Manpower Tenders

Manpower Tenders

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 9.5 Million (USD 163.3 K)
Details: Description Invitation To Bid For Repair Of Paclolo Cis Pb # Occmdo-imo-2025-019 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2025 Intends To Apply The Sum Of Nine Million Five Hundred Thirty Nine Thousand Eighty Seven Pesos & 17/100 Only (₱ 9,539,087.17) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-occi-paclolocis-10m-019. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Construction Of Check Gate Structure And 51 Meters Canal Lining At Main Farm Ditch For Paclolo Cis At Magsaysay, Occidental Mindoro. Completion Of The Works Is Required Two Hundred Ten (210) Calendar Days. Bidders Should Have Completed 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). Equipment Requirement: One (1) Unit – Loader (min. Of Bucket Size: 1.50 Cu.m.) Two (2) Unit – One Bagger Mixer One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) Two (2) Unit – Plate Compactor Two (2) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) Two (2) Unit – Bar Cutter One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) Two (2) Unit – Water Pump 4” Dia. One (1) Unit – Service Vehicle (5 Sitter) One (1) Unit – Concrete Vibrator One (1) Unit – Water Truck (min. Water Cap. 1000l) One (1) Unit – Welding Machine Three (3) Units – Concrete Cylinder Mold (6 In. X 12 In.) With Complete Accessories Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Ten Thousand Pesos Php. 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 2:00 P.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 1:00 P.m. Of January 15, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 2:30 P.m. January 15, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 Engr. Emelito V. Urriquia Bac Chairperson Noted: Engr. Raymundo L. Calusin, Mpa Division Manager A

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 4.7 Million (USD 81.4 K)
Details: Description Invitation To Bid For Repair Of Peri Cis Pb # Occmdo-imo-2025-018 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2025 Intends To Apply The Sum Of Four Million Seven Hundred Fifty Eight Thousand Three Hundred Fifty Three Pesos & 89/100 Only (₱ 4,758,353.89) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-occi-pericis-5m-018. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Repair Of Intake Structure For Peri Cis At Calintaan, Occidental Mindoro. Completion Of The Works Is Required One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed 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). Equipment Requirement: One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) One (1) Unit – Plate Compactor One (1) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) Two (2) Unit – Bar Cutter One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) One (1) Unit – Water Pump 4” Dia. One (1) Unit – Service Vehicle (5 Sitter) One (1) Unit – Concrete Vibrator One (1) Unit – One Bagger Mixer One (1) Unit – Welding Machine Three (3) Units – Concrete Cylinder Mold (6 In. X 12 In.) With Complete Accessories Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Five Thousand Pesos Php. 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 11:00 A.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 9:00 A.m. Of January 15, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 10:30 A.m. January 15, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A

National Development Company Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.6 K)
Details: Description Invitation For Negotiated Procurement Due To Two-failed Biddings Procurement Of Health Care Insurance From Private Health Maintenance Organization (hmo) For The Employees Of The National Development Company (ndc) Project Reference No. Mr24-07-098 1. In View Of The Two (2) Failed Biddings, The National Development Company (ndc), Through Its Bids & Awards Committee, Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Health Care Insurance From Private Health Maintenance Organization (hmo) For The Employees Of The National Development Company (ndc) In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of The Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act”, Including Annex H. Thereof. The Bac Will Engage In Negotiations With A Sufficient Number Of Suppliers To Ensure Effective Competition. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Specified Date Shown Below, And Which Would Meet The Minimum Technical Specifications Required. 2. The Approved Budget For The Contract Is One Million Four Hundred Forty Thousand Pesos (php1,440,000.00) Inclusive Of All Applicable Taxes 3. The Procurement Project Is Composed Of One (1) Lot, The Details Of Which Are Described In Annex “b” (technical Specifications). 4. Interested Bidders May Obtain Further Information From The Bac Secretariat At The Address Given Below From January 21-february 7, 2025, Monday To Friday, At 8:00 Am To 5:00 Pm. 5. The Schedule Of Negotiation Activities Are As Follows: Activity Date / Time Venue 1. Issuance And Availability Of Negotiation Documents January 21-february 7, 2025 (8:00 Am – 5:00 Pm) 7th Floor, Ndc Building 2. Pre-bid Negotiation Conference January 30, 2025 (10:00 Am) Via Zoom 3. Deadline For Submission Of Negotiation Documents (proposal) February 7, 2025 (5:00 Pm) 7th Floor, Ndc Building 4. Opening Of Negotiation Documents (proposal) February 10, 2025 (10:00 Am) Abb Hall, Ndc Building 5. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Documents”, With The Title Of The Of The Procurement Project, Name Of The Bidder, Address Of The Bidder, And Contact Details Of The Bidder, Addressed To The Undersigned: I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages). Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing 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 (annex “c”); And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid (annex “d”), Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Past Five (5) Years Prior To The Date Of Submission And Receipt Of Bids, The Value Of Which Must Be At Least Fifty Percent (50%) Of The Abc; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration (annex “e”); And ⬜ (e) Conformity With The Schedule Of Requirements And Technical Specifications (annex “a” And “b”), Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) (annex “f”); 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. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Ii. Financial Component Envelope ⬜ (h) Original Of Duly Signed And Accomplished Financial Bid Form (annex “g”); And ⬜ (i) Original Of Duly Signed And Accomplished Detailed Financial Bid. (annex “h”) 6. Ndc Reserves The Right To Accept Or Reject Any Offer, To Annul The Negotiation Process, And To Reject All Offers At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Johnierey A. Cueto Head, Bac Secretariat National Development Company 7th Floor, Ndc Building, 116 Tordesillas St. Tel. Nos.: (02) 8840-4838 To 47 Loc. 232 E-mail Address: Jacueto@ndc.gov.ph Fax No.: (02) 8840-4862 8. You May Visit The Following Website: For Downloading Of Bidding Documents: Https://www.ndc.gov.ph (originally Signed) Agm Alewijn Aidan K. Ong Bac Chairperson Ndc Bldg., 116 Tordesillas St., Salcedo Village, Makati Ci

Municipality Of Caibiran, Biliran Tender

Automobiles and Auto Parts
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.3 Million (USD 73.3 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Purchase Of 6 Wheeler (8 Cu.m.) Garbage Truck – Brand New Location : Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P4,300,000.00 Source Of Funds : 20% D.f. 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 1.0 Unit 6 Wheeler (8 Cu.m.) Garbage Truck – Brand New • With Lgu Decals And Logo • Including Delivery And Insuran Schedule Of Activities: (1st Posting) Advertisement : January 6, 2025 To January 13, 2025 Pre-bid Conference : January 14, 2025 (11:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bid Evaluation : January 28, 2025 (11:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 6, 2025 Until January 27, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos. [p5,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. The Local Government Unit Of Caibiran Will Hold A Pre-bid Conference On January 14, 2025 At 11:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran, Which Shall Be Open To Prospective Bidders. 5. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 28, 2025 At 11:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 6. Bid Evaluation Shall Be On January 28, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Lgu Caibiran 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps003

National Irrigation Administration Tender

Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 2.8 Million (USD 48.3 K)
Details: Description Invitation To Bid For Improvement Of Baribuan Cis Pb # Occmdo-imo-2025-017 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2025 Intends To Apply The Sum Of Two Million Eight Hundred Twenty Five Thousand One Hundred Seventy Six Pesos & 87/100 Only (₱ 2,825,176.87) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-occi-baribuancis-3m-017. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Improvement Of 0.325 Km Canal Lining And 4 Structure For Baribuan Cis At Sta. Cruz, Occidental Mindoro. Completion Of The Works Is Required Ninety (90) Calendar Days. Bidders Should Have Completed 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). Equipment Requirement: One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) One (1) Unit – Plate Compactor One (1) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) One (1) Unit – Bar Cutter One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) One (1) Unit – Water Pump 4” Dia. One (1) Unit – Service Vehicle (5 Sitter) One (1) Unit – Concrete Vibrator One (1) Unit – Water Truck (min. Water Cap. 1000l) One (1) Unit – Welding Machine One (1) Unit – One Bagger Mixer With Complete Accessories Three (3) Units – Concrete Cylinder Mold (6 In. X 12 In.) Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Five Thousand Pesos Php. 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 10:30 A.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 9:00 A.m. Of January 15, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 10:00 A.m. January 15, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A

Province Of Iloilo Tender

Furnitures and Fixtures
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 299.1 K (USD 5.1 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-03-np (sv) Reference Pr No. Gov-25-03 January 10, 2025 ________________________ ________________________ _________________________ The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 14, 2025 At 9:00 A.m. With The Bids And Awards Committee At The Bids And Awards Committee-secretariat, 5th Floor, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). (sgd)atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱299,190.00 Place Of Delivery: Iloilo Provincial Capitol, Iloilo City Date Of Delivery: 5 Calendar Days Upon Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 250 Pc Coco Lumber, 2”x4”x12’ 357.00 2 150 Pc Coco Lumber, 2”x4”x8’ 240.00 3 135 Pc Coco Lumber, 2”x4”x10’ 299.00 4 150 Pc Coco Lumber, 2”x2”x12’ 179.00 5 200 Pc Coco Lumber, 2”x2”x10’ 146.00 6 50 Pc Bamboo Poles 156.00 7 65 Pc Wooven Sawali, 8’x8’ 380.00 8 80 Lin.m. Laminated Sack, 12’ Wide 169.00 9 8 Box Common Wire Nails, 4” 1,983.00 10 10 Kilo Common Wire Nails, 1-1/2” 85.00 11 7 Box Common Wire Nails, 2-1/2” 2,113.00 Terms & Conditions 1. All Materials Shall Be Delivered At The Iloilo Provincial Capitol. 2. The Supplier Shall Inform The Office Of The Provincial Engineer And Submit Letter Of Inspection Attached With A Copy Of Approved Purchase Order (p.o.) Five (5) Days Prior To The Delivery Of The Materials. 3. Winning Bidder Shall Deliver The Materials Five (5) Days Upon Receipt Of Notice To Proceed. 4. Materials To Be Delivered Shall Be Of Good Quality. Any Material Found To Be Defective Shall Be Returned And Replaced By The Supplier At His/her Own Expense. 5. Liquidated Damages Shall Be Charged To The Supplier For Every Day Of Delay. 6. The Iloilo Provincial Government Reserves The Right To Rescind/cancel The Contract If Deemed Necessary And To The Best Interest Of The Government. Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ___________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.

Municipality Of Caibiran, Biliran Tender

Civil And Construction...+2Construction Material, Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 299.9 K (USD 5.1 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Water System Materials Location : So, Lgu Of Caibiran, Biliran Delivery Period : 10 W.d. Abc : P299,960.00 Source Of Funds : Philhealth Trust Fund All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Pcs G.i. Tee 1 X 1 ½” 7 2 Pcs Teflon Tape (big) 1 3 Pcs ½ “ G. I. Elbow 10 4 Rolls 1” P.e. Pipes 15 5 Rolls ½” P.e. Pipes 1 Schedule Of Activities: (negotiated Procurement – Two Failed Bidding) Advertisement : January 14, 2025 To January 17, 2025 Bid Evaluation : January 20, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 1. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 Until January 17, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 2. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 3. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 20, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 4. Bid Evaluation Shall Be On January 20, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 5. The Lgu Caibiran 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 6. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production Delivery Schedule 4. Manpower Requirement 5. After Sales Service/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps009

National Irrigation Administration Tender

Civil And Construction...+1Others
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 38.2 Million (USD 655.1 K)
Details: Description Invitation To Bid For Construction Of Mamara Sip Pb # Occmdo-imo-2025-023 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2025 Intends To Apply The Sum Of Thirty Eight Million Two Hundred Seventy Thousand Twenty Four Pesos & 90/100 Only (₱ 38,270,024.90) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-occi-mamarasip-40m-023. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Construction Of Phase I With Target Diversion Structure And Canal Lining For Mamara Sip At Abra De Ilog, Occidental Mindoro. Completion Of The Works Is Required Two Hundred Forty (240) Calendar Days. Bidders Should Have Completed 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). Equipment Requirement: One (1) Unit – Bulldozer (min. Of 160 Hp) One (1) Unit – Loader (min. Of Bucket Size: 1.50 Cu.m.) Three (3) Unit – One Bagger Mixer One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) Two (2) Unit – Plate Compactor Three (3) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) Two (2) Unit – Bar Cutter One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) Two (2) Unit – Water Pump 4” Dia. One (1) Unit – Service Vehicle (5 Sitter) Two (2) Unit – Concrete Vibrator One (1) Unit – Water Truck (min. Water Cap. 1000l) One (1) Unit – Welding Machine Three (3) Units – Concrete Cylinder Mold (6 In. X 12 In.) With Complete Accessories Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Twenty Five Thousand Pesos Php. 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 4:00 P.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 1:00 P.m. Of January 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 2:30 P.m. January 17, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A

Province Of Iloilo Tender

Furnitures and Fixtures
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 299.1 K (USD 5.1 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.peo-25-03-np (sv) Reference Pr No. Peo-25-03 January 9, 2025 ________________________ ________________________ _________________________ The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 14, 2025 At 9:00 A.m. With The Bids And Awards Committee At The Bids And Awards Committee-secretariat, 5th Floor, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). (sgd)atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱299,190.00 Place Of Delivery: Iloilo Provincial Capitol, Iloilo City Date Of Delivery: 5 Calendar Days Upon Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 250 Pc Coco Lumber, 2”x4”x12’ 357.00 2 150 Pc Coco Lumber, 2”x4”x8’ 240.00 3 135 Pc Coco Lumber, 2”x4”x10’ 299.00 4 150 Pc Coco Lumber, 2”x2”x12’ 179.00 5 200 Pc Coco Lumber, 2”x2”x10’ 146.00 6 50 Pc Bamboo Poles 156.00 7 65 Pc Wooven Sawali, 8’x8’ 380.00 8 80 Lin.m. Laminated Sack, 12’ Wide 169.00 9 8 Box Common Wire Nails, 4” 1,983.00 10 10 Kilo Common Wire Nails, 1-1/2” 85.00 11 7 Box Common Wire Nails, 2-1/2” 2,113.00 Terms & Conditions 1. All Materials Shall Be Delivered At The Iloilo Provincial Capitol. 2. The Supplier Shall Inform The Office Of The Provincial Engineer And Submit Letter Of Inspection Attached With A Copy Of Approved Purchase Order (p.o.) Five (5) Days Prior To The Delivery Of The Materials. 3. Winning Bidder Shall Deliver The Materials Five (5) Days Upon Receipt Of Notice To Proceed. 4. Materials To Be Delivered Shall Be Of Good Quality. Any Material Found To Be Defective Shall Be Returned And Replaced By The Supplier At His/her Own Expense. 5. Liquidated Damages Shall Be Charged To The Supplier For Every Day Of Delay. 6. The Iloilo Provincial Government Reserves The Right To Rescind/cancel The Contract If Deemed Necessary And To The Best Interest Of The Government. Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ___________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.

Department Of Tourism Region Xi Tender

Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 96 K (USD 1.6 K)
Details: Description Iii. Objectives A. Assessment Objectives 1. Evaluate Current Program Status: Review Components Of Program To Determine Strengths, Weaknesses, Opportunities And Challenges; 2. Stakeholder Feedback: Gather Input From Lgus And Site Managers To Understand Experiences And Expectations; 3. Impact Measurement: Assess Program’s Success In Achieving Its Goals, Such As Promoting Travel And Adventure Tourism Of Davao; 4. Identify Gaps: Pinpoint Areas Needing Improvement, Including Logistics, Marketing, Environmental Consideration And Participant Safety. B. Planning Objectives 1. Set Goals And Objectives: Set Clear, Measurable Objectives For The Next Edition Of The Program; 2. Develop Framework: Create A Detailed Plan Outlining The Program’s Structure, Including Activities, Timeline And Roles; 3. Resource Allocation: Establish Or Reinforce Collaborations With Lgus, And Site Managers; 4. Risk Management: Plan For Safety Measures, Contingency Strategis And Sustainability Practices To Ensure Smooth And Responsible Implementation; 5. Monitoring And Evaluation Plan: Set Metrics And Benchmarks To Evaluate The Success Of The Program After Implementation. C. Team Building And Alignment 1. Foster Collaboration And Synergy Among Organizers, Partners And Volunteers; 2. Ensure Everyone Understands The Program’s Vision And Objectives. Iv. Purpose: The Department Of Tourism Region Xi Is In Need For The Services Of A Hotel / Resort Or Accommodation Facility In Davao City, With Function/meeting Room And Food & Beverage Services. V. Minimum Requirements: 1. Must Be Dotxi Accredited Hotel/ Accommodation Facility , With Overnight Rooms And Meeting/function Rooms; 2. Must Be Able To Provide Food And Beverage Services; 3. Must Be Able To Provide Food With Superior Taste; 4. Must Have Enough Manpower Wait Service Team; 5. Must Be Willing To Provide Services On Send – Bill Arrangement; 6. Must Allow Dot-xi To Finalize Food Menu For The Event; 7. Must Have Previous Experience With Government Events. Vi. Scope Of Work (a) Meeting / Function Room With Meals Date No. Of Pax Inclusions Remarks Jan. 22, 2024 40 -meals: Plated Am & Pm Snacks Buffet Lunch And Dinner -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System Preferably Within Davao City, But Outside Davao City Central Business District -free Use Of Lcd Projector And Screen (b) Room Accommodation With Breakfast Date No. Of Rooms Room Type Remarks Jan. 22, 2024 10 Quad Rooms / Family Shared Rooms -rooms Inclusive Of Breakfast In Davao City -total Of 1night -2-star Hotel Or Equivalent Vii. Criteria For Rating Rating Factors Weight (%) I. Availability 100 Ii. Location And Site Condition 1. Accessibility 30 2. Parking Space 70 100 Iii. Neighborhood Data 1. Sanitation And Health Conditions 40 2. Police And Fire Station 25 3. Restaurant 30 4. Banking And Postal 5 100 Iv. Venue 1. Structural Condition 20 2. Functionality A. Conference Rooms 10 B. Room Assignments (ex. Single, Double, Etc) 5 C. Light, Ventilation And Air Conditioning 5 D. Space Requirements 5 3. Facilities A. Water Supply And Toilet 4 B. Lighting Systems 5 C. Elevators 4 D. Fire Escapes 4 E. Fire Fighting Equipment 4 F. Internet And Telecommunications 4 G. Audio Visual Equipment 5 4. Other Requirements A. Maintenance 5 B. Attractiveness 5 C. Security 5 5. Catering Services 5 6. Client’s Satisfactory Rating 5 Availability X.5 Location And Site Condition X.1 Neighborhood Data X.05 Venue X.35 100% Acceptance-passing Rate (80%) Viii. Budget: Php 96,000.00 Inclusive Of Applicable Government Taxes Ix. Terms Of Payment Dotxi Shall Be Billed On The Actual Expenses Incurred, I.e. Actual Number Of Rooms And Food Ordered, But Shall Not To Exceed The Approved Budget Contract Stated Above. X. Documentary Requirements:  Company Profile  List Of Previously Conducted Projects With Government Offices;  Registration Certificate From Securities And Exchange Commission Or Dti Business Name.  Valid And Current Mayor’s Permit.  Bir Certificate Of Registration  Philgeps Registration; Contact Person(s) Name : Katherine D. Anuta-rubio / Nathania Molina Address : Cope Development Building, Cm Recto St., Davao City Contact Nos. : (082) 225-1940 / 237-9288 Email : 2021dotxi.procurement@gmail.com Dot11@tourism.gov.ph
5441-5450 of 5636 archived Tenders