Manpower Tenders
Manpower Tenders
Cooperative Development Authority Tender
Software and IT Solutions
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 850 K (USD 14.4 K)
Details: Description Purpose: For The Official Use Of Cda Head Office - Ictd 1. Security Information And Event Management Solution Specifications 1.1. Cloud-based Machine Data Analytics Software As A Service (saas) Focusing On Security, Operations, And Business Intelligence Use Cases. 1.2. A Cloud-native Security Operations Center (soc) Tool That Automatically Analyzes And Correlates Threat Alert Data. 1.3. Uses Modernized Approach In Soc Feature. 1.4. Threat Hunting And Response As A Service: 1.4.1. Force Multiplier; 1.4.2. Advanced Hunting; 1.4.3. Collective Defense; 1.4.4. Rapid Response; And 1.4.5. Correlation-based Detection. 1.5. Automated Prioritization And Alert Triage That Uses Adaptive Signal Clustering (asc) Engine. 1.6. Alert Analytics Generating Signals From Logs. 1.7. Automate Manual Work For Soc Team. 1.8. Compatible With Cda It Infrastructure. 2. Scope Of Work And Services 2.1. The Contractor Shall Provide A One (1) Year Subscription Of An Adaptive Cloud Siem And Support Services Within Thirty (30) Calendar Days From The Receipt Of Notice To Proceed (ntp); 2.2. The Contractor Shall Provide Assistance In Deploying And Integrating The Cda It Infrastructure To Siem; 2.3. The Contractor Shall Provide Training In Managing, Deployment, And Operation Of The Siem To Ictd Personnel; 2.4. The Contractor Shall Provide/render Technical Support Services Twenty-four Hours A Day, Seven Days A Week (24x7). Technical Support Can Be Delivered In The Form Of Telephone Calls, Electronic Mail, Online, And/or On-site Support; 2.5. The Contractor Must Turn Over And Provide The Full Functionality And Management Of The Service Account For Security Purposes; 2.6. The Contractor Shall Provide One (1) Subscription Account; 2.7. The Contractor Shall Provide A Post-migration Report Within 15 Working Days; 2.8. The Contractor Shal Provide Service And Support Coverage For One (1) Year From The Successful Delivery And Acceptance. 3. Warranties Of The Contractor 3.1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Tor; 3.2. The Contractor Warrants, Represents, And Undertakes The Reliability Of The Services And That Its Manpower Complements Are Hardworking, Qualified/reliable, And Dedicated To Do The Service Required To The Satisfaction Of The Cda. It Shall Employ Well-behaved And Honest Employees With Id Displayed Conspicuously While Working Within The Compound. It Shall Not Employ Cda Employees To Work In Any Category Whatsoever; 3.3. The Contractor, In The Performance Of Its Services, Shall Secure, And Maintain At Its Own Expense All Registration, Licenses, Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And Commissions; 3.4.the Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Therein; 3.5.the Contractor Shall Provide Services, Including Technical Support, Which Shall Be Covered By A Performance Security Bond Equivalent To 10% Of The Total Contract Price. The Said Amount Shall Be Released After The Lapse Of The Subscription Period. Provided That All Conditions Imposed Under The Contract Have Been Fully Met; 3.6.the Subscription Period Shall Commence When The Cda Issues The Certificate Of Acceptance. 4. Confidentiality Of Data 4.1. All Project Personnel Of Contractor Shall Be Required To Sign A Non-disclosure Agreement (nda); 4.2. The Contractor Agrees To Hold The Proprietary Information In Strict Confidence; And 4.3.the Contractor Agrees Not To Reproduce, Translate Or Disclose The Proprietary Information To 3rd Parties Without The Prior Written Approval Of The Cda. 5. Terms Of Payment 5.1. The Contractor Shall Be Paid Upon Provision Of Subscription Account Of This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%); 5.2. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules, And Regulations: 5.2.1.sales Invoice/billings; 5.2.2.certificate Of Acceptance Issued By Cda Ictd Chief; 5.2.3.non-disclosure Agreement; And 5.2.4.no Advance Payment Shall Be Made As Provided For In Section 88 Of Pd 1445. 5.3. A Certificate Of Acceptance Shall Be Issued By The Chief Of Information And Communication Technology Division (ictd) Once The Contractor Fully Meets All The Requirements. 6. Pre-termination Of Contract 6.1.the Contract For The Subscription Of An Adaptive Security And Event Management (siem) Service May Be Pre-terminated By The Cda For Any Violation Of The Terms Of The Contract. In Case Of Pre-termination, The Contractor Shall Be Informed By The Cda Thirty (30) Days Before Such Pre-termination; 6.2. In Case Of Pre-termination, The Contractor Shall Be Liable To Additional Liquidated Damage Equivalent To One Percent (1%) Of The Contract Price As Provided By The Government Accounting Manual (gam) And Forfeiture Of The Performance Security; And 6.3. The Cda Shall Have The Right To Blacklist The Contractor In Case Of Pre-termination. 7. Training 7.1. Administration Management Console Technical Training For 5 Designated It Personnel; 7.2. All Trainings Should Be Done Virtually Using Zoom Or Google Meet; And 7.3. Must Provide A Certificate Of Training To The Attendees. 8. Deliveyr Period And Completion 8.1. Delivery Of One (1) Year Subscription Account, Migration And Submission Of Post-migration Report, And User Management Training - 60 Working Days. 9. Qualification Of Bidder "9.1. A Company With Expertise In Deploying On-premise Or Cloud Siem; And 9.3. Philgeps Registered" 10. Billing And Payment 10.1. 100% - Upon Completion Of The Delivery And Configuration Of Siem And Upon Completion Of Users Account Management Training. 11. Delivery Period 11.1. The Configuration/setup Must Be Completed Within Seven (7) Days Prior To March 14, 2025, Which Marks The Expiration Of Our Current Subscription, Subject To The Issuance Of The Notice To Proceed.
City Of Danao Tender
Automobiles and Auto Parts
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 121 K (USD 2 K)
Details: Description Description Republic Of The Philippines Danao City Brgy.maslog Invitation To Apply For Eligibility And To Bid Purchase Of Spareparts, Materials For Brgy. Garbage Truck Of Brgy.maslog, Danao City The Brgy.maslog, Tends To Apply The Sum Of Php121,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Of Spareparts, Materials For Brgy. Garbage Truck Of Brgy.maslog, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Maslog Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Purchase Of Spareparts, Materials For Brgy. Garbage Truck Of Brgy.maslog, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost Isuzu Elf Mini Dump Truck 1. 1` Body Repair & Dump Box Extension 45,000.00 45,000.00 2. 1 Body Repair 40,000.00 40,000.00 3. 1 Brake System Repair 15,000.00 15,000.00 4. 1 Upholstery Driver Seat 5,000.00 5,000.00 5. 1 T- Light Replacement 2,500.00 2,500.00 6. 1 Electrical Wiring 10,000.00 10,000.00 7. 1 Sticker Decals 3,500.00 3,500.00 Php121,000.00 Delivery Of The Goods Is Required Not Later Than March 01, 2025. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements To Be Submitted On January 31- Febuary 07, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacture, Supplie, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On Febuary 07, 2025at 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy.maslog, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines,as Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents,itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine 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, Hon.alberto A. Olivar Brgy. Chairman Maslog,danao City
BARAGAY SANDAYONG SUR DANAO CITY CEBU Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 991 K (USD 16.9 K)
Details: Description Description Republic Of The Philippines Danao City Brgy. Sandayong Sur Invitation To Apply For Eligibility And To Bid Concreting Of Barangay Road At Sandayong Sur, Danao City The Brgy.sandayong Sur, Tends To Apply The Sum Of Php991,048.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Barangay Road @ Brgy.sandayong Sur, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Sandayong Sur Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Concreting Of Barangay Road Of Brgy.sandayong Sur, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 96 Cu.m Base Course(gravel)- Compacted 2,100.00 201,600.00 2. 1296 Bags Portland Cement 228.00 295,488.00 3. 72 Cu.m Washed Sand 2,100.00 151,200.00 4. 144 Cu.m Crushed Gravel 2,100.00 302,400.00 5. 46 Lengths 12mm X 6.00mtrs. Deformed Bar 318.00 14,628.00 6. 49 Kgs. Asphalt Sealant (bitumen Seal) 268.00 13,132.00 7. 81 Lengths 1 X 6 X 10 Coco Lumber 150.00 12,150.00 8. 3 Kgs. 4 Common Wire Nails 81.00 243.00 9. 3 Pcs. Hacksaw Blade 69.00 207.00 Php. 991,048. 00 Delivery Of The Goods Is Required Not Later Than Febuary 29, 20245.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On January 30- Febuary 6, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration Submission And Receipts Of Bids On Febuary 06, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Sandayong Sur, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders,performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Whos Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Nelia J. Cañas Brgy.bac Chairman Sandayong Sur, Danao City
Department Of Tourism Region Xi Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description I. Background And Rationale The Philippine Travel Tour Expo (ptte) Is One Of The Country's Leading Tourism Events, Organized Annually By The Philippine Travel Agencies Association (ptaa) At The Smx Convention Center In Pasay City. The Expo Serves As A Major Platform For Promoting Both Local And International Travel Offerings, Bringing Together Travel Industry Professionals, Businesses, And Enthusiasts To Explore The Diverse Tourism Opportunities In The Philippines. The Event Aims To Foster Growth Within The Tourism Sector While Providing A Venue For Business Networking And Collaboration. Since Its Inception In 1994, The Ptte Has Significantly Grown In Scope, Attracting A Wide Range Of Participants Such As Travel Agents, Tour Operators, Hotels, Resorts, And Individual Travellers. The Expo Showcases A Variety Of Travel-related Services, Including Vacation Packages, Flights, Accommodations, And Emerging Travel Technologies. It Also Highlights Different Regions And Destinations Across The Philippines, Emphasizing The Country’s Cultural Heritage, Natural Beauty, And Unique Tourism Experiences. The Event Offers Exclusive Deals And Promotions, Making It A Popular Destination For Both Business And Leisure Travellers. The Department Of Tourism Xi Views Ptte As A Valuable Opportunity To Promote The Davao Region’s Tourism Products And Attractions. With The Goal Of Boosting Tourism Recovery, Dot Xi, Alongside Local Government And Private Sector Partners, Will Participate In The Expo By Setting Up A Dedicated Booth To Showcase Davao’s Destinations And New Tourism Circuits. This Initiative Aligns With Their Efforts To Strengthen Domestic Tourism In The Region And Market It Effectively To The National Capital Region (ncr) Audience, Helping Ensure The Sustainable Growth Of The Local Tourism Industry. Ii. Objectives 1. To Showcase And Promote The Davao Region Tourism Products And Services In The National Capital Region And Other Regions In The Philippines 2. To Provide Opportunities For Trade Expansion And Consumer Engagement For Davao Region Tourism Stakeholders 3. To Provide An Avenue For Davao Tour Operators To Connect, Build A Network And Create New Businesses With Their Counterparts In Central Philippines 4. To Support The Sustainability Of The Existing Davao To Ncr Routes And Other Regional Air Routes Iii. Program Design The Dot Regional Office Xi Will Participate As Exhibitor And Will Conduct Customer-to-customer And Business-to-business Engagements. Event Components • Main Booth Exhibit: Showcase Of The Davao Region Provinces Partnered With Local Tour Operators • B2b Activity: Participation Of The Delegation To The Main B2b Activity By The Ptaa Iv. Scope Of Work A. Booth Construction And Design 1. Coordinate With The Organizer For Guidelines/ Instructions On Booth Installation. 2. Supervise And Facilitate Ingress And Egress, Booth Set-up And Installation, Maintenance And Dismantling; 3. Secure Required Forms And Permits For The Smooth Installation Of The Booth. 4. Assignment Of Stand-by Manpower For The Duration Of The Event To Manage On-site Problems; 5. Design And Construction Of The Dot Davao Booth, With The Following Details And Inclusions To Wit: All Design And Landscaping Materials And Procedures For A Two (2m Deep) (3m Long) Or 12 Sqm Booth With Platform Raw Space Booth; Led Wall Or Maximum Size Television For Audio-visual Presentations In The Booth Back Printed High-resolution Tarpaulins Sintra Boards/ Lighted Build Up Up Lights And Floodlights Counters With Storage (number Of Counters To Be Identified) Additional Storage Area For Safekeeping Of Items. Column Fabricated Wall-type Design Décor, Chairs And Tables (dependent On The Design) Provision Of Sound System Provision Of Water Dispenser With Daily Supply Water Gallon Installation And Disassemble Services Freight Services For Any Items/elements To Be Owned By Dot Xi B. Deliverables Of The Contracting Party: 1. Activity Report 2. Photo Documentation 3. Statement Of Account 4. Official Receipt C. Design Pegs: V. Project Requirement And Scope Of Deliverables Terms During The Service And Expected Output (a) The Supplier Shall Propose Design Incorporating The Aesthetic Elements And Components That Depict The Icons And Destinations Of Davao Region; To Incorporate New Davao Region Branding (b) The Proposed Design & Lay-out And Other Elements Shall Be For Approval Of Dot Xi Vi. Proposed Budget Of The Contract (abc): • The Total Approved Budget For The Procurement For The Services Of A Booth Contractor For The Davao Region Booth For The 32nd Ptaa Travel Tour Expo Is Two Hundred Thousand Pesos Only (php 200,000.00) Inclusive Of All Applicable Government Taxes” • Terms Of Payment: Government Procedure/willing To Provide Services On A Send Bill Arrangement Payable Within Thirty (30) Working Days. Vii. Minimum Requirements Requirements: (to Submit Sufficient Documents) 1. Company Profile Or Portfolio; 2. Must Have Handled Dot Accounts And Must Provide A List Of Previously Conducted Events/service For “booth Contractor” (within The Last 3-6 Months); (contracts/po) 3. Must Be Smx Convention Center Accredited (accreditation Certificate) 4. Valid Bidding Documents (as Required By The Procurement Law/dot Xi Procurement Division) A. Valid Philgeps Registration B. Valid Mayor’s Permit C. Dti/sec Registration Certificate D. Tin Certification E. Other Applicable Documents As Required 5. Must Be A Manila-based Company (not A Subsidiary Company) Viii. Payment Procedure Send-bill Arrangement: (payable Within 15-30 Days Upon Receipt Of The Statement Of Account From The Supplier) Official Billing Details: Tanya Rabat-tan Regional Director, Department Of Tourism-xi Unit 1-5, Ground Floor, Cope Development Corporation Building 2, Cm Recto St., Davao City Ix. Project Officers/contact Persons: Marketing & Promotion Division: Kamille M. Araneta Procurement Division: Bon Jovi Cabreros/nathania Molina Contact Nos: 09171696215/09472506686 Email: 2021dotxi.procurement@gmail.com/dot11mpd@gmail.com Other Information: Dot Xi Rbac Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. It Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation.
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 281.2 K (USD 4.8 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php281,254.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 325 Bags 2. Washed Sand 26 Cu.m 3. Crushed Gravel 5 Cu.m 4. 12mm.ø X 6.00mtrs Deformed Bar 42 Lengths 5. #16 G.i Tie Wire 4 Kg 6. Cutting Disc 5 Pcs 7. Class-a Boulder 76 Cu.m 8. Fine Sand 8 Cu.m 9. 2”ø X 3.0m Pvc Pipe 14 Lenghts 10. 2” X 2” X 10’ Coco Lumber 20 Lengths 11. Cwn 4” 3 Kg Php281,254.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
DEPARTMENT OF TOURISM REGION I Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 124.8 K (USD 2.1 K)
Details: Description Terms Of Reference Project: Procurement Of Event Management Services For The Participation Of Region 1 In The Philippine Travel Agencies Association (ptaa) 32nd Travel Tour Expo On February 7-9, 2025 Project Background The 32nd Ptaa Travel Tour Expo 2025 Will Take Place From February 7 To 9, 2025, At Halls 1- 4 And Function Rooms 1-4 Of The Smx Convention Center, Mall Of Asia, Pasay City. With The Theme “beyond Borders,” This Year’s Travel Tour Expo Aims To Inspire And Connect The World Through The Transformative Power Of Travel, Highlighting The Unparalleled Wonders That Lie Beyond Our Borders. This Premier Event Offers An Exceptional Platform To Explore Cutting-edge Innovations, Discover Opportunities, And Forge Connections That Transcend Geographical And Cultural Boundaries. Widely Regarded As A Cornerstone Event In The Travel And Tourism Calendar, The Travel Tour Expo Gathers A Remarkable Array Of Industry Players. These Include Travel Agents, Tour Operators, Airlines, Hotels, Resorts, Entertainment And Theme Parks, Providers Of Travel Essentials, Food Businesses, And Other Travel-related Establishments. The Expo Has Consistently Shattered Records In Terms Of Exhibitor Participation, Visitor Attendance, And Production, Solidifying Its Reputation As The Philippines’ Leading Event For Showcasing The Best In Tourism, Travel, Hospitality, And Allied Industries From Both Local And International Markets. As Part Of Its Ongoing Mission To Strengthen, Intensify, And Sustain Marketing And Promotional Efforts, Dot Region 1 Will Proudly Showcase The Rich Offerings Of Its Four Provinces. Representatives From Provincial And Municipal Tourism Offices, Along With Travel And Tour Operators, Hotels, Resorts, And Other Tourism-related Entities, Will Join The Dot Region 1 Team To Highlight Newly Developed Products, Destinations, And Tourism Circuits. The Region 1 Booth Will Feature An Inviting Lounge And Food-tasting Corner, Where Visitors Can Sample The Region’s Vibrant Culinary And Gastronomy Offerings. As Part Of Product Activation Efforts, A Region 1 Presentation Is Scheduled On Either The Second Or Third Day Of The Event. This Will Include Product Showcases, Engaging Displays, And Interactive Games To Captivate And Inspire Attendees. Booth Size: 12 Sqm (2 Units- 3m X 2m ) Booth Height: 8 Ft (max) Approved Budget Of The Contract The Approved Budget Of The Contract Is One Hundred Twenty-four Thousand Eight Hundred Fifty Pesos Only (php 124,850.00) Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Scope Of Service The Service Provider Shall Provide The Necessary Logistical Requirements For The Implementation Of The Participation Of The Department Of Tourism Region 1 In The 32nd Travel Tour Expo 2025 With Requirements And Details As Specified Below: Expenses Particulars Unit/pax Frequency Region 1 Booth Enhancement Provision And Supply Of Labor, Materials, And Professional Services To Execute The Concept, Design, Layout, Creatives, Installation And Dismantling Of The Department Of Tourism Region 1 (dot Ro1) – Ilocos And Pangasinan Region Including Payment Of Any Fees During The Ingress A. Tv With Stand 55 To 60 Inches B. Customized Background Walls And Ceiling Featuring Major Destinations C. All Photos Should Be Highresolution Printed And Mounted In Sintraboard Or Its Equivalent D. Artificial Grass For Flooring E. To Incorporate The Dot Logo And Love The Philippines In The Design F. #findtheoneinregion1 Marquee Letter G. 2 Customized Counter With Cabinet For Storage And High Chairs That Can Accommodate 2 Pax Per Table H. Strategically Located Electrical Outlets And Storeroom I. Quality Led Lighting Or Pin Light For The Booth And Displays And Photos J. Provision Of Standby Manpower For Booth Maintenance Note: Pls Submit 2 Designs For Approval Of Dot Region 1 Note: Pls See Attached Floor Plan Lot Ingress/egress Installation And Dismantling Promotional Materials Tokens Of R1 Products For Vvip Guests With Customized Packaging 30 Pcs Customized Find The One T-shirt For The Dot Guests 20 Pcs Food Tasting Provision And Supply Of Curated R1 Food Products For The Food Tastings For 3 Days Good For 100 Pax Per Day 3 Days Other Requirements Include: The Supplier To Process And Shoulder Necessary Permits, Fees And Other Papers Relative To The Installation And Dismantling Of The Region 1 Booth. The Service Provider Shall Work In Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Project Under A Pre-approved Itinerary. Any Changes In The Itinerary And Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Reminders To Bidders: 1. Please Note That Projects Will Be Awarded As One Lot. 2. All Bidders Must Submit A Copy Of Their Mayor’s/business Permit (business Permit Application, If Applicable), Philgeps Certificate/number, And Original Omnibus Sworn Statement (notarized) With Their Original Copy Of Quotations/proposals On Or Before The Indicated Deadline On The Philgeps Website In Order For Proposals To Be Considered And Qualified. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250. 4. Please Send Your Quotation And Bid Documents To Mr. Bon Derryl G. Pugal- Bac Secretariat At 2/f Nisce Business Center Bldg., Barangay Catbangen, San Fernando City, La Union. You May Send An Advance Copy Of Your Documents Through The Bac Secretariat At The Email Address: Dotregion1bac@gmail.com. Please Note That We Still Need To Receive The Original Documents For Us To Consider Your Bids.
City Of Danao Tender
Civil And Construction...+2Road Construction, Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 991 K (USD 16.9 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php991,048.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City, As Follows; Seq. Item Description Quantity 1. Gravel 96 Cu.m 2. Portland Cement 1,296 Bags 3. Washed Sand 72 Cu.m 4. Crushed Gravel 144 Cu.m 5. 12mm.ø X 6.00mtrs Deformed Bar 46 Lengths 6. Asphalt Sealant (bitumen Seal) 49 Kg 7. 1” X 6” X 10’ Coco Lumber 81 Lengths 8. 4” Common Wire Nail 3 Kg 9. Hacksaw Blade 3 Pcs Php991,048.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Government Service Insurance System - GSIS Tender
Transportation and Logistics
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 240 K (USD 4.1 K)
Details: Description Technical Specifications 1. Project Title Freight And Delivery Services 2. Total Budget The Total Budget For The Project Amounts To Php 240,000.00. Said Budget Is Included In The Corporate Budget For Cy 2025. 3. Brief Discussion Why The Goods And Services To Be Procured Are Necessary Delivery Of Various Communications, Mails, And Parcels Originating From Gsis General Santos Branch Office To Members/clientele And To Various Agencies/offices. 4. Scope Of The Project The Service Provider Shall Provide The Gsis, Under A Courier Delivery Services Contract, The Delivery Of Mail Envelopes, Documents And Parcels Originating From Gsis General Santos Branch Office. The Service Provider Also Warrants That It Provides Nationwide Coverage For Its Services. 5. Detailed Specifications Of The Items, Materials, Equipment/hardware/software, Accessories And/or Services To Be Procured Not Applicable 6. Manpower Requirements The Supplier Must Assign A Point Person Who Will Handle/facilitate The Requests For The Supply And Delivery Of The Goods. Contact Details Of This Point Person Must Be Given To The Office Of The Branch Manager (obm) Upon Commencement Of The Project. 7. Support Service Requirements The Service Provider Shall Provide The Following Services: • Duly Acknowledged Of Airway Bills Or Delivery Receipts; • Daily Pick-up Of Mail Matters From The Gsis General Santos Branch Office To Be Delivered To Specified Destinations; • Monitoring Or Tracking Of Mail Matters And Preparation Of Necessary Reports; • Preparation Of Separate Monthly Delivery Reports Including Proof Of Delivery; • Preparation Of Monthly Billings On Or Before The Last Day Of The Month; And • Provision Of Facilities/system For Online Tracking. 8. Warranty And After-sales Service Requirements The Service Provider Warrants Next Day Delivery Service From Receipt Of Mail Matters Except For Those Areas Known To Have Limited Flight And Ship Schedules. If The Addressee Is A Private Person, The Required Date Of Delivery Must Be Complied With. However, If It Is A Government Entity And The Delivery Date Falls On A Weekend Or Holiday, Mail Matters Must Be Delivered On The First Working Day Thereafter, Except Upon Specific Instruction From The Gsis That Delivery Must Be Done On Weekend Or Holiday 9. Clear Statement Of The Required Standards Of Workmanship, Materials And Performance Of The Goods And Services To Be Procured “not Applicable In This Project” 10. Brand And Specifications Of The Existing Items, Materials, Equipment/hardware/software And Accessories, If The Former Are Related To The Goods And Services To Be Procured “not Applicable In This Project” 11. Drawings/plans And Other Necessary Information “not Applicable In This Project” 12. Schedule And Place Of Delivery Schedule Of Pick-up Will Be Once A Day At Gsis General Santos Branch Office 13. Terms Of Payment The Above-mentioned Services Shall Be Paid Fifteen (15) Days After Receipt Of The Monthly Billing From The Vendor/supplier. The Services Rendered Must Be Duly Found To Be Satisfactory (in Accordance With The Agreement Between The Gsis And The Vendor / Supplier) As Indicated In The Inspection And Acceptance Report. All Payments Shall Be Subject To Existing Accounting And Auditing Rules And Regulations Applicable To The Gsis. 14. Responsibilities Of The End-user Unit During Project Implementation The Assigned Personnel In-charge Of Gsis Gsc Branch Shall Prepare The Airway Bill And To Monitor The Proper And Timely Delivery Of The Mails & Parcels. 15. Penalty For Delay When The Winning Bidder Fails To Satisfactorily Deliver Goods Under The Contract Within The Specified Delivery Schedule, Inclusive Of Duly Granted Time Extensions, If Any, The Supplier Shall Be Liable For Damages For The Delay And Shall Pay Gsis Liquidated Damages, Not By Way Of Penalty, An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Delayed Goods Scheduled For Delivery For Every Day Of Delay Until Such Goods Are Finally Delivered And Accepted By Gsis. Gsis Need Not Prove That It Has Incurred Actual Damages To Be Entitled To Liquidate Damages. Such Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Supplier, Or Collected From Any Securities Or Warranties Posted By The Supplier, Whichever Is Convenient To The Procuring Entity Concerned. In No Case Shall The Total Sum Of Liquidated Damages Exceed Ten Percent (10%) Of The Total Contract Price, In Which Event The Procuring Entity Concerned May Rescind The Contract And Impose Appropriate Sanctions Over And Above The Liquidated Damages To Be Paid. 16. Documentary Requirements The Supplier Must Comply With The Dbm Gppb Non-policy Matter No. 045-2017, If Applicable. “dbm Gppb Non-policy Matter No. 045-2017, "the Gppb Recently Approved Amendments (effective 5 December 2017) To The Documentary Requirements For Negotiated Procurement Under The Small Value Procurement Modality Per Appendix A, Annex “h” Of The 2016 Revised Irr. Thus, Income Or Business Tax Returns Shall Be Required For Procurement Projects With Approved Budget For The Contract (abc) Above ₱ 500,000.00 And The Omnibus Sworn Statement Shall Be Required Only For Procurement Projects With Abc Above ₱50,000.00.” The Above Mentioned Documentary Requirement Shall Be Submitted By The Winning Vendor Before The Issuance Of The Notice Of Award (noa) / Purchase Order (po) / Contract. 17. Data Privacy The Winning Bidder/supplier Must Comply With All The Provisions Of Republic Act No. 10173, Known As The “data Privacy Act Of 2012” And Its Implementing Rules And Regulations. Important Reminder The Government Service Insurance System (gsis) Warns The Public/bidders Of Unscrupulous Individuals And Groups Posing As Officers/employees Of The Gsis Soliciting Money For Alleged Aid For Whatever Purpose. Do Not Give Anything To These Unscrupulous Individuals And Groups. Gsis Is Fully Compliant With The No Solicitation And Gift Policy. In This Regard, Gsis Officials And Employees Are Prohibited From “directly Or Indirectly Soliciting Gifts, Favors Or Benefits From Stakeholders And Directly Or Indirectly Soliciting, Accepting Or Receiving Any Gift, Favor Or Benefits From Any Party Which May Influence The Performance Of Their Official Functions Or Which May Be Perceived As Influencing Their Past, Present And Future Official Functions. We Thus Enjoin The Cooperation Of The Public/vendors/suppliers To Report These Individuals/groups To Gsis Through The Office Of The Vice-president, General Services Office At (02) 7976-4900 Local 4971 And Materials Management Department (mmd) At (02) 7976- 4900 Local 3608.
Municipality Of Sibulan, Negros Oriental Tender
Food Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 391.5 K (USD 6.6 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Sport Activities Expenses (sibulan 2 District) – Noraa Meet With The Following Details; Total Abc P 391,500.00 Item No. Unit Item Description Qty Unit Price Sport Activities Expenses (sibulan 2 District) – Noraa Meet Lot 1 – Catering Services For Noraa Meet On January 26 - 31, 2025 1 Pax 3 Meals And 2 Snacks (5 Days) 412 Day 1 Breakfast Rice, Sweet Ham, Boiled Egg, Water, Coffee/milk/chocolate Drink Snack Ensaymada, Water Lunch Rice, Chicken Pinatatasan, Bam -e, Water, Orange Snack Cinnamon Bread, Water Dinner Rice, Sutanghon Soup, Fried Fish, Water Day 2 Breakfast Rice, Corned Beef, Hotdog, Water, Coffee/milk/ Chocolate Drink Snack Puto Cheese, Water Lunch Rice, White Beans, Fried Chicken, Water, Banana Snack Torta, Water Dinner Rice, Minudo, Beef Bas-oy, Water Day 3 Breakfast Rice, Ground Pork W/ Sayote, Dried Fish, Water, Coffee/milk/ Chocolate Drink Snack Meat Bread, Water Lunch Rice, Pork Adobo, Chopsuey, Water, Chocolate Candy Snack Cheese Bread, Water Dinner Rice, Ground Pork W/potato, Bam -e, Water Day 4 Breakfast Rice, Hot, Boiled Egg, Water, Coffee/milk/ Chocolate Drink Snack Ensaymada, Water Lunch Rice, Chicken Adobo, Vegetables, Water, Water Melon Snack Cenamon Bread, Water Dinner Rice, Humba, Mongo W/dried Fish, Water Day 5 Breakfast Rice, Sweet Ham, Corned Beef, Water, Coffee/milk/ Chocolate Drink Snack Ensaymada, Water Lunch Rice, Pork Chop, Sutanghon Guisado, Water, Orange Snack Cenamon Bread, Water Dinner Rice, Green Peas, Adobo, Water Charged To: Sef Sibulan 2 District (sport Activities Expenses) Abc: P 391,500.00 Sef 2025 - Sport Activities Expenses (sibulan 2 District) Bidder’s Bond (2% Of Abc): P7,830.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 14-21, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 21, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
Municipality Of Sibulan, Negros Oriental Tender
Textile, Apparel and Footwear...+1Education And Training Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 320 K (USD 5.4 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Uniforms For Noraa Meet (sef 2025 – Sports Activities Expenses) With The Following Details; Total Abc P 320,000.00 Stock No. Unit Description Quantity Unit Price Sibulan District 1 Uniforms For Noraa Meet 2025 - January 26-31, 2025 1 Sets Archery Girls - Secondary 2 2 Sets Athletics Boys - Elementary 12 3 Sets Athletics Girls - Elementary 12 4 Sets Athletics Boys - Secondary 13 5 Sets Athletics Girls - Secondary 12 6 Sets Badminton Boys - Elementary 4 7 Sets Badminton Girls - Elementary 4 8 Sets Badminton Boys - Secondary 4 9 Sets Badminton Girls - Secondary 4 10 Sets Basketball Boys 5 X 5 - Elementary 12 11 Sets Basketball Boys 5 X 5 - Secondary 12 12 Sets Basketball Boys 3 X 3 - Secondary 4 13 Sets Basketball Girls 3 X 3 - Secondary 4 14 Sets Billiards Boys - Secondary 2 15 Sets Billiards Girls - Secondary 2 16 Sets Chess Boys - Elementary 2 17 Sets Chess Girls - Elementary 2 18 Sets Chess Boys - Secondaary 2 19 Sets Chess Girls - Secondary 2 20 Sets Dance Sports Elementary 2 21 Sets Soccer Boys - Secondary 18 22 Sets Sepaktakraw Boys - Elementary 4 23 Sets Swimming Boys - Elementary 8 24 Sets Swimming Girls - Elementary 5 25 Sets Swimming Boys - Secondary 5 26 Sets Table Tennis Boys - Elementary 1 27 Sets Table Tennis Boys - Secondary 4 28 Sets Table Tennis Girls - Secondary 2 29 Set Taekwondo Boys - Secondary 1 30 Sets Volleyball Boys - Elementary 12 31 Sets Volleyball Girls - Elementary 12 32 Sets Volleyball Boys - Secondary 12 33 Sets Volleyball Girls - Secondary 12 34 Pieces T-shirts 202 Abc: Php 320,000.00 Source Of Fund: Sef Sports Activities Expenses Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 14-21, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 21, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
8291-8300 of 8544 archived Tenders