa Travel Tour Expo Is Two Hundred Thousand Pesos Only (php 200,000.00) Inclusive Of All Applicable Government Taxes” • Terms Of Payment: Government Procedure/willing To Provide Services On A Send Bill Arrangement Payable Within Thirty (30) Working Days. Vii. Minimum Requirements Requirements: (to Submit Sufficient Documents) 1. Company Profile Or Portfolio; 2. Must Have Handled Dot Accounts And Must Provide A List Of Previously Conducted Events/service For “booth Contractor” (within The Last 3-6 Months); (contracts/po) 3. Must Be Smx Convention Center Accredited (accreditation Certificate) 4. Valid Bidding Documents (as Required By The Procurement Law/dot Xi Procurement Division) A. Valid Philgeps Registration B. Valid Mayor’s Permit C. Dti/sec Registration Certificate D. Tin Certification E. Other Applicable Documents As Required 5. Must Be A Manila-based Company (not A Subsidiary Company) Viii. Payment Procedure Send-bill Arrangement: (payable Within 15-30 Days Upon Receipt Of The Statement Of Account From The Supplier) Official Billing Details: Tanya Rabat-tan Regional Director, Department Of Tourism-xi Unit 1-5, Ground Floor, Cope Development Corporation Building 2, Cm Recto St., Davao City Ix. Project Officers/contact Persons: Marketing & Promotion Division: Kamille M. Araneta Procurement Division: Bon Jovi Cabreros/nathania Molina Contact Nos: 09171696215/09472506686 Email: 2021dotxi.procurement@gmail.com/dot11mpd@gmail.com Other Information: Dot Xi Rbac Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. It Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation.

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 281.2 K (USD 4.8 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php281,254.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 325 Bags 2. Washed Sand 26 Cu.m 3. Crushed Gravel 5 Cu.m 4. 12mm.ø X 6.00mtrs Deformed Bar 42 Lengths 5. #16 G.i Tie Wire 4 Kg 6. Cutting Disc 5 Pcs 7. Class-a Boulder 76 Cu.m 8. Fine Sand 8 Cu.m 9. 2”ø X 3.0m Pvc Pipe 14 Lenghts 10. 2” X 2” X 10’ Coco Lumber 20 Lengths 11. Cwn 4” 3 Kg Php281,254.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

City Of Danao Tender

Civil And Construction...+2Road Construction, Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 991 K (USD 16.9 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php991,048.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City, As Follows; Seq. Item Description Quantity 1. Gravel 96 Cu.m 2. Portland Cement 1,296 Bags 3. Washed Sand 72 Cu.m 4. Crushed Gravel 144 Cu.m 5. 12mm.ø X 6.00mtrs Deformed Bar 46 Lengths 6. Asphalt Sealant (bitumen Seal) 49 Kg 7. 1” X 6” X 10’ Coco Lumber 81 Lengths 8. 4” Common Wire Nail 3 Kg 9. Hacksaw Blade 3 Pcs Php991,048.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

DEPARTMENT OF TOURISM REGION I Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 124.8 K (USD 2.1 K)
Details: Description Terms Of Reference Project: Procurement Of Event Management Services For The Participation Of Region 1 In The Philippine Travel Agencies Association (ptaa) 32nd Travel Tour Expo On February 7-9, 2025 Project Background The 32nd Ptaa Travel Tour Expo 2025 Will Take Place From February 7 To 9, 2025, At Halls 1- 4 And Function Rooms 1-4 Of The Smx Convention Center, Mall Of Asia, Pasay City. With The Theme “beyond Borders,” This Year’s Travel Tour Expo Aims To Inspire And Connect The World Through The Transformative Power Of Travel, Highlighting The Unparalleled Wonders That Lie Beyond Our Borders. This Premier Event Offers An Exceptional Platform To Explore Cutting-edge Innovations, Discover Opportunities, And Forge Connections That Transcend Geographical And Cultural Boundaries. Widely Regarded As A Cornerstone Event In The Travel And Tourism Calendar, The Travel Tour Expo Gathers A Remarkable Array Of Industry Players. These Include Travel Agents, Tour Operators, Airlines, Hotels, Resorts, Entertainment And Theme Parks, Providers Of Travel Essentials, Food Businesses, And Other Travel-related Establishments. The Expo Has Consistently Shattered Records In Terms Of Exhibitor Participation, Visitor Attendance, And Production, Solidifying Its Reputation As The Philippines’ Leading Event For Showcasing The Best In Tourism, Travel, Hospitality, And Allied Industries From Both Local And International Markets. As Part Of Its Ongoing Mission To Strengthen, Intensify, And Sustain Marketing And Promotional Efforts, Dot Region 1 Will Proudly Showcase The Rich Offerings Of Its Four Provinces. Representatives From Provincial And Municipal Tourism Offices, Along With Travel And Tour Operators, Hotels, Resorts, And Other Tourism-related Entities, Will Join The Dot Region 1 Team To Highlight Newly Developed Products, Destinations, And Tourism Circuits. The Region 1 Booth Will Feature An Inviting Lounge And Food-tasting Corner, Where Visitors Can Sample The Region’s Vibrant Culinary And Gastronomy Offerings. As Part Of Product Activation Efforts, A Region 1 Presentation Is Scheduled On Either The Second Or Third Day Of The Event. This Will Include Product Showcases, Engaging Displays, And Interactive Games To Captivate And Inspire Attendees. Booth Size: 12 Sqm (2 Units- 3m X 2m ) Booth Height: 8 Ft (max) Approved Budget Of The Contract The Approved Budget Of The Contract Is One Hundred Twenty-four Thousand Eight Hundred Fifty Pesos Only (php 124,850.00) 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. Scope Of Service The Service Provider Shall Provide The Necessary Logistical Requirements For The Implementation Of The Participation Of The Department Of Tourism Region 1 In The 32nd Travel Tour Expo 2025 With Requirements And Details As Specified Below: Expenses Particulars Unit/pax Frequency Region 1 Booth Enhancement Provision And Supply Of Labor, Materials, And Professional Services To Execute The Concept, Design, Layout, Creatives, Installation And Dismantling Of The Department Of Tourism Region 1 (dot Ro1) – Ilocos And Pangasinan Region Including Payment Of Any Fees During The Ingress A. Tv With Stand 55 To 60 Inches B. Customized Background Walls And Ceiling Featuring Major Destinations C. All Photos Should Be Highresolution Printed And Mounted In Sintraboard Or Its Equivalent D. Artificial Grass For Flooring E. To Incorporate The Dot Logo And Love The Philippines In The Design F. #findtheoneinregion1 Marquee Letter G. 2 Customized Counter With Cabinet For Storage And High Chairs That Can Accommodate 2 Pax Per Table H. Strategically Located Electrical Outlets And Storeroom I. Quality Led Lighting Or Pin Light For The Booth And Displays And Photos J. Provision Of Standby Manpower For Booth Maintenance Note: Pls Submit 2 Designs For Approval Of Dot Region 1 Note: Pls See Attached Floor Plan Lot Ingress/egress Installation And Dismantling Promotional Materials Tokens Of R1 Products For Vvip Guests With Customized Packaging 30 Pcs Customized Find The One T-shirt For The Dot Guests 20 Pcs Food Tasting Provision And Supply Of Curated R1 Food Products For The Food Tastings For 3 Days Good For 100 Pax Per Day 3 Days Other Requirements Include:  The Supplier To Process And Shoulder Necessary Permits, Fees And Other Papers Relative To The Installation And Dismantling Of The Region 1 Booth. The Service Provider Shall Work In Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Project Under A Pre-approved Itinerary. Any Changes In The Itinerary And Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Reminders To Bidders: 1. Please Note That Projects Will Be Awarded As One Lot. 2. All Bidders Must Submit A Copy Of Their Mayor’s/business Permit (business Permit Application, If Applicable), Philgeps Certificate/number, And Original Omnibus Sworn Statement (notarized) With Their Original Copy Of Quotations/proposals On Or Before The Indicated Deadline On The Philgeps Website In Order For Proposals To Be Considered And Qualified. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250. 4. Please Send Your Quotation And Bid Documents To Mr. Bon Derryl G. Pugal- Bac Secretariat At 2/f Nisce Business Center Bldg., Barangay Catbangen, San Fernando City, La Union. You May Send An Advance Copy Of Your Documents Through The Bac Secretariat At The Email Address: Dotregion1bac@gmail.com. Please Note That We Still Need To Receive The Original Documents For Us To Consider Your Bids.

Cooperative Development Authority Tender

Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 850 K (USD 14.4 K)
Details: Description Purpose: For The Official Use Of Cda Head Office - Ictd 1. Security Information And Event Management Solution Specifications 1.1. Cloud-based Machine Data Analytics Software As A Service (saas) Focusing On Security, Operations, And Business Intelligence Use Cases. 1.2. A Cloud-native Security Operations Center (soc) Tool That Automatically Analyzes And Correlates Threat Alert Data. 1.3. Uses Modernized Approach In Soc Feature. 1.4. Threat Hunting And Response As A Service: 1.4.1. Force Multiplier; 1.4.2. Advanced Hunting; 1.4.3. Collective Defense; 1.4.4. Rapid Response; And 1.4.5. Correlation-based Detection. 1.5. Automated Prioritization And Alert Triage That Uses Adaptive Signal Clustering (asc) Engine. 1.6. Alert Analytics Generating Signals From Logs. 1.7. Automate Manual Work For Soc Team. 1.8. Compatible With Cda It Infrastructure. 2. Scope Of Work And Services 2.1. The Contractor Shall Provide A One (1) Year Subscription Of An Adaptive Cloud Siem And Support Services Within Thirty (30) Calendar Days From The Receipt Of Notice To Proceed (ntp); 2.2. The Contractor Shall Provide Assistance In Deploying And Integrating The Cda It Infrastructure To Siem; 2.3. The Contractor Shall Provide Training In Managing, Deployment, And Operation Of The Siem To Ictd Personnel; 2.4. The Contractor Shall Provide/render Technical Support Services Twenty-four Hours A Day, Seven Days A Week (24x7). Technical Support Can Be Delivered In The Form Of Telephone Calls, Electronic Mail, Online, And/or On-site Support; 2.5. The Contractor Must Turn Over And Provide The Full Functionality And Management Of The Service Account For Security Purposes; 2.6. The Contractor Shall Provide One (1) Subscription Account; 2.7. The Contractor Shall Provide A Post-migration Report Within 15 Working Days; 2.8. The Contractor Shal Provide Service And Support Coverage For One (1) Year From The Successful Delivery And Acceptance. 3. Warranties Of The Contractor 3.1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Tor; 3.2. The Contractor Warrants, Represents, And Undertakes The Reliability Of The Services And That Its Manpower Complements Are Hardworking, Qualified/reliable, And Dedicated To Do The Service Required To The Satisfaction Of The Cda. It Shall Employ Well-behaved And Honest Employees With Id Displayed Conspicuously While Working Within The Compound. It Shall Not Employ Cda Employees To Work In Any Category Whatsoever; 3.3. The Contractor, In The Performance Of Its Services, Shall Secure, And Maintain At Its Own Expense All Registration, Licenses, Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And Commissions; 3.4.the Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Therein; 3.5.the Contractor Shall Provide Services, Including Technical Support, Which Shall Be Covered By A Performance Security Bond Equivalent To 10% Of The Total Contract Price. The Said Amount Shall Be Released After The Lapse Of The Subscription Period. Provided That All Conditions Imposed Under The Contract Have Been Fully Met; 3.6.the Subscription Period Shall Commence When The Cda Issues The Certificate Of Acceptance. 4. Confidentiality Of Data 4.1. All Project Personnel Of Contractor Shall Be Required To Sign A Non-disclosure Agreement (nda); 4.2. The Contractor Agrees To Hold The Proprietary Information In Strict Confidence; And 4.3.the Contractor Agrees Not To Reproduce, Translate Or Disclose The Proprietary Information To 3rd Parties Without The Prior Written Approval Of The Cda. 5. Terms Of Payment 5.1. The Contractor Shall Be Paid Upon Provision Of Subscription Account Of This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%); 5.2. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules, And Regulations: 5.2.1.sales Invoice/billings; 5.2.2.certificate Of Acceptance Issued By Cda Ictd Chief; 5.2.3.non-disclosure Agreement; And 5.2.4.no Advance Payment Shall Be Made As Provided For In Section 88 Of Pd 1445. 5.3. A Certificate Of Acceptance Shall Be Issued By The Chief Of Information And Communication Technology Division (ictd) Once The Contractor Fully Meets All The Requirements. 6. Pre-termination Of Contract 6.1.the Contract For The Subscription Of An Adaptive Security And Event Management (siem) Service May Be Pre-terminated By The Cda For Any Violation Of The Terms Of The Contract. In Case Of Pre-termination, The Contractor Shall Be Informed By The Cda Thirty (30) Days Before Such Pre-termination; 6.2. In Case Of Pre-termination, The Contractor Shall Be Liable To Additional Liquidated Damage Equivalent To One Percent (1%) Of The Contract Price As Provided By The Government Accounting Manual (gam) And Forfeiture Of The Performance Security; And 6.3. The Cda Shall Have The Right To Blacklist The Contractor In Case Of Pre-termination. 7. Training 7.1. Administration Management Console Technical Training For 5 Designated It Personnel; 7.2. All Trainings Should Be Done Virtually Using Zoom Or Google Meet; And 7.3. Must Provide A Certificate Of Training To The Attendees. 8. Deliveyr Period And Completion 8.1. Delivery Of One (1) Year Subscription Account, Migration And Submission Of Post-migration Report, And User Management Training - 60 Working Days. 9. Qualification Of Bidder "9.1. A Company With Expertise In Deploying On-premise Or Cloud Siem; And 9.3. Philgeps Registered" 10. Billing And Payment 10.1. 100% - Upon Completion Of The Delivery And Configuration Of Siem And Upon Completion Of Users Account Management Training. 11. Delivery Period 11.1. The Configuration/setup Must Be Completed Within Seven (7) Days Prior To March 14, 2025, Which Marks The Expiration Of Our Current Subscription, Subject To The Issuance Of The Notice To Proceed.

BARAGAY SANDAYONG SUR DANAO CITY CEBU Tender

Civil And Construction...+1Road Construction
Corrigendum : Tender Amount Updated
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 991 K (USD 16.9 K)
Details: Description Description Republic Of The Philippines Danao City Brgy. Sandayong Sur Invitation To Apply For Eligibility And To Bid Concreting Of Barangay Road At Sandayong Sur, Danao City The Brgy.sandayong Sur, Tends To Apply The Sum Of Php991,048.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Barangay Road @ Brgy.sandayong Sur, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Sandayong Sur Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Concreting Of Barangay Road Of Brgy.sandayong Sur, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 96 Cu.m Base Course(gravel)- Compacted 2,100.00 201,600.00 2. 1296 Bags Portland Cement 228.00 295,488.00 3. 72 Cu.m Washed Sand 2,100.00 151,200.00 4. 144 Cu.m Crushed Gravel 2,100.00 302,400.00 5. 46 Lengths 12mm X 6.00mtrs. Deformed Bar 318.00 14,628.00 6. 49 Kgs. Asphalt Sealant (bitumen Seal) 268.00 13,132.00 7. 81 Lengths 1 X 6 X 10 Coco Lumber 150.00 12,150.00 8. 3 Kgs. 4 Common Wire Nails 81.00 243.00 9. 3 Pcs. Hacksaw Blade 69.00 207.00 Php. 991,048. 00 Delivery Of The Goods Is Required Not Later Than Febuary 29, 20245.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On January 30- Febuary 6, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration Submission And Receipts Of Bids On Febuary 06, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Sandayong Sur, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders,performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Whos Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Nelia J. Cañas Brgy.bac Chairman Sandayong Sur, Danao City
5361-5370 of 5520 archived Tenders