Manpower Tenders

Manpower Tenders

Philippine International Convention Center Tender

Housekeeping Services
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-62 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum, With An Approved Budget For Contract (abc) Of Four Hundred Thousand Pesos (₱400,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-62 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum Ii. Approved Budget For Contract (abc): Four Hundred Thousand Pesos (₱ 400,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Include The Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Cleaning And Maintenance Of The Delegation, Powerhouse And Forum Cistern Tank. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Securing Of Surety, Performance And Guarantee Bonds 1.3 Health And Safety Requirements - Personal Protective Equipment (ppe). All Workers Shall Wear Their Company Uniform. - The Contractor Shall Install Two (2) – Safety Signage, Same As The Picc Standard Signage, 22” X 32”, Printed In Sintra Board. Text To Be Provided By Picc. - The Contractor Shall Provide Necessary Safety Equipment Needed Like Exhaust System During Actual Cleaning. 1.4 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Debris. 2.0 Cleaning Of Cistern Tanks (delegation, Powerhouse And Forum) 2.1 Draining/pumping Of The Tank’s Water Residual Content To A Considerable Level To Facilitate Efficient, Effective And Economical Cleaning System. Draining Should Be Properly Coordinated So That All Water To Be Re-use Or For Watering The Plants. 2.2 Provide Submersible Pumps With Hose, High Pressure Washer, Exhaust Ventilation Units, Ladders And Lights. 2.3 Brushing And Scraping Of Slime, Scales And Other Sedimentary Deposits At The Tanks Bed And Laterals (wall Chambers). 2.4 De-rusting Of Equalizing Pipe, Supply Lines, Domestic Pumps Suction Lines Inside The Tank. Manhole Steel Covers Should Be De-rusted/repainted With Primer And Final Coated With Qde. 2.5 Mixing/stirring Of Water With Loose Dirt/scales And Slime For Siphoning. 2.6 Manual Cleaning Of Left-over Dirt (cannot Be Pumped-out). 2.7 Rinsing The Tanks Inner Walls With Plain Water Using High Pressure Washer (first Stage). 2.8 Rinsing The Tank With Chlorinated Water Of Higher Concentration Than Maynilad To Effect Safe Sanitation On The Tanks Inner Wall Using Higher Pressure Washer. 2.9 Neutralizing The Tanks Chemical Toxity To Safest And Most Acceptable Level By Re-washing Or Further Rinsing With Plain Water. 2.10 Testing And Commissioning. Testing Shall Be Done By Taking Samples Of Water For Testing On Approved Water Testing Laboratories For Bacteriological And Physicochemical Analysis Of Drinking Water. If The Result Of Water Testing Failed, Same Procedure Of Cleaning Shall Be Done Before Testing Is Again Administered. Result Of Water Testing Shall Be Submitted A Week After Refilling The Cistern Tank Or The Soonest Possible Time. 3.0 Repainting Of The Manhole Cover Of The Delegation, Powerhouse And Cistern Tanks With Top Coat Of Elastomeric Paint. 4.0 Repainting Of The Exterior Wall Of The Power House And Forum (including Generator Set And Pressure Tank Room) Cistern Tank. Use Semi-gloss Latex Paint. 5.0 Application Of Sealant For All Manhole Covers. Sealant To Be Used Shall Be Moisture-curing And Elastic Joint Sealant. 6.0 Restoration Of All Affected Areas (perimeter Of Cistern Tanks) 7.0 Cleaning And Hauling Out Of All Garbage. Iv. General Conditions: A. Interpretation 1. The Contract Documents, Specifications And Drawings Are Mutually Complimentary. What Is Noted In One Although Not Shown In Other Shall Be Considered Contained In All, In Case Of Conflict. The Specifications Shall Prevail Over The Drawings. The Documents Forming The Contract Shall Be Interpreted In The Following Order Of Priority: A. Contract/construction Agreement B. Contractor’s Bid C. Special Conditions Of The Contract D. Specifications E. Drawings F. Bill Of Quantities G. Any Other Document Listed In The Special Conditions Of The Contract As Forming Part Of The Contract. 2. The Contractor Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All The Existing Conditions At The Site. No Considerations Will Be Given For Any Alleged Misunderstanding Of Misinterpretations Of The Specifications And Materials To Be Used Or Work To Be Done. 3. All Works Should Be Properly Coordinated With Picc Representative/bsd Project-in-charge. 4. All Cleaning System (excluding Of Water Pumping) Should Be Done Manually And Avoid Too Much Vibration Causing Work Process That Can Be Detrimental Effect To The Concrete Walls And Bed. Furthermore, All Chemicals To Be Used For The Cleaning And Sanitizing Works Should Have Been Tested/proven Safe For Such Application In The Industry, And For Approval Of The Picc Project-in-charge. 5. The Tank Should Be Inspected By The Project-in-charge Or His Authorized Representative To Determine Its Condition And Readiness For The Refilling. The Interior Wall Should Be Thoroughly Cleaned, Sanitized And Well Rinsed Prior To Re-watering Or Refilling. 6. Work Completion Time Should Be Religiously Followed By The Contractor. 7. Cost Of Re-work/restoration On Damage/s Due To Contractor’s Poor Workmanship Or Negligence Should Be Done By The Contractor. 8. The Contractor Should Free Picc From Any Problem, Legal Suit/s Or Whatsoever That May Arise Or Claims Or All Of The Personnel Employed By The Contractor Of The Project. 9. For Suppliers And Contractors With On-going Deliveries Of Projects At The Picc Who Had Incurred Late Deliveries Or Negative Slippage In Their Activities Or Were Rated “unsatisfactory” In Their Previous Performance Are Not Qualified To Join In This Bidding. B. Possession Of Site 1. The Contractor Admits That He Has Inspected The Site Where The Work Will Be Performed; That He Has Informed Himself Fully As To The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; That Picc Shall In No Way Be Responsible For Any Additional Costs Or Expenses Which May Develop On Account Of Failure Of The Contractor To Make Accurate Examination Of Present Or Future Factors Attendant To The Execution. 2. Tapping Of Equipment And Other Related Works Shall Be Properly Coordinated With Picc’s Representative For Provision Of Electrical Power. 3. The Picc Shall Designate A Specific Area To Be Used By The Contractor As Temporary Facilities/storage Area/administration Area In Connection With The Project. The Contractor Must Submit Layout Of The Mentioned Temporary Facilities And Must Be Approved By The Picc Management. 4. The Picc Shall Allow The Contractor To Tap From The Existing Electrical Connections To Be Used In The Latter’s Temporary Facilities, For This Purpose, The Picc Shall Install A Sub-meter Which Was Provided By The Contractor For Power Consumptions And Shall Be Billed Accordingly. C. Contractor’s Obligation 1. The Contractor Shall Perform All Works Necessary To Fully Accomplish The Project. 2. A Joint Inspection Must Be Conducted By The Contractor And Picc Representative, On The Specific Works To Be Done For This Project. 3. The Conractor Is Required To Inspect And Examine The Site And The Surroundings Of The Project To Arrive At An Estimate Of The Labor, Materials, Equipment, Facilities And Services Necessary To Carry Out The Works. 4. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of Picc Representative And Complete Them By The Intended Completion Date. 5. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 6. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising From The Injuries And Damage, Which Occurred In The Vicinity. 7. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Picc And Its Personnel In The Defense Of Any Claim, Action Or Suit. 8. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly With Picc Representative And Shall Be Done In Accordance With The Center’s Approved Schedule. 9. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 10. The Contractor Must Submit List Of Personnel Assigned To The Project Including Their Nbi Clearances/barangay Clearance Before Commencing The Above Scope Of Works. D. Warranty The Warranty Shall Be One (1) Year Reckoned From The Date Of Final Turn-over And Acceptance. E. Terms Of Payment 1. Full Payment Shall Be Made Upon Completion Of The Project And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment. B. Work Accomplished As Validated And Certified By Picc’s Representative. C. Photographs Of Work Accomplished. D. Invoice E. Bacteriological Analysis And Physicochemical Test. 2. Full Payment Shall Be Subject To Five Percent (5%) Of The Contract Amount As Retention Money. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. 3. The Picc Representative Shall Check The Contractor’s Request For Payment And Certify The Amount To Be Paid To The Contractor As Progress Payments. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 4. Picc Shall Pay The Contractor The Amounts Certified By Picc’s Representative Within Twenty-eight (28) Calendar Days From The Date The Request For Payment Is Evaluated And Approved. No Payment Interest Shall Be Made For The Delayed Payments And Adjustments. F. Contractor Qualification 1. The Contractor Shall Be Pcab Licensed With A Classification Of General Building, “d” Category With At Least Three (3) Years’ Work Experience In Cleaning Of Cistern Tanks. 2. The Minimum Work Experience Required For Key Personnel: Key Personnel Relevant Experience 1 – Project Engineer License Civil Engineer/ Architect Must Have At Least Three (3) Years’ Experience As Supervisor Of Civil Works. 1 – Full Time Safety Officer Minimum Of Three (3) Years’ Work Experience As Safety Officer/practitioner. Must Have Certificate Of Employment As Safety Officer And Certificate Of Training In Occupational Safety And Health From Dole Or Any Dole Accredited Training Institution. 3. The Minimum Major Equipment Required For The Project Are The Following: Item No. Number Of Units Description Of Equipment 1 2-units 5hp Sump Pump G. Workmanship The Work Throughout Shall Be Executed In The Best And Most Thorough Manner To The Satisfaction Of Picc And Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject The Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance Therewith And Are Disadvantageous To Picc. H. Schedule Of Work Schedule Of Cleaning Shall Be During Holy Week For The Delegation And Powerhouse Cistern Tanks. The Forum Cistern Tank Shall Be Scheduled Just After The Holy Week. Note: Delays Due To Work Stoppage Ordered By Picc Shall Not Be Counted Against The Set Completion Date. I. Liquidated Damages In Case Of Delay In The Completion Period Inclusive Of Duly Granted Time Extensions, If Any, The Contractor Shall Be Liable For Damages And Shall Pay The Picc For Liquidated Damages In An Amount Equivalent To At Least One (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Services For Everyday Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Award Without Prejudice To Other Courses Of Action And Remedies Open To It. V. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)

Bureau Of Plant Industry Tender

Others
Philippines
Details: Description Request For Negotiated Procurement Under Two Failed Biddings Supply And Delivery Of 4x4 Pick-up (mt) 1. The Bureau Of Plant Industry (bpi), Through The Quarantine Services Intends To Apply The Sum Of Twelve Million Pesos (php12,000,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of 4x4 Pick-up (mt) With Itb Pr No. 3856-24bac. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Procurement Of The Project Will Be Conducted Through Negotiated Procurement (two Failed Biddings), An Alternative Method Of Procurement, In Accordance With Section 53.1 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. 3. The Bpi Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Forty-five (45) Calendar Days After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within The Last Two (2) Years (from Cy 2023 To Present) From The Date Of Submission And Receipt Of Bids, A Single Contract Or An Aggregate Of Utmost Three Contracts Similar To The Project To Be Bid Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 4. 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) No. 9184. 5. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00am On February 11, 2025. Late Bids Shall Not Be Accepted. 6. Bid Opening Shall Be On February 11, 2025, 10:30am At Bac Conference Room, Bureau Of Plant Industry, No. 692 San Andres Street, Malate, Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Bpi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. Copies Of The Following Eligibility, Technical And Financial Documents Are Also Required To Be Submitted Along With Your Quotation/proposal: I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or In Case Legal Document/s Uploaded On The List Of Eligibility Documents (page 3 Of The Philgeps Registration Certificate) Is Not Updated Or Has Been Expired, Renewed/proof Of Renewal Of The Document Shall Be Attached: (a.1) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, (a.2) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; (a.3) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 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, With Sum Total; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid With Sum Total, 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 Relevant Period As Provided In The Bidding Documents; And • For Letter B & C, The Following Information Shall Be Provided In Matrix Form: I. The Name Of The Contract Ii. Date Of Contract Iii. Kind Of Goods Sold Iv. Amount Of Contract And Value Of Outstanding Contract V. Date Of Delivery Vi. Specification Whether Prospective Bidder Is A Manufacturer, Supplier, Or Distributor • For Letter C, The Following Requirement Shall Be Submitted: I. Notice Of Award/s Of The Similar Completed Contract/s Or Contract Of Agreement Or Notice To Proceed/s Or Purchase Order/s (in Case Of Small Value Procurement Project) Issued By The Owner/s; And Ii. Delivery Receipt Or Collection Receipt Or Official Receipt Or Sales Invoice; ⬜ (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; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss); 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 Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (h) 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. Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful; Ii. Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ ⬜ ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) (c) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. (d) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Other Requirements: (a) Bids Shall Be Submitted In Two Envelope Systems. First Envelope Containing The Technical Documents (one (1) Original And Two (2) Photocopies); And Second Envelope Containing The Financial Documents (one (1) Original And Two (2) Photocopies). (b) Bid Documents Are Requested To Be Properly Marked And Submitted With Dog Ear Code/tabbing Containing The Prescribed Label (preferably In Capital Letter) For Each Of The Requirements. Note: The Bidder Must Familiarize Himself/herself With Other Bid Requirements Not Otherwise Included Herein Such As, But Not Limited To Those In The Bid Bulletins, Pertinent Guidelines In Gppb Rules And Regulations, Etc. 9. For Further Information, Please Refer To: Ms. Jhoana Grace B. San Gabriel Head, Bac Secretariat Bureau Of Plant Industry No. 692 San Andres Street, Malate, Manila Email Address: Pms@buplant.da.gov.ph Contact No.: 09052575428 10. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bpi.da.gov.ph/bpi/index.php February 4, 2025 Sgd. Joan-may R. Tolentino Chairperson, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 12 Million (USD 206.7 K)

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php357,744.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 170 Bags 2. Washed Sand 12 Cu.m 3. Washed Gravel 18 Cu.m 4. 0.60mø Rccp 14 Pcs 5. 10mmø X 6.0m Deformed Steel Bar 46 Length 6. 12mmø X 6.0m Deformed Steel Bar 87 Length 7. 16mmø X 6.0m Deformed Steel Bar 30 Length 8. G.i. Tie Wire #16 27 Kg 9. 100mm Ø G.i Pipe Post (sch.40) 5 Length 10. Ga #12 Pre-fabricated Steel Plate Crash Barrier 22 Sht 11. 16mmø X 150mm Machine Bolt With Nut And 25 Pcs Washer (half Thread-zinc Coated) 12. 16mmø X 38mm Machine Bolt With Nut And 100 Pcs Washer (half Thread-zinc Coated) 13. 2”x 2”x10’ Coco Lumber 100 Length 14. 2”x 3”x10’ Coco Lumber 60 Length 15. 1/2" Plywood Ordinary 19 Sht 16. 1” Cwn 5 Kg 17. 2” Cwn 5 Kg 18. 3” Cwn 5 Kg 19. Hacksaw Blade 10 Pcs 20. Reflectorized Paint (yellow) 4 Gal 21. Reflectorized Paint (black) 3 Gal 22. Reflectorized Paint (gray) 3 Gal 23. Paint Roller 9” With Tray 4 Pcs 24. Paint Brush 4” 4 Pcs 25. Paint Brush 2” 4 Pcs 26. Masking Tape 3/4 X 25m 20 Roll 27. Old Newspaper 5 Kg 28. Paint Thinner 5 Gal 29. Skim Coat 20kg/bag 10 Bag 30. Lacquer Thinner 3 Gal 31. Epoxy Primer 2 Gal 32. Aluminum Enamel Paint 2 Gal Php357,744.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date5 Feb 2025
Tender AmountPHP 357.7 K (USD 6.1 K)

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangay, Purok 1 And 7 Barangay Danasan, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php508,165.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangay, Purok 1 And 7 Barangay Danasan, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Improvement Of Streetlights At Various Barangay, Purok 1 And 7 Barangay Danasan, Danao City, As Follows; Seq. Item Description Quantity 1. 40-kg Portland Cement 100 Bags 2. River Washed Sand 15 Cu.m 3. River Washed Gravel 30 Cu.m 4. 12mm.ø X 6.00mtrs Deformed Bar 40 Lengths 5. 10mm.ø X 6.00mtrs Deformed Bar 80 Lengths 6. 1/2" X 4’ X 8’ Ordinary Plywood 12 Shts 7. 2” X 2” X 10’ Coco Lumber 40 Lengths 8. 2” X 3” X 10’ Coco Lumber 60 Lengths 9. 4” Common Wire Nail 16 Kg 10. 1-1/2” Common Wire Nail 8 Kg 11. #16 G.i Tie Wire 20 Kg 12. 16mm.ø X 305mm. Anchor Bolts With Nut And Washer 80 Pairs 13. 76mm.ø X 6.00mtrs G.i Pipe Sch.-40 (steel Post) 20 Lengths 14. 50mm.ø X 6.00mtrs G.i Pipe Sch.-40 (extended Arm) 10 Length 15. 250mm. X 250mm. X 12mm.thk Base Plate 20 Plate 16. 250mm. X 250mm. X 10mm.thk Stiffener Plate 80 Plate 17. 100mm. X 100mm. X 6mm. Thk Steel Plate (top Cover) 20 Plate 18. #12 Welding Electrode 24 Kg 19. Solar Streetlight 300watts With Complete Accessories 20 Set 20. 4”ø Cutting Disc 10 Pcs 21. Epoxy Primer (gray) 4 Gal 22. Semi-gloss Quick Drying Enamel (blue) 4 Gal 23. Reflectorized Rubber Based Paint (yellow) 5 Gal 24. Reflectorized Rubber Based Paint (black) 3 Gal 25. 7” Paint Roller Brush With Tray 4 Set 26. 4” Paint Roller Brush With Tray 4 Set 27. 3” Paint Brush 4 Pcs 28. 1” Masking Tape 10 Rolls 29. Putty Knife 2 Pcs 30. #100 Sandpaper 10 Sq.ft Php508,165.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date5 Feb 2025
Tender AmountPHP 508.1 K (USD 8.6 K)

Municipality Of Balabac, Palawan Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Balabac Bids And Awards Committee Invitation To Bid 1. The Municipal Government Of Balabac, Through 20% Mdf 2025 Intends To Apply The Sum Of One Million Nine Hundred Ninety Nine Thousand Five Hundred Twenty Five Pesos And 71/100 (php. 1,999,525.71), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan Solicitation Number Of (007-mun-infra-25). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipal Government Of Balabac Now Invites Bids For Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. Duration Of The Works One Hundred Fifty (150) Calendars Days. Bidders Should Have Completed, Within Five (5) 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. Instruction To Bidders 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships Or Organization With At Least Sixty Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3. Interested Bidders May Obtain Further Information From Municipal Government Of Balabac And Inspect The Bidding Documents At The Address Given Below During 9:00am To 12:00nn And 1:00pm To 5:00pm On January 23 To February 12, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On On January 23 To February 12, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only(php 500.00). 4. The Municipal Government Of Balabac Will Hold A Pre-bid Conference Of January 31, 2025 2:00pm At Municipal Hall Balabac, Palawan, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Claus 18. Bid Opening Shall Be On February 12, 2025, 2:00pm At Municipal Hall, Balabac, Palawan. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipal Government Of Balabac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Montazori Mohammad Bac Secretary Municipal Hall Balabac, Palawan Cp # 09703645154 Mr. Ralih A. Belloh Bac Chairperson Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Balabac, Province Of Palawan. The Name Of The Contract Is Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. The Identification Number Of The Contract Is 007-mun-infra-25 2 The Funding Source Is 20% Mdf 2025 …. The Name Of The Project Is: Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. 3.1 No Further Instructions . 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 31, 2025, 2:00 Pm At Municipal Hall Balabac, Palawan. 10.1 The Procuring Entity’s Address Is: Poblacion Barangay 1, Balabac, Palawan Montazori Mohammad Bac Secretary And Ralih A. Belloh Bac Chairperson 10.3 No Further Instructions. 12.1 If The Procuring Entity Maintains A Registry System Using The Philgeps Or Its Own Electronic System: The First Envelop Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of His Class “a” Documents With The Procuring Entity, A Written Letter Of Intent May Be Submitted In Lieu Of The Class “a” Documents: Otherwise, It Shall Submit An Application For Eligibility And Its Latest Class “a” Documents On Or Before February 12, 2025, Any Application For Eligibility Or Updates Submitted After The Deadline For The Submission Of The Letter Of Intent Shall Not Be Considered For The Bidding At Hand. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(iv) No Further Instructions 13.1 No Additional Requirements 13.1(b) The Abc Is One Million Nine Hundred Ninety Nine Thousand Five Hundred Twenty Five Pesos And 71/100 (php. 1,999,525.71). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions 15.4 No Further Instructions 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until June 12, 2025. 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of (php 39,990.51), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of (php. 99,976.29), If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Day From The Bid Opening. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Municipal Hall, Balabac, Palawan. The Deadline For Submission Of Bids Is February 12, 2025, 1:00pm. 24.1 The Place Of Bid Opening Is Municipal Hall, Balabac, Palawan. The Date And Time Of Bid Opening Is February 12, 2025 2:00pm. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have To Submit Manually Filed Tax Returns. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity. Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipments Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm.
Closing Date31 Jan 2025
Tender AmountPHP 1.9 Million (USD 34 K)

Province Of Iloilo Tender

Textile, Apparel and Footwear...+1Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-04-np (sv) Reference Pr No.gov-25-04 January 11, 2025 Felines Gift Shop, Inc. #44 Delgado St., Iloilo City Telephone No.09086782788 Email Add: 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 16, 2025 At 9:00 A.m. With The Bids And Awards Committee At The 5th Floor Bac Secretariat Office , Iloilo Provincial Capitol Building, Bonifacio Drive Iloilo City, After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos Only(php500.00) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: Php125,000.00 Place Of Delivery: Office Of The Governor Date Of Delivery: Before January 25, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 500 Pcs T-shirt With Print , Design To Be Supplied By Iloilo Provincial Government Size: Free Size ( Male And Female) 250.00 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 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. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.gov-25-04-np(sv) Reference Pr No.gov-25-04 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: Before January 25, 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom 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. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. 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. Marie Jill L. Tamudtamud Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date16 Jan 2025
Tender AmountPHP 125 K (USD 2.1 K)

Bureau Of Plant Industry Tender

Others
Philippines
Details: Description Request For Negotiated Procurement Under Two Failed Biddings Supply And Delivery Of 4x4 Pick-up (mt) 1. The Bureau Of Plant Industry (bpi), Through The Quarantine Services Intends To Apply The Sum Of Twelve Million Pesos (php12,000,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of 4x4 Pick-up (mt) With Itb Pr No. 3856-24bac. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Procurement Of The Project Will Be Conducted Through Negotiated Procurement (two Failed Biddings), An Alternative Method Of Procurement, In Accordance With Section 53.1 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. 3. The Bpi Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Forty-five (45) Calendar Days After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within The Last Two (2) Years (from Cy 2023 To Present) From The Date Of Submission And Receipt Of Bids, A Single Contract Or An Aggregate Of Utmost Three Contracts Similar To The Project To Be Bid Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 4. 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) No. 9184. 5. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00am On February 20, 2025. Late Bids Shall Not Be Accepted. 6. Bid Opening Shall Be On February 20, 2025, 9:30am At Bac Conference Room, Bureau Of Plant Industry, No. 692 San Andres Street, Malate, Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Bpi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. Copies Of The Following Eligibility, Technical And Financial Documents Are Also Required To Be Submitted Along With Your Quotation/proposal: I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or In Case Legal Document/s Uploaded On The List Of Eligibility Documents (page 3 Of The Philgeps Registration Certificate) Is Not Updated Or Has Been Expired, Renewed/proof Of Renewal Of The Document Shall Be Attached: (a.1) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, (a.2) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; (a.3) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 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, With Sum Total; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid With Sum Total, 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 Relevant Period As Provided In The Bidding Documents; And • For Letter B & C, The Following Information Shall Be Provided In Matrix Form: I. The Name Of The Contract Ii. Date Of Contract Iii. Kind Of Goods Sold Iv. Amount Of Contract And Value Of Outstanding Contract V. Date Of Delivery Vi. Specification Whether Prospective Bidder Is A Manufacturer, Supplier, Or Distributor • For Letter C, The Following Requirement Shall Be Submitted: I. Notice Of Award/s Of The Similar Completed Contract/s Or Contract Of Agreement Or Notice To Proceed/s Or Purchase Order/s (in Case Of Small Value Procurement Project) Issued By The Owner/s; And Ii. Delivery Receipt Or Collection Receipt Or Official Receipt Or Sales Invoice; ⬜ (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; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss); 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 Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (h) 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. Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful; Ii. Financial Component Envelope ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ ⬜ ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) (c) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. (d) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Other Requirements: (a) Bids Shall Be Submitted In Two Envelope Systems. First Envelope Containing The Technical Documents (one (1) Original And Two (2) Photocopies); And Second Envelope Containing The Financial Documents (one (1) Original And Two (2) Photocopies). (b) Bid Documents Are Requested To Be Properly Marked And Submitted With Dog Ear Code/tabbing Containing The Prescribed Label (preferably In Capital Letter) For Each Of The Requirements. Note: The Bidder Must Familiarize Himself/herself With Other Bid Requirements Not Otherwise Included Herein Such As, But Not Limited To Those In The Bid Bulletins, Pertinent Guidelines In Gppb Rules And Regulations, Etc. 9. For Further Information, Please Refer To: Ms. Jhoana Grace B. San Gabriel Head, Bac Secretariat Bureau Of Plant Industry No. 692 San Andres Street, Malate, Manila Email Address: Pms@buplant.da.gov.ph Contact No.: 09052575428 10. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bpi.da.gov.ph/bpi/index.php February 13, 2025 Sgd. Joan-may R. Tolentino Chairperson, Bids And Awards Committee
Closing Date20 Feb 2025
Tender AmountPHP 12 Million (USD 207.4 K)

DEPARTMENT OF TOURISM REGION V Tender

Others
Philippines
Details: Description I. Purpose/objectives: The Department Of Tourism (dot) – Region V Is In Need Of The Services Of A Booth Contractor To Design/set-up/install As Well As Maintain, And Dismantle The Bicol Booth For The 32nd Ptaa Travel Tour Expo 2025, With The Following Eligibility: A. The Company Must Be The Official Booth Contractor Of The 32nd Ptaa Travel Tour Expo 2025, Or If Not, The Same Must Shoulder The Management And Other Required Fees Set By The Ptaa Travel Tour Expo Organizer/s (if Applicable). B. The Company Must Be Able To Collaborate, Coordinate And Cooperate With The Dot-region V Team/representatives For Inputs In The Concept, Design, Set- Up/installation And Dismantling Of The Exciting Bicol Booths. C. The Company Must Have The Capability To Invest-in, Purchase, Or Rent (and Coordinate Its Delivery To The 32nd Ptaa Travel Tour Expo Venue When Needed) Furniture, Lightings, And Other Accent Pieces Needed To Complete The Bicol Experience Through Its Booth Design. D. Company Must Have At Least Three (3) Years Of Experience In Booth Fabrication For Exhibits And Fairs The Setup Of The Aforementioned Booth Aims To Attain The Following Objectives: A. Generate Positive "name Recall" Of Bicol And Promote Its Tourist Destinations, Highlighting Nature And Cultural Tourism; B. Create An Atmosphere That Highlights The Country's "love The Philippines” New Branding And The “exciting Bicol” Regional Brand; C. Attract And Encourage Consumer, Press, And Travel Guests To Visit The Bicol Booth; D. Provide A Functional Yet Visually Appealing Area For Provision Of Bicol Tourism Information, Product Updates, And/or Audio-visual Presentations. Ii. Scope Of Services: The Philippine Department Of Tourism Region V Requires A Package Of Services Of A Booth Contractor, For The Following: 1. Provision Of Three (3) Mock Up Design For The Booth (final Design To Be Approved By Dot Region V) 2. Set-up/installation And Implementation Of The Design Including Its Maintenance During The 3-day B2c Activities, And Dismantling Of The Exciting Bicol Booths During Egress. The Design Must: • Design Of The Booth Must Be Aligned With The Theme, “beyond Borders” And Must Be Within The New Trends Of Booth Designs • Speak Up The Destination’s Attraction, Effectively Promoting Bicol’s Tourist Destination, Attractions And Activities • Maintain 75% Visibility On All Sides • Strictly Follow The Rules And Regulations Set By The Event Organizers • Be Approved By Dot Region V And The Ptaa Travel Tour Expo Organizer/s. 3. Incorporate In The Design The Following: • Bicol-inspired Lounge With Coffee Break Area • Storage For Brochures And Other Tourism Collaterals/giveaways/merch And Personal Belongings With Locks (to Be Incorporated In The Counter/tables) • Tables/counter For The Co-exhibitors • Space For The Ice Cream Cart And Freezer Of 1st Colonial Grill • Space For Alden Therese Wine (h 41” X W 17” Top 7” Flat Top) • Six (6) Spaces For Co-exhibitors (1 Meter Each) (if You Will Integrate Separate Tables For Each Exhibitor, However If Long Counter Will Be Used No Need For Spaces) 4. Provide The Following Booth Elements: • One (1) Long Counter With Cabinet And Lock / Seven (7) Tables With Cabinet And Lock • Eighteen (18) High Chairs For The Exhibitors  Chairs Must Complement The Overall Look Of The Pavilion Including The Tables • One (1) Cubicle To Conceal The Freezer  Photo/design/text For The Flat Panel Will Be Provided By Dot V  Dimension Of The Freezer Will Be Provided By Dot • One (1) Sala Set With Center Table • One (1) Tv (55-75 Inches) • 3d Texts Of “#excitingbicol,” “love The Philippines” (photo/design Will Be Provided By Dot V) (to Be Installed On Walls/associated In The Overall Design Of The Booth) • Six (6) Brochure Racks (color/design Should Match/complement The Info Counters And High Chairs) • Oak Wood-colored (or Any Similar Color) Carpeted Flooring • Other Accents/decors Of Indigenous/native Materials/design With Bicol Touch, As Well As Green/fresh Plants, If Applicable Only • Flowers As Center Piece In The Lounge Area And Info Counters • Coffee Area With Coffee Maker • Water Dispenser With Supply Of Drinking And Hot Water For 3 Days From February 7-9, 2025 (water Dispenser Must Be Concealed) • Appropriate Lightings And Ample Supply Of Electricity, Extension Power Outlets For The Duration Of The Event, Taking Into Consideration The Electricity Requirements Of The Freezer For The Sili Ice Cream; • Overnight Electricity Starting February 6 Until February 9, 2025 For The Freezer/sili Ice Cream • Other Accessories Deemed Appropriate, If Applicable 5. Provide The Following Supplies Needed In The Booth Including: • Three (3) White Boards (note: 1 Board Per Day) Size: 60cm X 40cm • Supply Of Assorted 3 N 1 Coffee Including Sugar Free, Biscuits/cookies, Candies, Nuts, Etc. With Disposable/paper Cups, Stirrer, Containers For The “pica-pica” And Tissue Papers For 3 Days From Feb.7-9, 2025. • Eight (8) Pieces Of 300ml 70% Solution Alcohol Spray • Garbage Bag (black) For 3 Days • At Least Five (5) Waste Bins • Craft Materials Such As: Scissors, Stapler, Packaging Tapes, Masking Tapes, And Ball Pens 6. Securing Of Necessary Permits And Payment Of Management Fee And Other Related Fees/surcharges That May Be Incurred As Set By The Ptaa Tte If Applicable. 7. Strict Adherence To The Timeline To Ensure Timely Completion, Good Quality And Use Of The Required/desired Materials, So As To Avoid Overtime Fee If Any. Overtime Fee Shall Be Shouldered By The Supplier. 8. Completion Of Booth, Delivery And Turn-over To Dot Region V Not Later Than 5:00pm Of February 6, 2025 To Give Ample Time For The Ingress/arrangements/set-up Of The Exhibitor And Co-exhibitors’ Tourism Collaterals, Brochures, And Other Products At The Booth. 9. Ensure Timely Delivery/transport Of Goods And Materials From And To Supplier Storage To The Venues. 10. Ensure That The Materials Used Are Of Good Quality. 11. Ensure That Electrical Wiring And Connections In The Bicol Booths Are Concealed And Safe, And That There Is Sufficient Power Supply As Required. 12. Dispose And Dismantle Booths/parts During Egress And/or On The Dates Designated By The Event Organizer/s. 13. All Materials Used For The Booth Design May Be Considered As Waste Materials After The Event, Except For Those Which Can Still Be Reused Or Recycled; These Shall Be Turned Over To Dot-region V. 14. Provision Of Photo Documentation Specially During Ingress. 15. Provision Of Necessary Manpower Supply And Support In The Implementation Of The Project To Ensure That Delivery Is Met As Required; Moreover, Delivery Shall Not Exceed The Given Time-frame By The Organizer. 16. Provision Of Other Pertinent Inclusions Deemed Necessary By Both Parties To Improve The General Look And Function Of The Stand And Other Logistical Services As Needed. Iii. Others Dot-region V Gives Utmost Consideration Of And Importance To The Overall Aesthetic Beauty/design And Functionality Of The Booth In The Award Of Contract. Documents For Submission: 1. Duly Accomplished Rfq 2. Proposed Booth Layout Design • Three (3) Mock Up Designs (final Design To Be Approved By Dot Region V) 3. Company Profile 4. Philgeps Certificate/membership 5. List Of Large Scale Local/ International Events Serviced In The Past Three (3) Years 6. Sec/dti Certificates Or Its Equivalent 7. Mayor’s/business Permit/certification Or Its Equivalent 8. Latest Income/ Business Tax Return 9. Tin Certificate/registration Or Its Equivalent 10. Tax Clearance Certificate 11. Omnibus Sworn Statement (revised)
Closing Date13 Jan 2025
Tender AmountPHP 420 K (USD 7.1 K)

National Academy Of Science And Technology Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Dark Tint Film And Frosted Film With Cutting On Glass Panels At The Pshc Phase Dark Tint Film Specifications: • Blocks High Percentage Of Uv Rays And Other Harmful Rays • High Performance Heat Rejection Technology • High Glare-blocking Capacity And Daytime Privacy • Helps Prevent Glass From Shattering In Case Of Acciddents • Visible Light Transmission: 5% • Color: Super Black Clear Frost Film Specifications: • Brilliant Visual Frosted Effect • Blocks High Percentage Of Uv Rays And Other Harmful Rays • Machine-cut G-1: 4 Panels, Fixed Glass Window 1200mmw X 2350mmh G-2: 4 Panels, Automatic Sliding Glass Door 1150mmw X 2300mmh Frosted Film With Cutting: Design File Will Be Attached, 4pcs. Beexscitech Logo –500mmw X 300mmh Overall 4pcs. Pshc Logo - 50cm ⌀ Of The Logo Scope Of Work: 1. Mobilization Of Manpower, Tools And Materials To Be Used For The Project. 2. Preparation Of The Working Area. 3. Provision Of The Supervision Of The Project. 4. Preparation Of Glass Walls Before The Installation Of The Tinted Films. 5. Installation Of Tinted Films By Trained Installers And Applicators Using Applicable Methods As Prescribed On The Materials To Be Used. 6. Clearing Of Debris And Any Other Waste In The Workplace. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P68,773.58   Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 20, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00.   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date20 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)

DEPT OF THE ARMY USA Tender

Others
United States
Details: The Medical Readiness Contracting Office West (mrco) Is Issuing This Sources Sought Notice To Findpotential Sources To Provide Chemiluminescent Immunoassay (clia) Kits Compatible With Thegovernment’s Current Clia Instrumentation For The Brooke Army Medical Center (bamc) Department Ofpathology And Area Laboratory Services – Immunology Laboratory, Fort Sam Houston, Texas. Requiredassays Are Listed Below. A Base Period Of Performance From 01 October 2025 Through 30 September2030 Will Be Required For This Action. this Is Not A Solicitation Announcement – This Is A Sources Sought Notice And Is Issued Solely Forinformation And Planning Purposes – It Does Not Constitute A Request For Quote (rfq) Or A Promiseto Issue An Rfq In The Future. Solicitations Are Not Available At This Time And Requests For Asolicitation Will Not Receive A Response. This Notice Does Not Constitute A Commitment By Theunited States Government To Contract For Any Supply Or Service Whatsoever. All Informationsubmitted In Response To This Announcement Is Voluntary; The United States Government Will Not Payfor Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developinginformation Provided To The United States Government. Not Responding To This Sources Sought Noticedoes Not Preclude Participation In Any Future Rfq, Should One Be Issued. It Is The Responsibility of The Potential Offerors To Monitor This Site For Additional Information Pertaining To Thisrequirement. the Government Will Use Responses To This Notice In Formulating Its Acquisition Strategy. If Thegovernment Does Not Receive Sufficient Information In Response To This Notice To Verify Thepotential For Competition Exists, It Is Possible That A Sole- Source Contract, Supported By Ajustification And Approval Document, Will Be Issued To Support The Government's Requirement. Mrco-w is Seeking The Following Information (please Answer Paragraph Below With Your Response): 1. Company Name, Cage Code, And Point Of Contact Information (including Phone Number And Emailaddress), And Socio-economic Category(ies) As Related To Naics 325413 (in-vitro Diagnosticsubstance Manufacturing), Such As 8(a), Hubzone, Women-owned, Service-disabled Veteran-owned,small, Or Other-than-small. 2. Capability Statement (limited To Ten Pages), Describing How Your Company Meets The Belowobjectives, Providing Additional Proof (such As Fda Approval) Where Appropriate: requirements Of Services To Be Provided: basic Requirements: Chemiluminescent Immunoassay Applicable Kits Must Be Fda-approved Andcompatible With The Government’s Current Clia Instrumentation. Training Must Be Provided Forreagent Kits/assay Kits Provided.test Menu And Special Requirements For Awarded Contractor: Vendor Must Meet, Or Improve, Eachlaboratory's Existing Turn-around Times As A Minimum, By Any Change In Instrumentation. Listedtesting Requirements Must Becapable Of Completion In Under 60 Minutes From Start Time (time Of Loading Onto Instrument). proposal Shouldinclude Automated Clia Processing For: • Calprotectin (fecal) • Cytomegalovirus Igg • Cytomegalovirus Igm • Epstein-barr Virus o Ebv Igm o Vca Igg o Ebna Igg o Ea Igg • Herpes Simplex Virus ½, Type Specific Igg For Each • Measles Igg • Mumps Igg • Rubella Igg • Rubella Igm • Toxoplasma Gondii Igm • Toxoplasma Gondii Igg • Treponema Pallidum (igg/igm) • Varicella Zoster Virus Igg • Zika Virus Igm • Lyme o Lyme Total Antibody o Lyme Igg o Lyme Igm • Memed Bv (or Similar Structure) o Immune System-based Protein Signature To Differentiate Between Bacterial And Viral Infectionsmethod Performance/comparison Shall Be At The Expense Of The Vendor, Shall Include Linearitymaterial And Reagents, And Be Consistent With Current Clsi Standards And Related Documents, Capstandards And Federal Regulations, For The Following: 1. Correlation Studies For Each Analyte. A Minimum Of 20 Samples, Spanning The Reportable Range,shall Be Run By The Present And The New Contracted Method. Vendor Shall Analyze Numbers And Providestatistical Data To Accept The New Method. Statistics Shall Consist Of At Least Mean, Bias, Slope,y-intercept, Correlation Coefficient, And Meet Current Standards Defined By Clsi. 2. Linearity Analysis Shall Be Performed On New Contracted Instrument(s) For Each Analyte Todetermine Reportable Range With Data Reduction In Accordance With Clsi Guidelines. 3. Precision Study Shall Be Performed Utilizing Normal And Abnormal Control Material. This Shouldconsist Of A Within Run Precision Study Of 10 Normal And 10 Abnormal Controls And A Day-to-dayprecision Study Of Normal And Abnormal Controls. 4. Sensitivity: Sensitivity May Be Validated Concurrently With The Linearity Verifications. 5. Specificity Studies: Adverse Effects For Increased Bilirubin, Hemolysis, Lipemia, Or Otherinterrupting Substances Including Blood Container Are Evaluated For Interfering Substances For Eachmethod Performed. 6. Reference Range: Determine A Reference Range For Each Test Following Clsi Guideline C-23a.samples Used For The Reference Range Study Must Be Representative Of The Patient Population Beingtested. Reference Range Assessment Must Be Performed For Each Lab. One Of The Following Protocolsshould Be Used: a. If The Suggested Manufacturer's Range Is Not Appropriate For The Patient Population, A Referencerangemust Be Established And May Require Additional Reference Individuals. b. If A Laboratory Is Currently Using The Proposed Instrument/reagent System, The "in-use"reference Range Can Be Transferred To The "new" System If A Method Comparison Study Between The Twosystems Proves To Be Acceptable. If Comparison Studies Are Not Acceptable, Then An Alternate Testmust Be Provided. 7. Analytical Measurement Range Validation Studies Must Be Performed By Vendor For Applicableanalytes, 8. All Technical Procedures Must Be Provided Electronically By Vendor In Clsi Format, Usingsoftware Compatible With Each Laboratory's Computer System, For Local Modification (editable) Tomeet Cap Requirements. 9. Carryover Studies Must Be Performed, As Applicable, As Part Of The Initial Evaluation Of Theinstrument. Vendor Shall Provide Interpretation Of Raw Data For Each Instrument Installed Andvalidate No Carryover Exists Within The Test Platforms. 10. Vendor Must Provide All Reagents, Calibrators, And Controls Needed Along With Technicalassistance To Perform Correlation Studies From A Single Lot At No Additional Cost For New Testmethods Or Changes In Test Menus. (i.e., Vendor Is To Provide All Manpower And Reagents/supplies Todo Correlation Studies). 11. Vendor Must Provide Hands-on Training To Staff Onsite Prior To Or During Instrument Integrationat The Facility. Expert/advanced User Training Should Be Offered At Vendor/manufacturer Site At Aminimum Of Two (2) Staff Per Instrument. analytical Systems: • Not Applicable. Vendor Will Not Provide Instrumentation. The Government’s Instrumentation Willbe Used. reagents And Supplies: 1. Vendor Must Describe Kit Size Options Available For Applicable Tests. 2. Vendor Reagents Must Be 99% Liquid Ready To Use From Storage, Requiring No Reconstitution Ormixing. List All Reagents That Are Not Liquid, Ready To Use. 3. Vendor Calibrators Must Be At Least 95% Liquid Ready To Use From Storage, Requiring Noreconstitution Or Mixing. List All Assay Calibrators That Are Not Liquid, Ready To Use. 4. Quality Of Reagents, Supplies And Disposables: The Contractor Shall Assure That All Suppliesprovided/ordered For Use On Their Equipment Will Be Of The Quality Necessary To Produce A Qualityproduct. The Reagent Quality Must Be High Enough To Satisfy Proficiency Testing Standards Of Thecollege Of American Pathologists (cap) And The Joint Commission. In The Event That Supplies Arefound To Be Defective And Unsuitable For Use With The Contractor's Equipment Or The Contractor Hasfailed To Comply With The Requirements Herein, The Contractor Is Required To Deliver The Supplieswithin 24 Hours Of Receipt Of The Verbal Order. 5. Vendor Must Provide 5 Years Of Fda Field Action Notifications. table 1. Workload Data. All Volumes Are In Tests Per Year Included In The Attached Chart On A Different Document.
Closing Date16 Jan 2025
Tender AmountRefer Documents 
7841-7850 of 8039 archived Tenders