Manpower Tenders
Manpower Tenders
Municipality Of Sibulan, Negros Oriental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan Barangay Maningcao -o0o- Bids And Awards Committee ___________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Maningcao, Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Rehabilitation Of Water System With The Following Details; Total Abc P 94,245.00 Qty Unit Description Unit Cost Total Cost Rehabilitation Of Water System – Barangay Maningcao Piping Works (materials) 10 Pcs 2 1/2‘’ Ø G.i Pipe S-40 10 Pcs 2‘’ Ø G.i Pipe S-40 5 Pcs 2 1/2‘’ Ø G.i Union S-40 5 Pcs 2‘’ Ø G.i Union S-40 5 Pcs 2 1/2‘’ Ø G.i Coupling S-40 5 Pcs 2‘’ Ø G.i Coupling S-40 10 Pcs 1 1/2‘’ Ø G.i Coupling S-40 20 Pcs 1 1/2‘’ Ø G.i Pipe S-40 5 Pcs 1 1/2‘’ Ø G.i Union S-40 Approved Budget Contract P 94,245.00 Bidders Bond 2% Of The Approved Budget P 1,884.90 Requirements 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. 14. License To Operate From Fda And Certificate Of Product Registration (for Drugs And Medicine Suppliers) Bid Documents Shall Be Available For Issuance To Prequalified Bidders On February 18-2025. Sealed Bids In One (01) Set Shall Be Received By The Bac Of Maningcao, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of February 18, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The Barangay Hall, Maningcao, Sibulan, Negros Oriental. The Local Government Unit Of Maningcao Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Hon. Eusebio M. Taghap Sr. Bac Chairman
Closing Date25 Feb 2025
Tender AmountPHP 94.2 K (USD 1.6 K)
Province Of Iloilo Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Pen-25-50-np(sv) Reference Pr No.pen-25-50 February 3, 2025 (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 10, 2025 At 9:00 A.m.at The Bids And Awards Committee Secretariat Office 5th Floor, Iloilo Provincial Capitol After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱192,000.00 Place Of Delivery: Hotel Within Iloilo Province Date Of Delivery: As Per Scheduled Date Of Activity. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 96 Pax Food And Accommodation For The Conduct Of Iloilo Biodiversity Strategy Action Planning Workshop, Iloilo Provincial Government Participants, Nga's And Guests At Php 2,000.00 Per Day For 3 Days With 32 Participants Per Day. (hotel Venue: Within Iloilo Province) Breakfast-2, Am Snacks-3, Lunch-3, Pm Snacks-3, & Dinner-2 2,000.00 Terms And Conditions: 1. Provide Function Rooms Good For 32 Pax With Complete Pa System And Lcd Projector And With Adjacent Comfort Rooms. 2. Must Have Suitable Rooms For Overnight Accommodation For Participants And Suitable For The Conduct Of Activity. 3. With Provision Of Coffee/choco Beverages During Sessions. 4. Attached Menu To Quotation. Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurementprojects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Pen-25-50-np (sv) Reference Pr No. Pen-25-50 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Ddetermined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. Etermined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.
Closing Date10 Feb 2025
Tender AmountPHP 192 K (USD 3.3 K)
Province Of Iloilo Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-57-np(sv) Reference Pr No.gov-25-57 The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 13, 2025 At 9:00 A.m. At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱347,900.00 Place Of Delivery: Iloilo Provincial Capitol Casa Real, Sp Session Hall, Emc Hall (central Philippine University) Date Of Delivery: February 20,21,27,28 & March 7 & 14, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 Pax Am And Pm Snacks For 1,420 Pax At 120.00 Per Pax For The Supreme Debates & The Supreme Parliamentary 2025 On February 20 (340 Pax), February 21 (160 Pax), February 27 (340 Pax), February 28 (240 Pax), March 7 (160 Pax), March 14 (180 Pax), 2025. Menu Chicken Sandwich/ Club Sandwich/cheezy Beef Sandwich/chicken Ala King/ Fruity Tuna Sandwich/chicken Burger Fillet/hotdog Sandwich Drink:juice Packed Lunch Meals For 710 Pax At 250.00 Per Pax For The Supreme Debates & The Supreme Parliamentary 2025 On February 20 (170 Pax), February 21 (80 Pax), February 27 (120 Pax), February 28 (80 Pax), March 7 (80 Pax), March 14 (90 Pax), 2025. Menu Choice Of 2 Main Dish Backribs With Fruit Juice Sauce/beef With Mushroom Sauce/native Beefsteak/fish Fillet With Tartar Sauce/beef Pot Roast/roast Chicken With Herb/buttered Chicken/ Chinese Beefsteak/garlic Pepper Porkribs/ Fish Chili Mango Sauce Dessert;macaroons/cheese Muffins/revel Bar/ube Macapuno/brownies Rice Softdrinks Terms And Condition 1. The Use Of Low Density Plastics And Styrofoam As Food Container Or Wrapper Shall Not Be Allowed Except As First Packaging. 2. Caterers Are Required To Use Paper, Table Napkins, Banana Leaves And Other Biodegradable/organic Materials To Wrap/package The Food Items. 3. Refillable Water Containers Shall Be Provided Instead Of Individual Bottled Mineral Water. 4.use Of Plastic Straws And Stirrers Is Strictly Prohibited. 120.00 250.00 Total Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: _____________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.gov-25-57-np(sv) Reference Pr No. Gov-25-57 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: February 20,21,27,28 & March 7 & 14, 2025 Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 3. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 4. 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. 5. 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. 6. 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. 7. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 8. 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. 9. 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. 10. 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. 11. 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). 12. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 13. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 14. 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. 15. 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.
Closing Date13 Feb 2025
Tender AmountPHP 347.9 K (USD 5.9 K)
Technical Education And Manpower Planning Department Tender
Goods
Electronics Equipment...+1Electrical and Electronics
GEM
Corrigendum : Corrigendum Added
India
Purchaser Name: Technical Education And Manpower Planning Department | CATEGORY: Public Address (PA) Amplifier (V2) (Q2)
Closing Date20 Jan 2025
Tender AmountINR 30.1 K (USD 348)
This is an estimated amount, exact amount may vary.
Technical Education And Manpower Planning Department Tender
Goods
Publishing and Printing
GEM
India
Purchaser Name: Technical Education And Manpower Planning Department | CATEGORY: Black Lead Pencils (V2) as per IS 1375 (Q4) , Eraser (Q4) ,
Plain Copier Paper (V3) ISI Marked to IS 14490 (Q4) , Paper
Adhesive, Liquid Gum and Office Paste Type as per IS 2257
(Rev) (Q3) , File Board (Q4)
Closing Date11 Feb 2025
Tender AmountINR 15.5 K (USD 179)
This is an estimated amount, exact amount may vary.
8721-8730 of 9128 archived Tenders