Manpower Tenders

Manpower Tenders

Department Of Tourism Region Xi Tender

Food Products
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 65.7 K (USD 1.1 K)
Details: Description Ii. Objectives 1. To Gather Tourism Insights And Directions From Key Tourism Players Of Davao Del Norte; 2. To Involve More Lgus And Other Representatives From The Private Sector In Davao Del Norte; 3. To Engage The Provincial/city And Municipal Tourism Offices And Among Others Of Davao Del Norte; Iii. Purpose: The Department Of Tourism Region Xi Is In Need For The Services Of A Hotel/venue Facility In Tagum City, Davao Del Norte With Function/meeting, Room Accommodation And Food & Beverage Services. Iv. Minimum Requirements: 1. Must Be Dotxi Accredited Meeting Facility That Can Accommodate A Minimum Of 30 Pax; 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 Strong Connection To Free Wifi (both Rooms And Function) 8. Must Have Previous Experience With Government Events. V. Scope Of Work (a) Meeting / Function Room; Meals And Room Accommodation Date No. Of Pax Inclusions Remarks January 23, 2025 8:00am-on Wards 30 Pax -am And Pm Snacks - Buffet Lunch (3 Main Course, Soup, Rice, Fruits And Drinks) -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System With At Least 3 Microphones -strong Connection To Free Wifi -free Use Of Lcd Projector And Screen 4 Rooms (twin Sharing) – Good For 2 Persons With Dinner On January 23 And Breakfast On January 24, 2025. 4 Rooms X 2pax Per Room = 8 Pax 2 Rooms (single) – With Dinner On January 23 And Breakfast On January 24, 2025. 2 Rooms X 1pax Per Room = 2 Pax January 24, 2025 8:00am-5:00pm 30 Pax -am And Pm Snacks - Buffet Lunch (3 Main Course, Soup, Rice, Fruits An Drinks) -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System With At Least 3 Microphones -strong Connection To Free Wifi -free Use Of Lcd Projector And Screen Preferably Located In Tagum City Business District. Vi. Budget: Php 65,700.00 Inclusive Of Applicable Government Taxes Vii. Terms Of Payment Dotxi Shall Be Billed On The Actual Expenses Incurred, I.e. Food Ordered, But Shall Not To Exceed The Approved Budget Contract Stated Above. Viii. 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  Omnibus Sworn Statement Contact Person(s) Name : Ronnie O. Agan / 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

Province Of Iloilo Tender

Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 684 K (USD 11.8 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.com-25-98-np (sv) Reference Pr No. Com-25-98 February 12, 2025 __________________________ _____________________________ _____________________________ (supplier's Name And Office Address) 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 February 18, 2025 At 9:00 A.m. At The 2nd Floor, In Front Of Grand Social Hall, Casa Real, Iloilo After Payment Of The Rfq Form In The Amount Of One Thousand Pesos (₱1,000.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱684,000.00 Place Of Delivery: Hotels Within The Iloilo City Or In The Province Of Iloilo Date Of Delivery: As Per Terms/conditions Stated In The Order To Deliver/ordering Agreement Until December 31, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1,140 Pax Catering Of Meals For 1140 Pax @ 450.00 Per Pax For Various Activities Of The Provincial Comelec Office Until December 31, 2025. 450.00 Menu: Main Dish: Choice Of 2 Main Dish Baked Rosemary Chicken/ Baked Honey Chicken/ Roasted Herbed Chicken/ Chicken Cordon Bleu/ Chicken Ala King/ Sweet & Sour Fish Fillet/ Fish Tempura In Garlic Aioli/ Garlic Crusted Fish With Raspberry Sauce/ Stir Fried Squid With Chili Sauce/ Texas Spareribs/ Bbq Pork Ribs/ Pork Estofado/ Pork Sisig/ Pork Crispy Pata/ Lechon Crispy-dinuguan/ Beef & Tripe Kare-kare/beef Tenderloin In Mushroom Sauce/ Beef With Broccoli/ Beef Callos Choice Of 1 Soup Or Salad/appetizer: Salad/ Appetizer: Tropical Garden Salad/ Tossed Green Salad/ Potato Salad/ Grilled Corn Salad/ Chicken Potato Salad/ Macaroni Deluxe Salad/ Greek Marble Potato Saladi Greek Salad/ Kani Mango Salad/ Thai Mango Salad/ Sisig Cup Egg Rolls/ Pulled Pork Sliders/ Homemade Biscuit With Chicken Liver Pate Soup: Crab & Corn Soup/ Roasted Pumpkin Soup/ Wild Mushroom Soup/ Potato & Cheese Soup/ Seafood Chowder Soup/ Creamy Corn Soup/ Creamy Tomato Soup/ Sopa De Mariscos Soup/ Egg Drop Soup/ Cream Of Chicken Soup/ Cream Of Cauliflower Soup/hototay Soup/ Vegetable Chowder Soup Choice Of 1 Side Dish: Stir Fried Vegetable In Oyster Sauce/ Buttered Vegetables/ Chinese Chopsuey/ Macedoine Assorted Vegetables/ Herbed Marble Potato/ Ginataang Sitaw/ Ilonggo Pinakbet/ Buttered French Beans/ Sauteed Kangkong In Carlic/ String Beans Adobo Choice Of 1 Dessert: Buko Pandan Salad/ Mango Tapioca/ Creamy Fruit Saladi Assorted Cakes/ Panna Cotta/ Creme Brulee/ Coconut Flan/ Fruity Macaroni Salad/ Crema De Fruta/ Mango Float/ Brownies/ Matcha Cake/ Salted Caramel Cake/ Tiramiso Cake/ Chocolate Moist Cake/ Custard Cake/ Coffee Jelly Steamed Rice And Drink 2 1,140 Pax Catering Of Snacks For 1140 Pax @ 150.00 Per Pax For Various Activities Of The Provincial Comelec Office Until December 31, 2025. 150.00 Menu: Choice Of 1 Pastry/pasta/noodles/soup Pastries: Cheesy Ensaymada/ Cinnamon Rolls/ Meat Rolls/ Ham & Cheese Rolls/ Korean Egg Drop Sandwich With Potato Chips/ Rocky Road Cookies/ Mini Carrot Cake/ Empanada/ Chicken Ala King/ Korean Cream Cheese Bread/ Banana Walnut Muffins/ Mango Muffins/ Cream Cheese Muffins/ Chocolate Muffins/ Pineapple Muffins Pasta /noodles / Soup Baked Macaroni With Bread/ Creamy Carbonara With Bread/ Pinoy-style Spaghetti With Bread/ Sotanghon Guisado With Bread/ Palabok With Bread/ Lomi Noodle Soup With Homemade Pandesal/ Batchoy With Homemade Pandesal/ Chocolate Rice Porridge With Homemade Pandesal/ Chicken Arroz Caldo With Homemade Pandesal Drinks Terms And Conditions 1. Served With Free Flowing Coffee And Water. 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 The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized 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. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.

Gingoog City Water District Tender

Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.5 K)
Details: Description Invitation To Bid For Procurement Of Security Services For Gingoog City Water District For The Year 2025 1. The Gingoog City Water District, Through The Corporate Budget For Cy 2025 Intends To Apply The Sum Of One Million Six Hundred Thousand Pesos Only (p 1,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Security Services For Gingoog City Water District For The Year 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Gingoog City Water District Now Invites Bids For The Supply Of Manpower Requirements Of Six (6) Persons To Render Security Services As Well As Materials, Tools And Equipment Necessary, Appropriate And Incidental To The Performance Of The Job. Completion Of Work Is Required Based On Section Vi-schedule Of Requirements. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Gingoog City Water District And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm During Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting December 18, 2024 To January 8, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Gingoog City Water District Will Hold A Pre-bid Conference On December 27, 2024, Thursday 2:00 P.m. At Gingoog City Water District Guest Room. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address, Which Was Indicated Below On Or Before January 8, 2025, At 1:00 Pm, 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 17. 9. Bid Opening Shall Be On January 8, 2025, At 2:00 Pm At Gingoog City Water District Guest Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Bid Opening. 10. The Gingoog City Water District 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: Jerome B. Loquero Head, Bac Chairman Gingoog City Water District Gingoog City, Misamis Oriental Tel. Fax. No. (088) 861-1190 .

Bureau Of Jail Management And Penology - BJMP Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 20.3 Million (USD 347.3 K)
Details: Description Invitation To Bid For The Construction Of Perimeter Fence (phase I) Of Bocaue Municipal Jail 1. The Bureau Of Jail Management And Penology Regional Office Iii (bjmpro-iii), Through The National Expenditure Program (nep) Fy 2025 Intends To Apply The Sum Of Twenty Million Three Hundred Seventy Thousand Pesos (php 20,370,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project: Construction Of Perimeter Fence (phase I) Of Bocaue Municipal Jail With Contract No. Bjmpro-iii-infra-005-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bjmpro-iii Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Seventy (270) 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). 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 Bjmpro-iii And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7, 2025 From Given Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Bjmpro-iii Will Hold A Pre-bid Conference On January 15, 2025 At 9:00am At 2nd Floor Conference Room, Bjmp Regional Office, Brgy. Maimpis, City Of San Fernando, Pampanga, 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 January 27, 2025 At 08:45 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 16. 9. Bid Opening Shall Be On January 27, 2025 At 09:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Soft Copy Of Detailed Estimate, Program Of Works, Manpower Schedule And Construction Method (excel Format-dupa) In Usb Must Be Submitted As Part Of The Financial Component Of The Bid. 11. The Bjmpro-iii 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. 12. Please Be Informed That This Project Is A Procurement Short Of An Award, Relative To The National Expenditure Program (nep) Cy 2025 And Indicative App Cy 2025 Of The Bureau Of Jail Management And Penology. Hence, In The Event That The Lcrb Has Been Determined, The Issuance Of The Notice Of Award To Such Bidder May Done Only Upon Approval Or Enactment Of The Respective Appropriations Or Budget Authorization Document 13. For Further Information, Please Refer To: Bjmp Regional Office- Iii Bac Secretariat Office Of Logistics Division Diosdado Macapagal, Government Center Maimpis, City Of San Fernando, Pampanga Sgd. Jssupt Desiree M Jamandron Bac Chairperson

Municipality Of Bugallon Pangasinan Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Bugallon Barangay Cayanga Bids And Awards Committee Invitation To Bid For Improvement Of Multi- Purpose Hall Building (session Hall Partition) At Brgy. Cayanga Bugallon, Pangasinan Contract Id No. 001-01-2025-infra 1. The Municipality Of Bugallon Of Barangay Cayanga, Through The 20% Development Fund Fy 2025, Intends To Apply The Sum Of One Hundred Fifty Thousand Pesos Only. (php 150,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Multi- Purpose Hall Building (session Hall Partition) At Brgy. Cayanga, Bugallon, Pangasinan Under Contract Id No. 001-01-2025-infra. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Bugallon Of Barangay Cayanga Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 5 Calendar Days From Receipt Of Notice To Proceed. 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). 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 The Municipality Of Bugallon Of Barangay Cayanga And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. To 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23- February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Municipality Of Bugallon Of Barangay Cayanga Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m, Bac Office Of Barangay Hall At Barangay Cayanga, 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 10:00 A.m, February 11, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be A 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 February 11, 2025, 10:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Necessary Information: Minimum Pcab License Category: Project Size Range: Minimum Manpower Requirement 1 Construction Foreman 4 Laborer 2 Welder/ Installer Minimum Equipment Required 1 Unit Welding Machine Scaffoldings (l.s.) 11. The Municipality Of Bugallon Of Barangay Cayanga Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Conduct Awards In Accordance With Section 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. 12. For Further Information, Please Refer To: Frelina L. Repato Bac Secretary 13. You May Visit The Following Website: For Downloading Of Bidding: Shorturl.at/vznow.. Armando C. Repato Jr. Bac Chairman

Municipality Of Bugallon Pangasinan Tender

Civil And Construction...+3Others, Civil Works Others, Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Bugallon Barangay Magtaquing Bids And Awards Committee Invitation To Bid For For The Fabrication/ Installation Of Street Lights At Sitio Calsib To Sitio Marawi At Barangay Magtaking, Bugallon, Pangasinan Contract Id No. 007-12-2024-infra 1. The Barangay Magtaquing Of The Municipality Of Bugallon Through The 20% Development Fund Fy 2024, Intends To Apply The Sum Of One Hundred Thousand Pesos Only. (php 100, 000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Fabrication/ Installation Of Street Lights At Sition Calsib To Sitio Marawi At Barangay Magtaquing, Bugallon, Pangasinan Under Contract Id No. 007-12-2024-infra. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Magtaquing Of The Municipality Of Bugallon Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 5 Calendar Days From Receipt Of Notice To Proceed. 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). 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 The Barangay Magtaquing Of The Municipality Of Bugallon And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. To 4:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 – January 06, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Barangay Magtaquing Of The Municipality Of Bugallon Will Hold A Pre-bid Conference On December 20, 2024, 10:00 A.m, Bac Office Of Barangay Hall At Barangay Magtaquing, 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 10:00 A.m, January 06, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be A 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 January 06, 2025 10:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Necessary Information: Minimum Pcab License Category: Project Size Range: Minimum Manpower Requirement 1 Construction Foreman 1 Carpenter 4 Laborer 1 Welder/ Electrician 1 Mason Minimum Equipment Required 1 Unit- Welding Machine 11. The Barangay Magtaquing Of The Municipality Of Bugallon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Conduct Awards In Accordance With Section 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. 12. For Further Information, Please Refer To: Mark Anthony Austria Bac Secretary 13. You May Visit The Following Website: For Downloading Of Bidding: Shorturl.at/vznow.. Approved By: Wilba Enrique Bac Chairman

Development Academy Of The Philippines Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Project Title: One (1) Lot Supply, Installation And Commissioning Of Window Blinds At Dapcc Cottages And Lobbies A. General Scope Of Work: A.1. Mobilization Of All The Needed Tools, Equipment, Supplies, Machineries And Materials On-site Including All Applicable Personal Protective Equipment (ppe) Necessary For The Completion Of The Project; A.2. Installation Of Window Blinds In 2 Cottages And Lobbies A.3. Included Equipment Are: 3.1 Tape Measure 3.2 Pencil 3.3 Electric Drill 3.4 Drill Bits 3.5 Screw 3.6 Ladder 3.7 Brackets 3.8 Window Blinds A.4. Provide Manpower During Project Implementation Until Completion; A.5. Ensure The Safety And Security Of All Dap Personnel And Properties During The Implementation Of The Activities; A.6. Replace/repair/repaint/retouch/restore Dap Property That May Be Damaged As A Result Of The Works During The Project Implementation At The Expense Of The Contractor; A.7. Ensure Visibility And Presence Of Safety Signages/barricades/barriers In All Areas Affected; A.8. Clearing, Hauling And Disposal Of Debris (if Applicable) That Were The Result Of The Implementation Of The Project. Proper Disposal Of The Debris Out Of The Dapcc Premises, Shall Be The Sole Responsibility Of The Contractor; B. Specific Scope Of Work/coverage: B.1.1. Cleaning And Preparing The Window Area; B.1.2. Measure Of Window Frame; B.1.3. Mark The Bracket Position; B.1.4. Properly Installing The Brackets; B.1.5. Setting Up The Headrail; B.1.6. Carefully Hanging The Blinds; B.1.7. Design And Location Details: No. 1. Lobby (ground Flr.) - Design : Combi Blinds- Natural - Color Coffee - Room: 1 - 3 Blinds Per Room - Total Blinds: 3 - Sqft, Per Room: 74 2. Lobby (2nd Flr.) - Design : Combi Blinds- Natural - Color Coffee - Room: 1 - 1 Blinds Per Room - Total Blinds: 1 - Sqft, Per Room: 57 3. Lobby 3rd Flr.) - Design : Combi Blinds- Natural - Color Coffee - Room: 1 - 3 Blinds Per Room - Total Blinds: 3 - Sqft, Per Room: 102 4. Cottages 3 & 4 - Design : Combi Blinds- Natural - Color Coffee - Room: 2 - 8 Blinds Per Room - Total Blinds: 16 - Sqft, Per Room: 220 - Total Sqft: 440 5. Cottages 3 & 4 - Design : Vertical Blinds (split Type) - Color: Gray - Room: 2 - 1 Blinds Per Room - Total Blinds: 2 - Sqft, Per Room: 95 - Total Sqft: 190 C. Other Requirements: C.1. Implementation Of The Project Shall Be Subject To The Availability And Clearance Of The Dapcc Management; C.2. Dapcc Work Permit Shall Be Secured At Least One (1) Day Prior To Project Implementation; C.3. Provision Of First Aid Tools, Supplies, And Materials Must Be Present At All Times And Should Be Provided By The Contractor; C.4. The Contractor Shall Issue A Certificate Of Warranty Reflecting The Validity Of At Least One (1) Year From The Date That Is Was Accepted By The Dapcc; C.5. The Dapcc Shall Issue A Certificate Of Project Completion Once All Requirements And Activities Have Been Fully Met As Attachment For The Processing Of Payment; C.6. Project Duration/committed Completion Date Should Not Be Later Than Thirty (30) Calendar Days From The Date Of Receipt Of Notice To Proceed Or Purchase Order And Must Be Clearly Stated In The Final Quotation;

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Start Time: Feb 27, 2025, 9:30am Est. The Event Will Last 3 Hours. where: Hybrid, Both In-person And Virtual Via Teams. Limited In-person Space Available. Industry Partners Are Limited To Two In-person Rsvps Per Entity. Meeting Address And Url Will Be Distributed To Industry Partners Who Have Responded By The Closing Time Of 11:00am Est Feb 21, 2025. how: To Attend The Event, Please Register At The Following Link (copy And Paste The Link Into Your Browser Do Not Try To Click On The Link From The System): https://share.hsforms.com/1mkopiqlatxwrw4q1huxmqqq327g if You Have Any Issues With The Link, Please Contact Us At: mcsc_ctindustry@usmc.mil please Note: Check Over Your Submission To Ensure Your Email And Telephone Number Are Correct. You Will Not Receive An Invitation To Attend If Your Email Is Incorrect. In The Event Of Unforeseen Technical Issues, The Virtual Session May Be Cancelled, And A Copy Of The Slide Deck Will Be Provided To The Registered Attendees Following Completion Of The Event. background: marine Corps Systems Command (mcsc) And Headquarters Marine Corps Installations And Logistics (hqmc I&l) Contracts Offices Host This Event Quarterly To Further Communication With Our Industry Partners On Current And Future Requirements. The Small Business Offices Of Both Organizations Will Attend The Event As Well As The Mcsc Office Of Counsel And Mcsc Cyber Technology Office. Information Briefed Will Focus On Active Opportunities Across The Usmc Enterprise From The Below Contracts Offices: mcsc Contracts Developmental Program (cdp) Competency Management (cm) mcsc Program Manager (pm) Tactical Communications & Electromagnetic Warfare Systems (tce) mcsc Ground Weapons Systems (gws) mcsc Pm Combat Support Systems (css) mcsc Information Technology Contracting Center (itcc) marine Corps Tactical Systems Support Activity (mctssa) program Executive Officer Land Systems (peo Ls) mcsc Other Supported Systems And Program Executive Office, Manpower Logistics & Business Solutions (oss/peo Mlb) mcsc Command Support And Direct Reporting Pm Training Systems (cs & Drpm Trasys) headquarters Marine Corps Installations & Logistics (hqmc I&l), marine Corps Installations Command (mcicom) i&l Regional Contracting Office, Marine Corps Base (rco Mcb) Quantico i&l Marine Corps Installations East (mci East) i&l Marine Corps Forces Reserve (marforres) i&l Mcipac, Okinawa i&l Marine Corps Installations West (mci West) i&l Logcom i&l Regional Contracting Office, Marine Corps Recruit Depot, Parris Island i&l Regional Contracting Office, 29 Palms event Format: This Will Be A 3-hour Live Event, Which Includes A 45-minute Question And Answer Session. Agenda Is As Follows: mcsc, I&l, Mcsc Office Of Counsel, Mcsc Cyber Technology Office Presentations 5-minute Break mcsc Opportunity Briefs i&l Opportunity Briefs small Business Brief closing Comments industry Q&a In-person we Have Made Some Changes Since The Last Event To Streamline Formal Briefings And Allow More Time For Industry And Government Engagement. Therefore, Mcsc Is Providing You With A Sneak Peek Of All Opportunities Being Offered For Discussion At This Industry Day. Mcsc Is Also Providing The Attached Office Descriptions For Our Organizations To Assist You During The Question And Answer Session At The End Of The Event. i&l Opportunities Will Be Released To Industry Within Five Business Days Following The Event Via Separate Sam Announcement.

Province Of Iloilo Tender

Textile, Apparel and Footwear
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 144 K (USD 2.4 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Isc-25-14-np(sv) Reference Pr No. Isc-25-14 January 13, 2025 Amigo Scotts Management, Inc. (citadines Amigo Iloilo) Iznart Street, Iloilo City 330-3818 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 20, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱144,000.00 Place Of Delivery: Hotel Within Iloilo City Date Of Delivery: As Per Scheduled Date Of Activity. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Accommodation For The Governor Arthur R. Defensor Jr. Kasadyahan Festival Tennis Tournament For 16 Persons In (eight (8) Rooms, Two (2) Pax Per Room At 3,600) On January 21 To 25, 2025 In Any Hotel In Iloilo City 144,000.00 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 The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized 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. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects Withlabor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.isc-25-14-np(sv) Reference Pr No Isc-25-14 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number

Province Of Iloilo Tender

Others
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 81 K (USD 1.4 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Gov-25-112-np(sv) Reference Pr No. Gov-25-112 February 12, 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 February 20, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱81,000.00 Place Of Delivery: Provincial Planning And Development Office, Iloilo Provincial Capitol, Iloilo City Date Of Delivery: Within Fourteen (14) Calendar Days After 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 1 Job Printing Of Tarpaulin For The 81,000.00 Fire Prevention Month (4’ X 8’ Ft) 90 Pcs X Php 900.00 = 81,000.00 Design To Be Provided By The End User Delivery: To Be Delivered Before End Of February 2025 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 The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized 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. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects Withlabor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.gov-25-112-np(sv) Reference Pr No Gov-25-112 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
7461-7470 of 7876 archived Tenders