Manpower Tenders

Manpower Tenders

Province Of Iloilo Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gso-25-01-np (sv) Reference Pr No.gso-25-01 January 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 January 7, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱182,145.00 Place Of Delivery: Iloilo Provincial Capitol Grounds, Bonifacio Drive, Iloilo City. Date Of Delivery: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Lot Supply And Installation Of Decorations And Materials & Other Incidentals Necessary For The Iloilo Provincial Capitol Government Kasadyahan Festival 2025 1- “kasadyahan” Led Light Signage - 0.60m Height X 9m Length 1-giant “kasadyahan Decorative Figure” - 6m Width X 6m Height 182,145.00 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. Gso-25-01-np (sv) Reference Pr No. Gso-25-01 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. 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 Date7 Jan 2025
Tender AmountPHP 182.1 K (USD 3.1 K)

Philippine International Convention Center Tender

Housekeeping Services
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-61 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Supply Of Labor And Materials For The Cleaning Of Grease Traps And Sewer Manholes, With An Approved Budget For Contract (abc) Of Two Hundred Thirty-eight Thousand Eight Hundred Pesos (₱238,800.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-61 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Grease Traps And Sewer Manholes. Ii. Approved Budget For Contract (abc): Two Hundred Thirty-eight Thousand Eight Hundred Pesos (₱ 238,800.00), Vat Inclusive. Iii. General Scope Of Works: The Works Shall Be Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Siphoning And Cleaning Of Grease Traps, Sewer Manholes And Septic Tanks. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Health And Safety Requirements Personal Protective Equipment Of Workers And Safety Signage. The Contractor Shall Provide Necessary Safety Equipment. 1.3 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Garbage. 2.0 Siphoning Of Grease Traps, Sewer Manholes And Septic Tanks. 2.1 Siphoning Of Three (3) Grease Traps Located At Courtyard And East Wing Parking. 2.2 Siphoning Of Sewer Manholes Located At Quad Area Near Guardhouse, East And West Parking Of Secretariat Building, Manhole Beside Stp, Apec Garden Near Power House And Septic Tanks Located At Warehouse And Workshop Area. 2.3 Siphoning Shall Be In Twelve (12) Sessions. Three (3) Truck Loads Per Session Per Month, At Least 3.5 Cu.m. / Truck Load. • April 2025 • May 2025 • June 2025 • July 2025 • August 2025 • September 2025 • October 2025 • November 2025 • December 2025 • January 2026 • February 2026 • March 2026 3.0 Manual Cleaning Of Three (3) Grease Traps Located At Courtyard And East Wing Parking. 3.1 Manual Cleaning Of Left Over Dirt/grease After Siphoning Shall Be By Mixing And Stirring Of Hot Water And Soap (to Be Provided By Picc) To Melt The Hard Grease At Walls And Bottom Of Grease Traps For Siphoning. Brushing And Scraping Of Grease, Slime, Scales And Other Sedimentary Deposits At The Chamber Bed And Laterals (wall Chamber). 3.2 Rinsing The Chambers With Hot Water, Cleaning Of Stainless Manhole Covers And Hauling Of All Garbage. 3.3 Schedule Of Manual Cleaning Shall Be In Four (4) Sessions Only: • April 2025 • July 2025 • October 2025 • January 2026 Iv. General Condition Of The Contract: 1. The Contractor Shall Be Responsible For The Supply Of Manpower, Technical Expertise, Supervision, Tools And Equipment For The Cleaning Of The Grease Traps. 2. The Contractor Is Required To Inspect And Examine The Site And The Surroundings Of The Proposed Project To Arrive At An Accurate Estimate Of Labor, Materials, Equipment, Facilities And Services Necessary To Carry-out The Works. 3. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 4. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising For The Injuries And Damages, Which Occurred In The Vicinity. 5. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Its Personnel In The Defense Of Any Claim, Action Or Suit. 6. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly To Picc’s Representative And Shall Be Done In Accordance With Center’s Approved Schedule. 7. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 8. The Contractor’s Personnel Assigned To The Project Must Wear Their Company’s Id At All Times While Working Inside The Center. V. Contractor Qualification: The Contractor Shall Have A Completed Contract With Cleaning And Siphoning Of Grease Traps And Septic Tanks For The Last Five (5) Years. Vi. Terms Of Payment: 1. Payment Shall Be In Monthly Payment, To Be Made After The Siphoning And Cleaning Of Grease Traps Per Session. The Contractor Shall Submit A Request For Payment Of Work Accomplished And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment B. Photographs Of Work Accomplished. C. Invoice 2. Picc Shall Have The Right To Deduct From The Contractor’s Billing Such Amount As May Be Necessary To Cover The Third Party Liabilities, As Well As Uncorrected Discovered Defects In The Project. 3. Payment Shall Be Adjusted By Deducting There From The Amounts For Taxes Based On Government Auditing And Accounting Rules And Regulations. Vii. Contract Duration: Twelve (12) Months. Viii. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 238.8 K (USD 4 K)

Department Of Tourism Region Xi Tender

Food Products
Philippines
Details: Description Ii. Objectives 1. To Gather Tourism Insights And Directions From Key Tourism Players Of Davao Oriental; 2. To Involve More Lgus And Other Representatives From The Private Sector In Davao Oriental; 3. To Engage The Provincial/city And Municipal Tourism Offices And Among Others Of Davao Oriental. Iii. Purpose: The Department Of Tourism Region Xi Is In Need For The Catering Services In Mati City, Davao Oriental To Cater The Meals And Snacks Of The Participants Relative To The Conduct Of Provincial Workshop In Line With The Crafting Of Rtdp, 2025-2028 Of Davao Region. Iv. Minimum Requirements: 1. Must Be Dot Xi Accredited Catering Provider; 2. Must Be Able To Provide Food And Beverage Services; 3. Must Be Able To Provide Food With Superior Taste; 4. Must Have Enough Manpower Wait Service Team; 5. Must Be Willing To Provide Services On Send – Bill Arrangement; 6. Must Allow Dot-xi To Finalize Food Menu For The Event; 7. Must Have Previous Experience With Government Events. V. Scope Of Work (a) Meeting / Function Room; Meals And Room Accommodation Date No. Of Pax Inclusions Remarks January 29, 2025 8:00am-on Wards 30 Pax -am And Pm Snacks - Buffet Lunch And Dinner (3 Main Course, Soup, Rice, Fruits And Drinks) -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System With Atleast 3 Microphones -strong Connection To Free Wifi -free Use Of Lcd Projector And Screen Note: Room Accommodation Of The Participants, Resource Speakers And Secretariat Including The Venue For The Workshop Will Be Shouldered By The Provincial Tourism Office Of Davao Oriental January 30, 2025 8:00am-5:00pm 30 Pax -am And Pm Snacks - Buffet Breakfast, Lunch (3main Course, Soup, Rice, Fruits And Drinks) -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System With Atleast 3 Microphones -strong Connection To Free Wifi -free Use Of Lcd Projector And Screen Preferably Located In Mati City Business District. Vi. Budget: Php 54,000.00 Inclusive Of Applicable Government Taxes Vii. Terms Of Payment Dotxi Shall Be Billed On The Actual Expenses Incurred, I.e. Food Ordered, But Shall Not To Exceed The Approved Budget Contract Stated Above. Viii. Documentary Requirements:  Company Profile  List Of Previously Conducted Projects With Government Offices;  Registration Certificate From Securities And Exchange Commission Or Dti Business Name.  Valid And Current Mayor’s Permit.  Bir Certificate Of Registration  Philgeps Registration  Omnibus Sworn Statement Contact Person(s) Name : Ronnie O. Agan / Nathania Molina Address : Cope Development Building, Cm Recto St., Davao City Contact Nos. : (082) 225-1940 / 237-9288 Email : 2021dotxi.procurement@gmail.com Dot11@tourism.gov.ph
Closing Date13 Jan 2025
Tender AmountPHP 54 K (USD 924)

Municipality Of Concepcion, Romblon Tender

Machinery and Tools
Corrigendum : Closing Date Modified
Philippines
Details: Description General Conditions: 1. All Entries Must Be Written Legibly On The Bid Form. Bidders Shall Provide Correct And Accurate Information Required In This Form. Any Interlineations, Erasures, Or Overwr-iting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 2. Late Submission Of Quotation Shall Not Be Accepted. 3. Bids Exceeding The Abc Shall Be Disqualified. 4. Requirements: I Technical Component Envelope: A) Philgeps Registration Certificate, B) Dti Certificate, C) Mayor’s Permit, D) Bir Certificate Of Registration E) Statement Of The Prospective Bidders Of All Its Ongoing Government And Private Contracts, F) Statement Of Bidder’s Single Largest Completed Contract (slcc), G) Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable H) Omnibus Sworn Statement (oss), I) Audited Financial Statements With Stamped “received” By The Bir J) Net Financial Contracting Capacity (nfcc) 5. Award Of Contract Shall Be Made To The Lowest/single Calculated And Responsive Bid. 6. Terms Of Payment Shall Be Made Through Check/ Ada Payable To The Supplier. 7. Warranty Shall Be For A Period Of Six (6) Months For Goods And One (1) Year For Equipment From Date Of Acceptance By The Procuring Entity. 8. Price Quotation/s, To Be Denominated In Philippine Peso And Shall Be Inclusive Of Tax, Duties, And/or Levies Payable And Its Validity, Shall Be For A Period Of 30 Calendar Days From Its Submission, For Goods And Six (6) Months For Services. 9. Pending The Perfection Of Purchase Order/service Agreement/contract Of Service, The Lgu Reserves The Right To Reject Any Or All Bid Proposals Or Declare The Bidding A Failure, Or Not To Award The Contract, And Make No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation. 10. We May Purchase From You Any Or All Articles In Quotation Subject To Existing Regulations, In Case Your Offer Would Be Considered Advantageous To The Municipality Of Concepcion, Romblon. 11. If You Have No Actual Stock For Immediate Delivery, Do Not Quote, But Write In The Phrase “no Stock” And Sign Your Name Beside It. 12. In Case Two Or More Bidders Are Determined To Have Submitted The Same Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Lgu Shall Adopt And Employ “draw Lot” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 13. Liquidated Damages Equivalent To One Tenth (1/10) Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Lgu Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It.
Closing Date14 Feb 2025
Tender AmountPHP 170 K (USD 2.9 K)

Concepcion Water District Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Date: January 03, 2025 Quotation No. Rfq-25-01-002 Please Quote Your Lowest Lot Price On The Item(s) / Job Listed Below, Subject To The Terms And Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than January 07, 2025, 10:00 Am (sgd.) Engr. Andrew John T. Pablo Bac Chairperson The Department Of Health (doh) Requires All Water Samples Shall Be Examined Only By A Doh-accredited Laboratory And Adhere To The Standard Values Set By Philippine National Standards For Drinking Water (pnsdw) 2017/ao 2017-0010 A Guideline For Safely Drinking Water. The Accredited Laboratory Must Observe The Underlying Testing Method For Water Samples: 1. Multiple Tube Fermentation Technique (mtft) Total Coliform (mpn/100ml) 2. Thermotolerant Coliform / E. Coli. (mpn/100ml) 3. Heterotrophic Plate Count (cfu/ml) The Concepcion Water District (cwd) Requires The Services Of An Accredited Laboratory To Make Ready Of The Bacteriological Results For Collection In Seven Days Counting From The Day The Water Samples Are Delivered & Payment Shall Be In The Form Of A Check Upon Availability Of The Results. Subject : Laboratory Services/bacteriological Test Sampling : 22 Bottles / Month (varies) Contract : For The Year 2025 Abc : Php214,200.00 Terms And Conditions: 1. The Contracted Accredited Laboratory Should Provide Water Sampling Bottles. 2. Provide Vehicle & Manpower In Taking Water Samples At All Sites. 3. Deliver All Water Samples To The Laboratory Along With The Cwd Employee/s. 4. Inform Via E-mail (concepcionwaterdistrict@yahoo.com) The Results Of The Physical & Chemical Test And Provide Hard Copy As Well. 5. In Case Of Re-sample (failed Result) The Contracted Party/accredited Laboratory Shall Inform The Cwd In Any Form Of Communication & Must Follow Conditions Nos. 1 – 4 As Stated And Will Be Free Of Charge. 6. The Cwd Requires The Accredited Laboratory To Release The Physical And Bacteriological Result Within A Week Counting From The Day The Water Samples Were Delivered To The Laboratory With Statement Of Account And Payment Shall Be Based From The Contracted Amount In The Form Of Check. 7. Payment: Upon Results Availability. 8. Prices Are Inclusive Of 7% Gov’t Tax (to Be Deducted Upon Payment, Bir Tax Cert. 2307 Is Issued. 9. Others/documentary Requirements: A.) Doh Accreditation Certificate B.) Mayor’s/business Permit; C.) Philgeps Registration Certificate; D.) Updated Dti For Single Proprietor & Updated General Information Sheet For Corporation; E.) Annual Income Tax/business Tax Return, Paid Thru Efps Shall Be Accepted; F.) Tax Clearance Certificate. Prices Quoted By: Supplier: __________________________________ ___________________________________________ Printed Name And Signature Tel. No: ________________ Date: __________________
Closing Date7 Jan 2025
Tender AmountPHP 214.2 K (USD 3.6 K)

Municipality Of President Roxas, Cotabato Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Region Xii Province Of North Cotabato Municipality Of Pres. Roxas Office Of The Bids And Awards Committee January 7, 2025 _______________________________ _________________________ _________________________ Dear Ma’am/sir: The Department Of The Local Government Unit Of President Roxas Posted Bidding Opportunities For The For The “supply And Delivery Of Two (2) Units Brand New 4x2 Utility Van Multi-purpose Vehicle For The Use During Disaster Response And Rescue Operation, This Municipality, With An Approved Budget Cost (abc) Of Two Million Five Hundred Ninety Six Thousand Pesos (p 2,596,000.00). The Bids And Awards Committee (bac) Conducted Two-failed Bidding For The Propose Procurement, Subsequently The Head Of The Procuring Entity Is Authorized To Enter Into A “negotiated Procurement” As An Alternative Method Of Procurement To A Technically, Legally And Financially Capable Supplier. Anent, You Are Among And/or Within The Shortlist Of The Prospective Bidders. Enclosed Is A Bid Form For You To Quote Your Price/bid Offer Based On The Abc And Other Bidding Documents That May Help You In Coming Up The Price/bid Offer. Further, Please Submit The Bid Form Together With Your Legal And Technical Documents As Our Reference In Determining The Winning Bidder In A Sealed Envelope To Be Opened On August 18, 2020 At 8:30 In The Morning At The Function Hall, Municipal Hall Building, Pres. Roxas, Cotabato. The Checklist/requirement For The Procurement Is Hereto Attached. Looking Forward For Your Active Participation Towards A Successful Negotiated Procurement. Thank You Very Much. Very Truly Yours, Dinnes D. Escopalao Bac Chairman List Of Documents For Attachment  Dti/sec Or Cda Registration  Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located.  Tax Clearance Per E>o 398, S 2005 As Finally Reviewed And Approved By The Bir.  Philgeps Certificate Of Registration And Membership. 1. Technical Documents  Statements Of All Its On-going Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid.  Statement Of The Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid  Technical Specification, Which May Include Production/delivery Schedule, Manpower Requirement, And/ Or After-sales Service/parts.  Omnibus Sworn Statement. 2. Financial Documents  Audited Financial Statements Bidder’s Total And Current Assets And Liabilities Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institution, For The Proceeding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission.  Nfcc Computation Or Credit Line Commitment From Universal Or Commercial Bank.
Closing Date15 Jan 2025
Tender AmountPHP 2.5 Million (USD 44.4 K)

Iloilo State College Of Fisheries - ISCOF Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Request For Quotation The Iloilo State University Of Fisheries Science And Technology – San Enrique Campus Through Its Bids And Awards Committee, Intends To Procure “construction Of Comfort Rooms-phase 1” With The Approved Budget For The Contract (abc) In The Amount Of Five Hundred Thousand Pesos Only (₱500,000.00) 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. The Contract Duration Is 60 Calendar Days. 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 February 17, 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 Please See Further Instructions On The Next Page. 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 1. Duly Signed Construction Schedule, S-curve And Pert-cpm Network Diagram 2. Duly Signed Manpower Schedule 3. Duly Signed Construction Methods In Narrative Form 4. Duly Signed Equipment Utilization Schedule 5. Duly Signed Construction Safety And Health Program Approved By The Department Of Labor And Employment; And 6. Pert/cpm Or Other Acceptable Tools Of Project Scheduling. Financial Documents Kindly Include The Following In The Accomplished Rfq 1. Duly Signed Bid Prices And Bill Of Quantities 2. Detailed Estimates, Including Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid.
Closing Date17 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)

DEPT OF THE ARMY USA Tender

Education And Training Services
United States
Description: Sources Sought Synopsis this Is A Sources Sought Notice Only. The U.s. Government Currently Intends To Award A Contract To Procure Synchronized Onboarding Training For Existing Training Modules. 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 Source 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 Government-wide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Government-wide Point Of Entry For Additional Information Pertaining To This Requirement. The Anticipated Naics Code(s) Is: 512110, Motion Picture And Video Production With A Size Standard Of $40.0m. Provide Information If On The Wosb Program Naics Codes Listing Dated 1 October 2022. a Need Is Anticipated, And The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items Necessary To Update/refresh Training Modules For “welcome To The Acquisition Workforce” Army Training Information System, (atis) And Produce Professional Broadcast Quality Video Productions For The United States Army Acquisition Support Center (usaasc), As Defined In Attached Performance Work Statement. Except For Those Items Specified As Government Furnished Property And Services. The Contractor Shall Perform To The Standards In This Contract. a Contractual Agreement Of A Base Year Plus Two (2) Option Years In Support Of U.s. Army Acquisition Support Center (usaasc) Director, Acquisition Career Management Office Integrated Product Team (ipt) Who Serve At The Discretion Of The Military District Of Washington Mdw. The U.s. Army Acquisition Support Center Is A Direct Reporting Unit Of The Assistant Secretary Of The Army For Acquisition, Logistics, And Technology And Is Responsible For Providing Oversight Of The Army Acquisition Corps (aac) And The 40,000 + Strong Army Acquisition Workforce. Usaasc Supports The Program Executive Offices In The Areas Of Human Resources, Resource Management (manpower And Budget), Program Structure, And Acquisition Information Management. Usaasc’s Commitment To Acquisitions Excellence And Innovation Across The Workforce Builds Readiness, Providing Soldiers With What They Need To Be Successful. responses To This Sources Sought Notice Shall Be E-mailed To The Contract Specialist, Carolina D Banks At Carolina.d.banks.civ@army.mil With A Courtesy Copy (cc) To Gwendolyn Bridges, Gwendolyn.bridges5.civ@army.mil At No Cost To Or Obligation To The Government No Later Than Monday, 10 February 2025 At 9:00 A.m. Edt (fort Belvoir Local Time). in Response To This Source Sought, Please Provide: 1. Name Of The Firm, Point Of Contact, Phone Number, Email Address, Uei Number, Cage Code, And The Corresponding Naics Code And Company Size Standard. 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 Advocate For Competition, Scott Kukes, At Scott.d.kukes.civ@mail.mil Or 210-466-2269, 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 Notice. Provide The Specific Aspects That Unreasonably Restrict Competition And The Rationale For Such Conclusion. 7. Recommendations To Improve The Approach/specifications To Acquiring The Identified Items/services. all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. no Phone Calls Will Be Accepted. all Questions Must Be Submitted To The Contract Specialist Identified Above No Later Than Monday, 10 February 2025 At 9:00 A.m. Edt (fort Belvoir Local Time). The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise Because Of A Response To This Sources Sought.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Ditay Irrigation System Cy 2025 (construction Of Slope Protection, Canalization, Canal Structures And Desilting) Diplahan, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-nis Cy 2025 Intends To Apply The Sum Of Eighteen Million Four Hundred Six Thousand Eight Hundred Seventy-three Pesos And 58/100 Only (php 18,406,873.58) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Niareg9-12102024-repair-niscy2025-996 (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. Protection Works 3 1. Diversion And Care Of River W/ Dewatering 1.00 L.s 3.2. Structure Excavation (mechanized) 76.40 Cu.m 3.3 Structure Backfill (mechanized) 74.70 Cu.m 3.4 Steel Sheet File 0.40m X 6m 948.00 In.m 3.5 Boulder Riprap (10cm-30cmø) 359.70 Cu.m 3.6 Embankment Construction And Compaction A. Side Borrow 12.00 Cu.m 3.7. Filter Drain 9.00 Cu.m 3.8. Concrete A. Class A Concrete (3000 Psi ) - Plain 123.00 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 3,999.50 Kgs. Iv. Canalization 4.1 Common Excavation (manual) 216.30 Cu.m 4.2 Common Backfill (manual) 216.30 Cu.m 4.3 Concrete Demolition 32.20 Cu.m 4.4 Embankment Construction And Compaction A. Haul Borrow 706.50 Cu.m 4.5 Gravel Blanket (gravel Bedding) 101.70 Cu.m 4.6 Concrete A. Class B Concrete (2400 Psi) - Plain 192.70 Cu.m B. Reinforcing Steel Bars (grade 40) - 10mm 8,073.70 Kgs. V. Canal Structures 5.1 Structure Excavation (manual) 34.30 Cu.m 5.2 Structure Backfill (manual) 21.00 Cu.m 5.3 Embankment Construction And Compaction A. Side Borrow 13.70 Cu.m 5.4 Gravel Blanket (gravel Bedding) 4.60 Cu.m 5.5 Rcp (610mm) 7.00 In.m 5.6 Concrete A. Class A Concrete (3000 Psi) - Plain 20.10 Cu.m B. Reinforcing Steel Bars (grade 40) - Various Sizes 1,740.60 Kgs. Vi. Desilting 6.1 Common Excavation (manual) 64.00 Cu.m Total 18,406,873.58 The Above Procurement Project. Completion Of The Works Is Required 180 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 Excavator Crawler Type 1 Unit 1.0 Cu.m Bucket Excavator With Vibro Hammer, Crawler Type 1 Unit 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 Generator Set 1 Set 10-20 Kva Acetylene With Cutting Outfit 1 Set Waterpump 4" 2 Units Welding Machine 1 Set 300 Amp Manpower: Manpower 1 Project Manager 1 Project Engineer 1 Materials Engineer 1 Office Engineer 1 Safety Officer 1 Survey Team 1 Construction Foreman 2 Heavy Equipment Operators 8 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 18.4 Million (USD 317.1 K)

Province Of Iloilo Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gso-24-1991-np2 (sv) Reference Pr No.gso-24-1991 January 31, 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 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: ₱232,349.70 Place Of Delivery: Maintenance Division, Casa Real, Old Iloilo Provincial Capitol Building, Iloilo City. Date Of Delivery: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 2 Unit Graphic Equalizer 231-50/60 Hz. 15 Watts Min 230v (original) 15,782.50 2 2 Unit Crossover 231-50/60 Hz 230v Min. (original) 17,387.50 3 2 Unit Bbe 882i Maximizer 50/60 Hz 230v Min. (original) 4,975.00 4 1 Unit Mixing Console Mg12 Xu 50-60 Hz 230v Min. (original) 30,227.50 5 1 Unit Mixing Console Mg16 Xu 50-60 Hz 230v Min. (original) 41,462.50 6 20 Pc Xlr Female (original) 307.63 7 20 Pc Xlr Male (original) 286.23 8 15 Pc Speakon Female (original) 278.20 9 15 Pc Speakon Male (original) 444.05 10 1 Unit Tour Case Assembly 8 Console For Processor (fc13m) 11,957.25 11 1 Unit Power Amplifier 50/60 Hz. 2000 Watts W/ Brile Min. Or Better Mode 200-240v (cat5) 49,701.50 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. Gso-24-1991-np2 (sv) Reference Pr No. Gso-24-1991 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. 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 Date10 Feb 2025
Tender AmountPHP 232.3 K (USD 4 K)
9501-9510 of 10000 archived Tenders