Manpower Tenders
Manpower Tenders
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.agr-25-92-np (sv) Reference Pr No. Agr-25-92 February 13, 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 March 4, 2025 At 9:00 A.m. At The 2nd Floor, In Front Of Grand Social Hall, Casa Real, Iloilo After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱72,000.00 Place Of Delivery: Any Venue Within Lloilo City Or Iloilo Province Date Of Delivery: March 27,2025 And June 27, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 120 Pax Catering Services Consisting Of 2 Snacks And 1 Lunch Per Day With 60 Participants Per Meeting For A Total Of 120 Participants For 2 Meetings In The Conduct Of Livestock And Poultry Stakeholders Consultative Meeting On March 27,2025 And June 27, 2025 In Any Venue Within Iloilo City Or Iloilo Province 600.00 1st Meeting (march 27, 2025)- 60 Pax Am Snacks: Pancit Molo With Bread, Orange Juice Lunch: Rice, Beef Kare-kare, Pork Sarciado, Bihon Guisado, Llonggo Kansi, Mango Tapioca, Softdrinks Pm Snacks: Cheese Ensaymada, Ice Tea 2nd Meeting (june 27, 2025)- 60 Pax Am Snacks: Batchoy, Orange Juice Lunch: Rice, Bakareta, Pork Menudo, Tinolang Manok, Sotanghon Guisado, Fruit Salad Medley, Softdrinks Pm Snacks: Ham And Egg Split, Ice Tea Terms And Conditions 1. Complementary Use Of Function Rooms From 7:00 Am To 5:00 Pm 2. Complementary Use Of Pa System, Projector, Widescreen And Microphones 3. Complementary Use Of White Board 4. Free Internet Connectivity In Every Function Room 5. Standard Table And Chair Set Up 6. Standy Unifrom Wait Staff 7. Free Flowing Coffee And Water Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.
Closing Date4 Mar 2025
Tender AmountPHP 72 K (USD 1.2 K)
DEPT OF THE ARMY USA Tender
Electrical and Electronics...+1Electrical Works
United States
Details: Sources Sought Notice
this Is A Sources Sought Notice Only. The U.s. Government Desires To Procure Repairs For A Historical Antique Pendant Light On A Small Business Set-aside Basis, Provided 2 Or More Qualified Small Businesses Respond To This Sources Sought Notice With Information Sufficient To Support A Set-aside. Be Advised That The U.s. Government Will Not Be Able To Set Aside This Requirement If 2 Or More Small Businesses Do Not Respond With Information To Support The Set-aside. We Encourage All Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), To Identify Their Capabilities In Meeting The Requirement At A Fair Market Price.
this Notice Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Sources Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Governmentwide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Governmentwide Point Of Entry For Additional Information Pertaining To This Requirement. The Anticipated Naics Code(s) Is: 335132, Commercial, Industrial, And Institutional Electric Lighting Fixture Manufacturing With A Size Standard Of 600 Employees.
a Need Is Anticipated For The Repair Of Historical Antique Light Fixtures At Taylor Hall West Point Ny.
in Response To This Sources Sought, Please Provide:
1. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Duns Number, Cage Code, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code.
2. Identify Whether Your Firm Is Interested In Competing For This Requirement As A Prime Contractor Or Not. Identify Subcontracting, Joint Ventures Or Teaming Arrangement That Will Be Pursued, If Any.
3. Information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.
4. Information To Help Determine If The Requirement Is Commercially Available, Including Pricing Information, Basis For The Pricing Information (e.g., Market Pricing, Catalog Pricing), Delivery Schedules, Customary Terms And Conditions, Warranties, Etc.
5. Identify How The Army Can Best Structure These Contract Requirements To Facilitate Competition By And Among Small Business Concerns.
6. Identify Any Condition Or Action That May Be Having The Effect Of Unnecessarily Restricting Competition With Respect To This Acquisition. Please Contact The Micc Contract Specialist, Shawn Valastro, At Shawn.m.valastro.civ@army.mil, If You Believe That This Action Is Unreasonably Restricting Competition. Include The Subject Of The Acquisition, This Announcement, And The Micc Poc Information From The Fedbizopps Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion.
7. Recommendations To Improve The Approach/specifications/draft Pws/prs To Acquiring The Identified Items/services.
pws- Draft
performance Work Statement
the Contractor Shall Remove The Existing Light From Building 600 And Take It To His Facility To Repair And Restore It. This Entails Restoration Work Of A Large Antique Pendant Light With Historical Significance To The West Point Us Military Academy Landmark Installation. Work Shall Include:
transport Of Fixture To Contractors Facility;
complete Disassembly Of Fixture;
identification Of And Removal Of Original Finish;
application Of New Black Satin Painted Finish On Components;
replacement Of Glass With New Clear Glass Panes;
rewiring And Replacement Of All Electrical Components;
repair Of All Structural Defects, Replicating Any And All Missing Or Decorative Components During The Reconstruction And Restoration Of The Original Fixture.
return Of The Restored Fixture To West Point.
the Contractor Shall Insure The Repair Work Preserves The Historic Elements Of The Antique Light Fixture And Keeps The Historic Original Appearance Of The Fixture.
once The Work Is Completed The Contractor Will Transport The Restored Fixture Back To West Point.the Contractor Shall Report Manpower In The Army Contractor Manpower Reporting Application Https://cmra.army.mil/. (see Attached For Complete Details.)
Closing Date26 Feb 2025
Tender AmountRefer Documents
BARANGAY WHITE BEACH DINAGAT DINAGAT ISLAND Tender
Machinery and Tools
Philippines
Details: Description Item 1. Welding Fabrication And Installation A. Materials Including Freight And Handling *1 1/2" Dai.x6m Gi Pipe Sched 40 6pcs @2,500.00 = 15,000.00 *1/2"x6"x6 Base Plate 6 Pcs @ 150.00 = 900.00 *1.2x2.50 Steel Matting 15 Pcs @ 1,500.00 = 22,500.00 *1/4"x1"x6m Angle Bar 14pcs @ 750.00 = 10,500.00 *1/4"x2"x6m Angle Bar 4pcs @ 1,700.00 = 6,800.00 *g.i Sht Corrugated No. 26 X 12 Ft @ 500.00 = 4,000.00 *2 1/2" Tickscrew 60 Pcs @ 5.00 = 300.00 *2"x3" X 6m C-purlins 4 Pcs @ 400.00 = 1,600.00 *padlock 4 Set @ 400.00 = 1,600.00 *welding Rod 3 Box @ 600.00 = 1,800.00 *cutting Desk 12 Pcs @ 100.00 = 1,200.00 *cut Off Blade 1 Pc @ 1,500.00 = 1,500.00 *red Lead Paint 3 Gal @ 900.00 = 2,700.00 *paint Thinner 2 Gal @ 750.00 = 1,500.00 *paint Brush 3 Pcs @ 50.00 = 150.00 Total: 72,050.00 B. Manpower 0.3% = 21,615.00 C. Equipment Including Elecric Bill 1 Unit Welding Machine 4 Days @ 1,500.00 = 6,000.00 Labor Cost 21,615.00 Materials Cost 72,050.00 Equipment Cost 6,000.00 Total Cost: 99,665.00 Say100,000.00 Prepared By: Ruby G. Andoy - Draftsman Ii Checked By: Eng. Rodolfo E. Eder, Jr - Municipal Engineer Approved By: Hon. Vivian E. Apas - Punong Barangay
Closing Date27 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
BARANGAY RIOTUBA, BATARAZA, PALAWAN Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Construction Of Drainage Canal At Diamante Street To Aquino Residence, Brgy. Rio Tuba, Bataraza, Palawan Description Of Works: Item I. Earthworks/preparation: Clearing, Grubbing, Flushing Of Existing Canal Excavation : 172 Cu.m A. Materials: ----none---- B. Equipment Rental: No. Of Equipment: Type One (1) Backhoe @php C. Manpower: Four (4) Laborers Item Ii. Form & False Works: A. Materials: 96 Pcs. 1/2 Thk Ordinary Plywood (4 Uses) 885 Bd.ft. Good Lumber (4 Uses) 116 Kls. Assorted C.w. Nails 10 Rolls Nylon B. Labor: One (1) Foreman One (1) Mason/carpenter Two (2) Laborers Item Iii. Concrete & Masonry Works A. Materials: 575 Bags Cement 63 Cu.m Passing G1 32 Cu.m Screen Sand 115 Pcs. 12mmø Rsb 95 Pcs. 10mmø Rsb 100 Kls. Tie Wire #16 B. Labor: One (1) Foreman Two (2) Mason/carpenter Eight (8) Laborers Item 500. Installation Of Box Culvert With Catch Basin I. Earthworks: Quantity = 18.48 Cu.m. A. Materials: ----none---- B. Labor: One (1) Foreman One (1) Mason/carpenter Eight (8) Laborers Ii. Form & False Works: A. Materials: 14 Pcs. 1/2" Thk. Ord. Plywood @php 36 Pcs. 2"x2"x8' Coco Lumber 8 Kls. Assorted C.w. Nails B. Labor: One (1) Foreman One (1) Mason/carpenter Four (4) Laborers Iii. Concrete & Masonry Works A. Materials: 58 Pcs. 12mmø Rsb 27 Bags Cement 12 Kls. Tie Wire #16 10 Cu.m Passing G1 5 Cu.m Screen Sand 9 Pcs. Hacksaw Blade B. Labor: One (1) Foreman Two (2) Mason/carpenter Eight (8) Laborers Schedule Of Activities: Posting And Issuance Of Bids = February 4, 2025 Pre-bid Conference = February 12, 2025 Deadline Of Submission And Opening Of Bids = February 24, 2025 Cost Of Bid Documents = Php 1,000.00
Closing Date24 Feb 2025
Tender AmountPHP 939.6 K (USD 16.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: This Is A Public Synopsis Of A Forthcoming Solicitation In Accordance With Far 36.213-2. This Is Not A Solicitation, Therefore, No Solicitation Documents Are Currently Publicly Available.
this Pre-solicitation Notice Is For Solicitation Number 36c24225b0014 Project Number 632-24-130 To Repair Pv Carport Systems At The Va Medical Centre Northport Ny At 79 Middleville Rd. Northport, Ny 11768
this Project Will 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). Competition For This Procurement Is Restricted To Verified Vetcert Service- Disabled Veteran Owned Small Business (sdvosb) Contractors. The Sdvosb Must Be A Small Business Under The Relevant Naics Code And Must Be Registered And Verified At Https://veterans.certify.sba.gov
the Naics Code For This Procurement Is 237130 Power And Communication Line And Related Structures Construction, Size Standard: $45.5million. Iaw Vaar 852.219-10 The Vip Listed Sdvosb. Prospective Contractor Is Required To Be Registered In Sam.gov At The Time Of Bid Opening. The Magnitude Of Construction Is $1,000, 000.and $2,000,000.
scope Of Work:
the Scope Of The Project Is To Address The Issues Of Pv Carport Systems (south And West) Which Was Taken Out Of Service Due To The Safety Concerns After A Solar Fire. Contractor Will Be Required To Provide All Manpower To Repair Pv Carport Systems At Northport Medical Center.
project Completion: 120 Calendar Days From Issuance Of Notice To Proceed.
prospective Contractors Must Be Registered At Https://www.sam.gov And Certified Online With Https://veterans.certify.sba.gov In Accordance With 38 Cfr Part 74 And Vaar 819.70 To Be Eligible For Award. There Will Be A Site Visit Held For This Project And All Prospective Bidders Are Strongly Encouraged To Attend. Details Of The Site Visit Will Be Included In The Solicitation Document. It Is Anticipated That The Solicitation Will Be Issued On/about February 14, 2025. Information For Bid Details, Specifications, Drawings And Contract Forms Will Be Available In Electronic Format Only At: Https://www.sam.gov.
to Preserve The Integrity Of The Procurement Process, All Questions, And Requests For Information Must Be Submitted In Writing To Samantha Chavanga, Contract Specialist Via Email At Samantha.chavanga@va.gov By Date And Time.
end Of Description
Closing Date14 Feb 2025
Tender AmountRefer Documents
Iloilo State College Of Fisheries - ISCOF Tender
Finance And Insurance Sectors
Corrigendum : Tender Amount Updated
Philippines
Details: Description The Iloilo State University Of Fisheries Science And Technology – San Enrique Campus Through Its Bids And Awards Committee, Intends To Procure “procurement Of Student Insurance” With The Approved Budget For The Contract (abc) In The Amount Of One Hundred Forty-eight Thousand One Hundred Pesos Only (₱148,100.00) Chargeable Against Fund 164 And In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Please Quote Your Best Offer For The Item Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of The Request For Quotation (rfq). Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than January 31, 2025 At Exactly 9:00 Am At The Office Of The Bids And Awards Committee. A Copy Of The Following Is Required To Be Submitted Along With Your Signed Quotation/proposal To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Statement Of All Completed And On-going Projects 6. Itr 7. Omnibus Sworn Statement 8. Authority Of The Signatory The Bids And Awards Committee Agreed That The Suppliers Must Be Within Iloilo City Area Only. For Further Information, You May Contact The Bac Secretariat At Telephone Numbers (033) 327-3405/ 09301421999 Or At Email Address: Bac.isufstsec24@gmail.com From 8:00 A.m. To 5:00 P.m. Except Saturdays, Sundays And Holidays. Isufst-san Enrique Campus Reserves The Right To Accept Or Reject Any Offer, To Annul The Negotiation Process, And To Reject All Offers At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Firms. Instructions 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Technical Specifications A. Production Schedule B. Delivery Schedule C. Manpower Requirements (if Applicable) D. After-sales Service Parts (for Equipment) And Warranty Note: Warranty Shall Be For A Period Minimum Of Six (6) Months For Supplies & Materials, Minimum Of One (1) Year For Equipment From The Date Of Acceptance By The Procuring Entity.
Closing Date31 Jan 2025
Tender AmountPHP 148.1 K (USD 2.5 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Sibuguey Valley Irrigation System - Repair Nis Cy 2025 – Package 2 (construction Of Canalization And Canal Structures) Bayog, Zamboanga Del Sur 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-nis Cy 2025 Intends To Apply The Sum Of Twenty Eight Million Sixty Seven Thousand Three Hundred Thirty-one Pesos And 54/100 Only (php 28,067,331.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-svis-repair-niscy2025p2-998 (infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For: Item No. Description Quantity Unit I. Temporary Works, Construction And Installation Of Billboard, Construction Plant, Mobilization Of Construction Equipment & Demobilization 1.00 L.s Ii. Construction Safety And Health 1.00 L.s Iii. Canalization 3 1. Common Excavation (manual) 3,555.40 Cu.m 3.2. Common Backfill (manual) 2,921.20 Cu.m 3.3. Concrete Demolition 232.90 Cu.m 3.4. Gravel Blanket (gravel Bedding) 227.30 Cu.m 3.5. Embankment Construction And Compaction A. Borrow Haul 12,221.00 Cu.m 3.6. Concrete A. Class B 2400 Psi Plain Concrete 762.80 Cu.m 3.6.2. Reinforcing Steel Bars (grade 40) - 10mm 34,654.40 Kgs. Iv. Canal Structures 4.1 Structure Excavation (manual) 163.00 Cu.m 4.2 Structure Backfill (manual) 92.60 Cu.m 4.3 Gravel Blanket (gravel Bedding) 36.40 Cu.m 4.4 Embankment Construction And Compaction A. Borrow Haul 13.30 Cu.m 4.5 Reinforced Conduit Pipe (610 Mmø) 7.00 In.m 4.6 Concrete A. Class A 3000 Psi Plain Concrete 103.90 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 6,120.90 Kgs. Total 28,067,331.54 The Above Procurement Project. Completion Of The Works Is Required 240 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 Pm From Given Address And Website/s Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Https://notices.philgeps.gov.ph, Https://region9.nia.gov.ph/content/invitation-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (php 25,000.00 ).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm. At National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office , Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Videoconferencing/webcasting Via, Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 7, 2025 At 9:00 A.m. Zamboanga Sibugay Irrigation Management Office, Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Google Meet, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 10. The Minimum Equipment And Manpower Requirement Will Be The Following: Equipment: Equipment Type Unit Capacity Bagger Mixer 3 Units 1 Bagger Dumptruck (10-wheeler) 1 Unit 10-12 Cu.m Dumptruck (6-wheeler) 1 Unit 5-6 Cu.m Survey Instrument 1 Set Bar Cutter 2 Units Testing Cylinder (3 Cylinder Per Set) 3 Sets Concrete Vibrator 3 Units Electric Jack Hammer 1 Unit Generator Set 1 Set 10 Kva Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Office Engineer 1 Materials Engineer 1 Safety Officer 1 Survey Team 2 Construction Foreman 2 Drivers 8 Skilled Workers 11. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid Wilson N. Cabrales (sgd) Bac - Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 28 Million (USD 483.6 K)
National Irrigation Administration Tender
Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Details: Description Invitation To Bid For Baluran-tupilac Cis Cy 2025 (repair And Installation Of Steel Cable, Repair And Construction Of Canalization And Canal Structures) Tungawan, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Resto-cis Cy 2025 Intends To Apply The Sum Of Nine Million Four Hundred Seventeen Thousand Five Hundred Twenty Four Pesos And 39/100 Only (php 9,417,524.39) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-resto-ciscy2025-995 (infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For: Item No. Description Quantity Unit I. Temporary Works, Construction And Installation Of Billboard, Construction Plant, Mobilization Of Construction Equipment & Demobilization 1.00 L.s Ii. Construction Safety And Health 1.00 L.s Iii. Diversion Works A. Wire Rope Steel Center 16mm Dia. 6x19 Strands, 10 M Each (4pcs) 1.00 L.s B. Reinforcing Steel Bars (grade 40) - Various Sizes 39.00 Kgs. Iv. Canalization A. Concrete Demolition (manual) 174.50 Cu.m B. Common Excavation (manual) 570.40 Cu.m C. Common Backfill (manual) 570.40 Cu.m D. Haul Borrow With Compaction 599.10 Cu.m E. Gravel Blanket (gravel Bedding) 198.10 Cu.m F. Concrete F.1. Class B 2400 Psi Plain Concrete 277.20 Cu.m G. Reinforcing Steel Bars (grade 40) - 10mm 11,466.50 Kgs. Iv. Canal Structures A. Diversion And Care Of River With Dewatering 1.00 L.s B. Concrete Demolition (manual) 16.20 Cu.m C. Structure Excavation (manual) 86.80 Cu.m D. Structure Backfill (manual) 86.80 Cu.m E. Side Borrow 9.00 Cu.m F. Gravel Blanket (gravel Bedding ) 14.80 Cu.m G. Concrete G.1. Class A 3000 Psi Plain Concrete 45.00 Cu.m H. Reinforcing Steel Bars (grade 40) - Various Sizes 3,824.10 Kgs. Total 9,417,524.39 The Above Procurement Project. Completion Of The Works Is Required 210 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 Pm From Given Address And Website/s Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Https://notices.philgeps.gov.ph, Https://region9.nia.gov.ph/content/invitation-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php 10,000.00 ).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm. At National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office , Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Videoconferencing/webcasting Via, Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 7, 2025 At 9:00 A.m. Zamboanga Sibugay Irrigation Management Office, Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay And/or Through Google Meet, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 10. The Minimum Equipment And Manpower Requirement Will Be The Following: Equipment: Equipment Type Unit Capacity Bagger Mixer 2 Units 1 Bagger Survey Instrument 1 Set Testing Cylinder (3 Cylinder Per Set) 1 Set Concrete Vibrator 2 Units Dumptruck (6-wheeler) 2 Units 5-6 Cu.m Waterpump 4" 2 Units Electric Jack Hammer 1 Unit Generator Set 1 Set 10 Kva Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Materials Engineer 1 Office Engineer 1 Safety Officer 1 Survey Team 1 Construction Foreman 5 Skilled Workers 2 Drivers 11. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Da-rfoix Research Division Compound, Sanito, Ipil, Zamboanga Sibugay Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid Wilson N. Cabrales (sgd) Bac - Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 9.4 Million (USD 162.2 K)
Department Of Tourism Tender
Housekeeping Services
Philippines
Details: Description Terms Of Reference Air-conditioning Units (acus) General Cleaning And Preventive Maintenance Requirement Of The Department Of Tourism (dot) For Cy 2025 I. Background The Department Of Tourism (dot) Owns A Total Of Sixty-one (58) Air-conditioning Units (acus) Installed At The Jb Building In Makati City. The Conduct Of General Cleaning And Preventive Maintenance To Reduce The Occurrence Of Repair/replacement And To Ensure That The Air Circulating The Office Is Clean And Free-of Dust And Dirt. Ii. Purpose The Dot Does Not Have The Appropriate Manpower To Do The General Cleaning And Preventive Maintenance Of The 58-acus At The Department. Thus, The Dot Has To Procure A Service Provider That Will Provide The Appropriate Manpower, Tools, And Equipment For The General Cleaning And Preventive Maintenance Services For Cy 2025. Iii. Basic Documentary Requirements 1. Registration Certificate From Sec Or Dti Or Cda, (as The Case May Be); 2. Valid Mayor’s/business Permit; 3. Philgeps Registration Number; And 4. Certification Of Satisfactory Performance For The General Cleaning And Preventive Maintenance Service Contract From At Least Three (3) Clients Other Than Dot Within The Past Three (3) Years. The Certificate Of Satisfactory Performance Will Be Submitted As Part Of The Technical Documents/requirements. Iv. Duties And Responsibilities Of The Service Provider The Service Provider Shall: 1. In The Business Of Acu Maintenance Services For At Least Five (5) Years; 2. Responsible For Any Damage/s Of The Air-conditioning Unit Occurred During The Performance Of The Job/service, Which Is Attributable To The Fault Of The Service Provider; 3. Provide All The Necessary Manpower, Tools, And Equipment (such As But Not Limited To Pressurized Water Compressor, Push Cart, Natural Detergent) To Be Used/necessary In The Fulfillment Of The Job/service; 4. Available Every Time The Department Needs The Necessary Service (on-call) On Top Of Its Regular Preventive Maintenance Service (pms) Schedule At No Additional Cost; 5. Responsible For Any Damage/s Of The Acu Occurred During The Performance Of The Job/service, Which Is Attributable To The Fault Rendered By The Service Provider; 6. Ensure That All Their Personnel Must Observe The Basic Health And Safety Standards, Including The Use Of Safety Tools, And Equipment, Including Basic Personal Protective Equipment (ppe), Such As Proper Company Uniform, Id, Face Masks And The Like During The Performance Of The Job/service; 7. Inform/coordinate With The General Services Division – Maintenance Service (gsd-ms) At Least 1-day Before The Schedule Actual Conduct Of The Job/service; 8. Ensure A Certification/confirmation From The Gsd-ms To Check And Satisfy The Performance Right After Each Job/service Undertaken; And 9. Provide At Least One (1) Certified Air-condition Technical To Supervise The Job/service Of Its Personnel And Shall Report And Coordinate With The Gsd-ms The Status Of The Job/service Undertaken. V. Scope Of Work/schedule Of Requirements: 1. The Preventive Maintenance Will Be Carried Every Three (3) Months To Include The Following Job/services/works: A. Check The Quantity Of Oil, And Refrigerant In The System; B. Testing Of Electrical And Safety Controls; C. General Cleaning Of The Following: A.1. Air Filter A.2. Condenser Coils A.3. Condensate Pan And Drainage Lines A.4. Blower Wheel And Scroll Assembly Lines D. Conduct Of General Cleaning And Preventive Maintenance Of Acus As Prescribed By The Brand Manufacturer: D.1. Inspect And Test All Safety Controls D.2. Inspect And Clean Condensate Drain Lines D.3. Calibrate And Program Thermostat (if Necessary); D.4. Check Air Filters And Evaluate Air Flow D.5. Set Dampers (if Necessary) D.6. Inspect And Clean Condensers And Evaporator Coils D.7. Inspect Ventilation System And Motor Bearings D.8. Inspect And Clean Starter Contacts D.9. Check And Re-charge Refrigerant (if Necessary) D.10. Test Run Of Capacitors And Air Temperature E. Conduct Measurement For The Air Conditioner Supply Temperature And Room Temperature, Including The Reading Of Equipment Working Temperature; F. Conduct Necessary Greasing/lubrication Of Bearing Or Any Rotating Parts (inside And Out Of The Acu Unit), As Needed; G. Conduct General Cleaning Of The Evaporator And Condenser Coil, Blower Wheel, Propeller Blade, Drain Pan, Drain Pump, And Cabinet Assembly; H. Conduct Check-up Of Controls, Compressor Motors, And Fan Motor Including Electrical Components And Tightening Of Electrical Terminals; I. Conduct Testing For Leaks On Pipe Assembly Including Coil Assembly Of The Unit; J. Conduct Check-up Of The Supply Voltage, Full Load/load Currents And Phase Sequence (if Necessary) Of The Electrical Power Supply, Check All Electrical Terminals And Control Wiring Of The Equipment And Retighten If Needed; K. Conduct Check-up For The Operating Pressure For The Compressor And Refrigerant On The System, And Add Refrigerant As Needed With No Additional Cost; L. Conduct Inspection For The Rain Line And De-clogging Of The Drain Line And Drain Pump And Drain Pan Of The Equipment; M. Conduct Check-up For The Operating Pressure For The Compressor And Refrigerant On The System, And Add Refrigerant As Needed With No Additional Cost; N. Conduct Inspection For The Drain Line And De-clogging Of The Drain Line And Drain Pump And Drain Pan Of The Equipment; O. Submit Test Sheets/inspection Report Including Any Findings And Recommendation. Gather Data Including Voltage, Amperes, Pressure For The Gascoolant, Temperature, Room Temperature, And Remarks And Necessary Data Needed (gathering Of Data Is Based Before And After The Conduct Of Pms); P. Should There Be A Need To Replace Defective Parts, The Service Provider Shall Provide The Price Quotation On Parts (i.e., Magnetic Contactors, Capacitors, Temperature Sensors, Etc.) After Every Conduct Of Regular Check-up/inspections. The Procurement Of Parts Shall Be Subject To The Procurement Process And Installation/replacement/repair Shall Be Made Immediately By The Service Provider Without Additional Cost; Q. Regular Check-up Of Input/output Voltagas And Calibration; R. Immediate Repair And Replacement Of Defective Spare Parts Upon Its Availability; S. Check/clean And Tighten Electrical Components Such As Circuit Breakers, Panel Boards To Include Re-tightening Of Bolt Connections, Motor Controllers (contractors, Pressure Switchers, Gauges, Etc.); T. Check/adust Refrigerant Charge To Standard Charge And To Standard Operating Pressure (sunction Pressure, Discharge Pressure) 2. The Service Provider Shall Conduct Regular Inspection And Evaluation Of Acus Operation And Components (i.e., Operating Pressure, Temperature, Etc.) Which Shall Be Made Every Two (2) Months; And 3. The Service Provider Shall Be On-site Upon Receipt Of The Call From The Gsd-ms Within The Day. Note: Any Additional Work And Provision Of Any Spare Parts/items Not Mentioned In The Scope Of Works/minimum Requirements Shall Be Procured By The Dot Subject To Provisions Of Ra 9184. Vi. List Of Dot-acus Acu Type Quantity Split/wall Mounted 48 Floor Mounted 8 Window Type 2 Total 58 Vii. Contract Duration: 10 Months From The Receipt Of The Notice Of Award (noa) Viii. Approved Budget For The Contract (abc) And Source Of Fund: Two Hundred Sixty-three Thousand Four Hundred Pesos And Forty-two Centavos Only (php263,400.42), Chargeable Against Fy 2025 General Administration Expenses (gae) Funds. Ix. Payment Procedure: - Government Procedure - Within 30-35 Calendar Days Upon Submission Of The Complete And Detailed Statement Of Account/billing Including The Copy Of The Certificate Of Satisfactory Services Issued By The Gsd - Payment Shall Be Based On The Actual Job/services Rendered Prepared By: Resil Solis Oic-chief General Services Division Noted By: Atty. John Benedict T. Tigson Director, Administrative Service
Closing Date24 Feb 2025
Tender AmountPHP 263.4 K (USD 4.5 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. Pos-25-25-np(sv) Reference Pr No.pos-25-25 January 14, 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 January 21, 2025 At 9:00 A.m. At 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱66,000.00 Place Of Delivery: Within Iloilo Provincial Capitol, Iloilo City. Date Of Delivery: As Per Scheduled Date Of Activity. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Packed Meals (lunch) For Kasadyahan Sa Kabanwahanan Cy 2025 (220pax @ Php300.00/pax) Menu: Buttered Chicken Pork Menudo Rice Butter Scotch Bottled Water 66,000.00 Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects 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 And Medical Equipment/supplies, The Bidders Shall Submit The Following: A. Certificate Of Product Registration From The Fda; B. Certificate Of Good Manufacturing Practice From The Fda; C. Batch Release Certificate From The Fda; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And E. 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) F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 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. Pos-25-25-np(sv) Reference Pr No. Pos-25-25 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. 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. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date21 Jan 2025
Tender AmountPHP 66 K (USD 1.1 K)
9491-9500 of 10000 archived Tenders