Manpower Tenders
Manpower Tenders
Development Academy Of The Philippines Tender
Civil And Construction...+2Civil Works Others, Furnitures and Fixtures
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description Project Title: One (1) Lot Supply, Installation And Commissioning Of Window Blinds At Dapcc Cottages 5 And 6 A. General Scope Of Work: A.1. Mobilization Of All The Needed Tools, Equipment, Supplies, Machineries And Materials On-site Including All Applicable Personal Protective Equipment (ppe) Necessary For The Completion Of The Project; A.2. Installation Of Window Blinds In 2 Cottages. A.3. Included Equipment Are: 3.1 Tape Measure 3.2 Pencil 3.3 Electric Drill 3.4 Drill Bits 3.5 Screw 3.6 Ladder 3.7 Brackets 3.8 Window Blinds A.4. Provide Manpower During Project Implementation Until Completion; A.5. Ensure The Safety And Security Of All Dap Personnel And Properties During The Implementation Of The Activities; A.6. Replace/repair/repaint/retouch/restore Dap Property That May Be Damaged As A Result Of The Works During The Project Implementation At The Expense Of The Contractor; A.7. Ensure Visibility And Presence Of Safety Signages/barricades/barriers In All Areas Affected; A.8. Clearing, Hauling And Disposal Of Debris (if Applicable) That Were The Result Of The Implementation Of The Project. Proper Disposal Of The Debris Out Of The Dapcc Premises, Shall Be The Sole Responsibility Of The Contractor; B. Specific Scope Of Work/coverage: B.1.1. Cleaning And Preparing The Window Area; B.1.2. Measure Of Window Frame; B.1.3. Mark The Bracket Position; B.1.4. Properly Installing The Brackets; B.1.5. Setting Up The Headrail; B.1.6. Carefully Hanging The Blinds; B.1.7. Design And Location Details: • Location: Cottages 5 And 6 Design: Combi Blinds (naural) Color: Coffee Room Qty: 2 Qty Per Room: 8 Total Qty Of Blinds: 16 Sqft Per Room: 220 Total Sqft.: 440 Location: 5 And 6 (sliding Door) • Design: Vertical Blinds (split Type) Color: Gray Room Qty.: 2 Qty. Per Room: 1 Total Qty, Of Blinds: 2 Sqft Per Room: 95 Total Sqft: 190 C. Other Requirements: C.1. Implementation Of The Project Shall Be Subject To The Availability And Clearance Of The Dapcc Management; C.2. Dapcc Work Permit Shall Be Secured At Least One (1) Day Prior To Project Implementation; C.3. Provision Of First Aid Tools, Supplies, And Materials Must Be Present At All Times And Should Be Provided By The Contractor; C.4. The Contractor Shall Issue A Certificate Of Warranty Reflecting The Validity Of At Least One (1) Year From The Date That Is Was Accepted By The Dapcc; C.5. The Dapcc Shall Issue A Certificate Of Project Completion Once All Requirements And Activities Have Been Fully Met As Attachment For The Processing Of Payment; C.6. Project Duration/committed Completion Date Should Not Be Later Than Thirty (30) Calendar Days From The Date Of Receipt Of Notice To Proceed Or Purchase Order And Must Be Clearly Stated In The Final Quotation;
Province Of Iloilo Tender
Machinery and Tools
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 226.7 K (USD 3.8 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gso-25-12-np (sv) Reference Pr No.gso-25-12 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 20, 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: ₱226,750.00 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 1 100 Pcs Flat Bar 1/8” X ½” X 6mtrs 140.00 2 100 Pcs Deformed Bar 9mm X 6mm 160.00 3 20 Kls Welding Rod 6013 180.00 4 20 Kls G.i.t Tie Wire #16 95.00 5 50 Pcs Cutting Disc 4”0 70.00 6 5 Rolls Rope Lights 100mtrs/roll(red) 6,500.00 7 5 Rolls Rope Lights 100mtrs/roll(green) 4,500.00 8 5 Rolls Rope Lights 100mtrs/roll(warmwhite) 4,500.00 9 1 Roll Strip Light Double Light 100mtrs (red) 10,500.00 10 500 Packs Cable Tie 3mm X 100mm 65.00 11 1 Roll Tthn/tw Stranded Wire #10 8,950.00 12 1 Roll Tthn/tw Stranded Wire #8 12,500.00 13 4 Roll Flatcord Wire #18 3,750.00 14 4 Rolls Flatcord Wire #16 4,950.00 15 60 Rolls Electrical Tape Big 75.00 16 1 Roll Tthn/tw Stranded Wire #12 6,500.00 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-25-12-np (sv) Reference Pr No. Gso-25-12 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
Government Service Insurance System - GSIS Tender
Transportation and Logistics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description Technical Specifications Hauling Expense For The Transfer Of Gsis General Santos Branch Office Prepared By: (original Signed) Hannah Korina F. Ompoco Staff Officer I Approved By: (original Signed) Josephine B. Marcial Branch Manager Gsis General Santos Branch Office Technical Specifications 1. Project Title Hauling Expense For The Transfer Of Gsis General Santos Branch Office 2. Total Budget The Total Budget For The Project Amounts To Php 300,000.00. Said Budget Is Included In The Corporate Budget For Cy 2024. 3. Brief Discussion Why The Goods And Services To Be Procured Are Necessary Hauling Furniture, Fixtures, Equipment, And Other Necessary Items Is Crucial For Ensuring The Gsis General Santos Branch's Smooth Relocation And Continued Operations. It Helps Prevent Damage To Valuable Items And Minimizes Downtime, Ensuring Efficient Setup At The New Location. Professional Hauling Services Also Ensure Compliance With Safety And Regulatory Standards During The Transfer. 4. Scope Of The Project The Project Includes Services Necessary For The Completion Of The Hauling Services. This Project Will Be Procured Through Small Value Procurement. 5. Detailed Specifications Of The Items, Materials, Equipment/hardware/software, Accessories And/or Services To Be Procured # Item Description 1 Lot Hauling Of Furniture, Fixtures And Equipment Hauling Of Furniture, Fixtures And Equipment Other Materials For Hauling In The Transfer Process 6. Manpower Requirements • The Service Provider Shall Have Manpower That Is Fully Qualified To Perform The Work Provided, And That Are Authorized, Properly Trained, Equipped, Organized, And Financed To Perform Such Work. The Service Provider Shall Perform All Work In Accordance With All Conditions Within The Time Stipulated In The Contract. Contact Details Of The Point-person Of The Service Provider Must Be Given To The Office Of The Branch Manager. • The Service Provider Shall Provide Experienced And Qualified Manpower, Tools, And Equipment That Are Capable Of Producing The Quality And Quantity Of Work And Materials Required To Complete The Project As Specified In The Approved Scope Of Work And Specifications. • The Service Provider Shall Agree That The Required Services Shall Be Conducted After Office Hours, Weekends Or Holidays, As May Be Determined By Gsis, In Order Not To Disturb Or Disrupt The Working Schedule Of Gsis Personnel. The Service Provider Shall Exercise Extraordinary Diligence In The Performance Of Its Services To Ensure That No Illness, Accident And/or Any To Its Employees Or Guests Will Take Place. The Service Provider Shall Assume Full Responsibility For Any Claim Or Liability That May Arise By Reason Of Illness, Accident And/or Damage Due To Any Or All Acts Of Omission, Negligence Or Fault Of The Service Provider And Its Agents, Thereby Rendering Gsis Free And Exempt From Any Such Claim Or Liability. • The Service Provider Shall Secure All Necessary And Applicable Permits Or Licenses By All Government And Regulatory Agencies To Operate And Provide Services Not Mentioned In This Technical Specifications. 7. Support Service Requirements • The Service Provider, Through The Dedicated Point-person, Must Accomplish The Gsis Supplier Registration Information Sheet (sris) And Submit The Documentary Requirements For Vendor Registration. 8. Warranty And After-sales Service Requirements • The Supplier Warrants That The Materials Supplied Under The Contract Are New, Unused, Of The Most Recent Or Current Models, And That They Incorporate All Recent Improvements In Design And Materials, Except When The Technical Specifications Required By The Procuring Entity Provides Otherwise. • The Supplier Further Warrants That All Materials Supplied Under This Contract Shall Have No Defect, Arising From Design, Materials, Or Workmanship Or From Any Act Or Omission Of The Supplier That May Develop Under Normal Use Of The Supplied Materials In The Conditions Prevailing In The Country Of Final Destination. • The Repair Shall Be Guaranteed Against Poor Workmanship Under The Terms Of The Standard Warrant. • In Case There Are Defects/damages To The Unit After The Conduct Of Repair, The Cost Of Repair And Labor Shall Be Charged To The Supplier. 9. Clear Statement Of The Required Standards Of Workmanship, Materials And Performance Of The Goods And Services To Be Procured • The Supplier Must Deliver The Labor And Materials/goods/items In Accordance To The Specifications Stated Herein And Must Be Free From Any Factory Defect. • The Vendor/service Provider Shall Be Responsible For Providing Supplies, Materials, And Labor, Be Sure To Inspect The Unit Before And After The Scheduled Preventive Maintenance Handled By Trained And Competent Professionals. Once An Agreement Is Made, The Vendor/service Provider Shall Proceed With The Preventive Maintenance Services. 10. Brand And Specifications Of The Existing Items, Materials, Equipment/hardware/ Software And Accessories, If The Former Are Related To The Goods And Services To Be Procured “not Applicable In This Project”. 11. Drawings/plans And Other Necessary Information “not Applicable In This Project”. 12. Schedule And Place Of Delivery The Winning Service Provider Must Conduct The Hauling Immediately After Receiving The Notice Of Award And Purchase Order And Must Finish The Scope Of Work On Or Before January 31, 2025. 13. Terms Of Payment • Payment Shall Be Made Upon Completion Of Delivery And Upon Submission Of The Supporting Documents For Payment Processing (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents Required In This Technical Specifications). • Payment Shall Be Subject To Applicable Taxes, Auditing And Accounting Rules And Regulations And Existing Rules And Regulations Of Gsis Relative To Payment Of Procurement Contracts. 14. Responsibilities Of The End-user Unit During Project Implementation • In The Implementation Of Work, The Gsis Or Its Representative Shall Not Be Responsible For Any Accident Such As Death Injuries And Diseases Received By The Service Provider Or Any Of His Employee Or Laborers. Likewise, The Gsis Shall Not Be Responsible For Any Loss Or Damage Of Materials, Tools, Equipment Delivered On The Job Site. Damages On The Gsis Properties And Equipment Caused By The Service Provider Shall Be Replaced/repaired At His Own Expense To The Satisfaction Of The Gsis. In The Event Of Failure Of Repair And Or Replacement Of The Same, The Gsis Shall Deduct The Cost Of Such Repairs From The Payment Due To The Service Provider. • The Execution Of All Works Shall Be Subject To The Inspection And Acceptance By The Gsis Authorized Representatives. 15. Penalty For Delay When The Winning Bidder Fails To Satisfactorily Deliver The Services Under The Contract Within The Specified Delivery Schedule, Inclusive Of Duly Granted Time Extensions, If Any, The Supplier Shall Be Liable For Damages For The Delay And Shall Pay Gsis Liquidated Damages, Not By Way Of Penalty, An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Delayed Goods Scheduled For Delivery For Every Day Of Delay Until Such Goods Are Finally Delivered And Accepted By Gsis (section 3.1 & 3.2 Liquidated Damages Of Rirr – Annex D). Gsis Need Not Prove That It Has Incurred Actual Damages To Be Entitled To Liquidate Damages. Such Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Supplier, Or Collected From Any Securities Or Warranties Posted By The Supplier, Whichever Is Convenient To The Procuring Entity Concerned. In No Case Shall The Total Sum Of Liquidated Damages Exceed Ten Percent (10%) Of The Total Contract Price, In Which Event The Procuring Entity Concerned May Rescind The Contract And Impose Appropriate Sanctions Over And Above The Liquidated Damages To Be Paid. 16. Documentary Requirements The Service Provider Must Comply With The Dbm Gppb Non-policy Matter No. 045-2017, If Applicable. “dbm Gppb Non-policy Matter No. 045-2017, "the Gppb Recently Approved Amendments (effective 5 December 2017) To The Documentary Requirements For Negotiated Procurement Under The Small Value Procurement Modality Per Appendix A, Annex “h” Of The 2016 Revised Irr. Thus, Income Or Business Tax Returns Shall Be Required For Procurement Projects With Approved Budget For The Contract (abc) Above ₱500,000.00 And The Omnibus Sworn Statement Shall Be Required Only For Procurement Projects With Abc Above ₱50,000.00.” The Above-mentioned Documentary Requirement Shall Be Submitted By The Winning Vendor Before The Issuance Of The Notice Of Award (noa) / Purchase Order (po) / Contract. 17. Data Privacy The Winning Bidder/supplier Must Comply With All The Provisions Of Republic Act No. 10173, Known As The “data Privacy Act Of 2012” And Its Implementing Rules And Regulations. 18. Non-disclosure Agreement The Winning Bidder/supplier Shall Protect Confidential Information About The Gsis, And To Use It Only For Purposes Of Complying With Its Tasks And Obligations Under The Official Bid Document/contract/purchase Order. It Shall Not Disclose Any Confidential Information About The Gsis Project Or Procurement To A Third Party Without The Consent Of The Gsis. “confidential Information” Refers To Information Concerning The Affairs Of The Gsis Which Are Not Available To The Public Which, If Disclosed, May Compromise The Security Of The System. The Winning Bidder/supplier Shall Not Disclose Any Confidential Information Acquired During Its Engagement With Gsis Even After The Expiration Or Termination Of The Contract. Important Reminder The Government Service Insurance System (gsis) Warns The Public/bidders Of Unscrupulous Individuals And Groups Posing As Officers/employees Of The Gsis Soliciting Money For Alleged Aid For Whatever Purpose. Do Not Give Anything To These Unscrupulous Individuals And Groups. Gsis Is Fully Compliant With The No Solicitation And Gift Policy. In This Regard, Gsis Officials And Employees Are Prohibited From “directly Or Indirectly Soliciting Gifts, Favors Or Benefits From Stakeholders And Directly Or Indirectly Soliciting, Accepting Or Receiving Any Gift, Favor Or Benefits From Any Party Which May Influence The Performance Of Their Official Functions Or Which May Be Perceived As Influencing Their Past, Present And Future Official Functions. We Thus Enjoin The Cooperation Of The Public/vendors/suppliers To Report These Individuals/groups To Gsis Through The Office Of The Vice-president, General Services Office At (02) 7976-4900 Local 4971 And Materials Management Department (mmd) At (02) 7976-4900 Local 3608.
Department Of Tourism Region Xi Tender
Food Products
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 81 K (USD 1.3 K)
Details: Description Ii. Objectives 1. To Gather Tourism Insights And Directions From Key Tourism Players Of Davao De Oro; 2. To Involve More Lgus And Other Representatives From The Private Sector In Davao De Oro; 3. To Engage The Provincial And Municipal Tourism Offices And Among Others In Davao De Oro; Iii. Purpose: The Department Of Tourism Region Xi Is In Need For The Services Of A Hotel/venue Facility In Pantukan, Davao De Oro With Function/meeting, Room Accommodation And Food & Beverage Services. Iv. Minimum Requirements: 1. Must Be Dotxi Accredited Meeting Facility That Can Accommodate A Minimum Of 30 Pax; 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 Strong Connection To Free Wifi (both Rooms And Function) 8. 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 February 6, 2025 8:00am-on Wards 30 Pax (full Board) -am And Pm Snacks - Buffet Lunch, Dinner (3 Main Course, Soup, Rice, Fruits And Drinks). -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System With At East 3 Microphones -strong Connection To Free Wifi -free Use Of Lcd Projector And Screen 15 Rooms (twin Sharing) 2 Pax Per Room 15 Rooms X 2pax = 30 Pax February 7, 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 Pantukan Business District. Vi. Budget: Php 81,000.00 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
Indian Oil Corporation Limited - IOCL Tender
Eprocure
India
Closing Date4 Feb 2025
Tender AmountINR 1.4 Million (USD 16.8 K) This is an estimated amount, exact amount may vary.
Details: Annual Rate Contract for Housekeeping, Civil, Horticulture, Mechanical, HSE, Electrical and T&I works at SERPL Rajahmundry NOTE 1. Please enable macros before filling the rates to see the quoted figures in words.
2. The bidder shall quote firm prices “Excess(+)/ At Par/ Less(-)” against the rates mentioned in the price schedule provided in BoQ1 sheet as per instructions provided herein after taking into account all the tender terms and conditions and scope of work. In case rates are quoted to more than 2 decimal places then, the amount quoted towards the tender shall be worked out for the rates quoted to first 2 decimal points without rounding off.
3. Only "Bidder Name", "Excess (+) or "At Par" or Less (-)" & "Percentage" are to be filled by the bidder in the designated "Sky Blue cells". For "At Par" selection, the percentage quoted shall be treated as 0.00 and quoted amount at par with estimate.
4. "Excess (+)" or "At Par" or "Less (-)" can be selected from the dropdown menu by clicking on the cell.
5. No changes shall be made by the bidder to S.No., Unit, Quantity.
6. In case of any difference in item description/ unit/ quantity in BOQ, then the item description/ unit/ quantity given in the tender document shall prevail.
7.The rates quoted by the tenderer shall include all cost towards equipment, labour & laboratory back-up, logistics, transport, spares, tools, tackles, consumables, etc., travel and stay arrangements and other incidentals including supply of materials as may be necessary for rendering the services as per detailed specifications.
8. Goods and Services tax as per GST Act 2017 for concerned services has been added to the base price of below mentioned services. If the bidder wishes to quote some other Goods and Services tax rate other than mentioned in the price schedule provided in BoQ1 sheet, they may quote the same in "Annexure 8". Statutory variation on Goods and Services Tax as applicable for the category/ service shall be to Owner’s account up to the contractual completion period. Reverse charges mechanism on Goods and Services tax amount shall be applicable as per Govt. rules.
9. Bidders are advised strictly not to alter or change the BOQ format/ contents. Bidders are also advised not to paste any image file or put any additional conditions in the BOQ work sheet.
10. Please note that rates of item nos. from 2830 to 2940 (Manpower Deployment Fixed Part - 11 items) are fixed and bidders quoted percentage will not have any impact on these items. Abbreviations of Units: MON - Month, HR - Hour, EA - Each, LS - Lumpsum, M - Meter, M2 - Square Meter, SQM - Square Meter, M3 - Cubic Meter, CUM - Cubic Meter, MT - Metric Tonne, FT2 - Square Foot, BAG - Bag, KG - Kilogram, QN - Quintal, TO - Tonne, L - Liter, KW - Kilo Watt, YR - Year, DAY - Days, CM - Centimeter
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Details: The Department Of Veterans Affairs, National Cemetery Administration Intends To Issue A Solicitation Entitled, Headstone Maintenance For The Fort Sheridan National Cemetery, On Or About February 10th, 2025, Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled, The Full Solicitation, Specifications And Drawings Will Be Posted On Contract Opportunities At Sam.gov.
the Acquisition Type For This Solicitation Will Be Invitation For Bid (ifb). This Project Will Be A Firm-fixed Price Idiq Contract That Will Include Both Service Contract Act And Davis-bacon Wages.
the Contractor Shall Provide All Management, Manpower, Supervision, Equipment, Materials And Supplies Necessary To Provide Headstone Maintenance Services As Described In The Scope Of Work. The Contractor Shall Comply With All Applicable Veterans Affairs, National Cemetery Administration Directives, Handbooks, Policies And Standing Operating Procedures (sop) For All Work Performed Including Applicable Osha Safety Requirements And Nca Operational Standards And Measures. The Contractor Shall Also Adjust/modify Work Procedures, As Required, To Comply With Updates, Changes Or Additions To Policies, Procedures, Directives, Handbooks, Etc., From The Va, Nca, And Or Osha. The Period Of Performance Will Be For One Base Year And Four Option Year Periods. the Disclosure Of Magnitude For This Project Is Between $5,000,000 And $10,000,000. the Naics Is 237990 Other Heavy And Civil Engineering Construction And The Business Size Standard Is $39.5 Million. This Procurement Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns. Only Verified Sdvosb Firms Are Eligible To Submit An Offer Or Receive An Award Of A Va Contract That Is Set-aside For Sdvosb In Accordance With Vaar Part 819. A Non-verified Vendor That Submits A Bid Or Proposal Will Be Rejected As Non-responsive. To Be Eligible For Award, The Sdvosb Must Be Considered Small Under The Relevant Naics Code And Must Be Registered And Verified In The Following Websites: Those Desiring To Receive An Award From This Solicitation Must Be Registered At Www.vetbiz.gov. Companies Must Have The Certified Veteran Enterprise (cve) Seal On Their Registration To Be Considered For An Award. The Vip Database Will Be Checked Both Upon Receipt Of An Offer And Prior To Award; Firms Must Be Currently Registered In The System For Award Management (sam) Database At Www.sam.gov And Have Completed Online Representations And Certifications Prior To Contract Award. Offers Received From Concerns That Are Not Service-disabled Veteran-owned Small Business (sdvosb) Concerns Shall Not Be Considered. Sdvosbs Must Be Verified For Ownership And Control And Listed In The Vendor Information Pages At Https://www.vip.vetbiz.gov Prior To The Due Date For Proposals And Pending Award. (see Vaar Clause 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.) you Must Register As At The Www.sam.gov Website For The Solicitation. In Order To Receive E-mail Notification Of Amendments. Amendments To This Solicitation Will Not Be Mailed But Will Be Posted At The Website. Offerors Are Responsible For Obtaining Solicitation From Contract Opportunities And Acknowledging All Amendments To This Solicitation. the Contracting Officer And Point Of Contact For This Solicitation Is Shane Hilts, Email Shane.hilts@va.gov. Telephone Requests Will Not Be Accepted.
Department Of Tourism Region Xi Tender
Food Products
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 81 K (USD 1.3 K)
Details: Description Ii. Objectives 1. To Gather Tourism Insights And Directions From Key Tourism Players Of Davao Del Sur; 2. To Involve More Lgus And Other Representatives From The Private Sector In Davao Del Sur; 3. To Engage The Provincial/city And Municipal Tourism Offices And Among Others Of Davao Del Sur; Iii. Purpose: The Department Of Tourism Region Xi Is In Need For The Services Of A Hotel/venue Facility In Digos City, Davao Del Sur With Function/meeting, Room Accommodation And Food & Beverage Services. Iv. Minimum Requirements: 1. Must Be Dotxi Accredited Meeting Facility That Can Accommodate A Minimum Of 30 Pax; 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 Strong Connection To Free Wifi (both Rooms And Function) 8. 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 February 13, 2025 8:00am-on Wards 30 Pax (full Board) -am And Pm Snacks - Buffet Lunch, Dinner (3 Main Course, Soup, Rice, Fruits And Drinks) And Breakfast On Feb 14. -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System With At Least 3 Microphones -strong Connection To Free Wifi -free Use Of Lcd Projector And Screen 10 Rooms (triple Sharing) February 14, 2025 8:00am-5:00pm 30 Pax -am And Pm Snacks - Buffet Breakfast, Lunch (3 Main Course, Soup, Rice, Fruits And Drinks) -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System With At Least 3 Microphones -strong Connection To Free Wifi -free Use Of Lcd Projector And Screen Preferably Located In Digos City Business District. Vi. Budget: Php 81,000.00 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
Indian Oil Corporation Limited - IOCL Tender
Eprocure
India
Closing Date5 Mar 2025
Tender AmountINR 1 Million (USD 11.5 K) This is an estimated amount, exact amount may vary.
Details: Annual Rate Contract (ARC) for Electrical and T&I works at SERPL, Berhampur for 2 years. NOTE 1. Please enable macros before filling the rates to see the quoted figures in words.
2. The bidder shall quote firm prices “Excess(+)/ At Par/ Less(-)” against the rates mentioned in the price schedule provided in BoQ1 sheet as per instructions provided herein after taking into account all the tender terms and conditions and scope of work. In case rates are quoted to more than 2 decimal places then, the amount quoted towards the tender shall be worked out for the rates quoted to first 2 decimal points without rounding off.
3. Only "Bidder Name", "Excess (+) or "At Par" or Less (-)" & "Percentage" are to be filled by the bidder in the designated "Sky Blue cells". For "At Par" selection, the percentage quoted shall be treated as 0.00 and quoted amount at par with estimate.
4. "Excess (+)" or "At Par" or "Less (-)" can be selected from the dropdown menu by clicking on the cell.
5. No changes shall be made by the bidder to S.No., Unit, Quantity.
6. In case of any difference in item description/ unit/ quantity in BOQ, then the item description/ unit/ quantity given in the tender document shall prevail.
7.The rates quoted by the tenderer shall include all cost towards equipment, labour & laboratory back-up, logistics, transport, spares, tools, tackles, consumables, etc., travel and stay arrangements and other incidentals including supply of materials as may be necessary for rendering the services as per detailed specifications.
8. Goods and Services tax as per GST Act 2017 for concerned services has been added to the base price of below mentioned services. If the bidder wishes to quote some other Goods and Services tax rate other than mentioned in the price schedule provided in BoQ1 sheet, they may quote the same in "Annexure 8". Statutory variation on Goods and Services Tax as applicable for the category/ service shall be to Owner’s account up to the contractual completion period. Reverse charges mechanism on Goods and Services tax amount shall be applicable as per Govt. rules.
9. Bidders are advised strictly not to alter or change the BOQ format/ contents. Bidders are also advised not to paste any image file or put any additional conditions in the BOQ work sheet.
10. Please note that rates of item nos. from 1340 to 1410 (Manpower Deployment Fixed Part - 7 items) are fixed and bidders quoted percentage will not have any impact on these items. Abbreviations of Units: MON - Month, HR - Hour, EA - Each, LS - Lumpsum, M - Meter, M2 - Square Meter, SQM - Square Meter, M3 - Cubic Meter, CUM - Cubic Meter, MT - Metric Tonne, FT2 - Square Foot, BAG - Bag, KG - Kilogram, QN - Quintal, TO - Tonne, L - Liter, KW - Kilo Watt, YR - Year, DAY - Days, CM - Centimeter
Indian Oil Corporation Limited - IOCL Tender
Civil And Construction...+1Civil Works Others
Eprocure
India
Closing Date5 Mar 2025
Tender AmountINR 809.4 K (USD 9.2 K) This is an estimated amount, exact amount may vary.
Details: Annual Rate Contract (ARC) for Civil, Mechanical and HSE works at SERPL, Berhampur for 2 years NOTE 1. Please enable macros before filling the rates to see the quoted figures in words.
2. The bidder shall quote firm prices “Excess(+)/ At Par/ Less(-)” against the rates mentioned in the price schedule provided in BoQ1 sheet as per instructions provided herein after taking into account all the tender terms and conditions and scope of work. In case rates are quoted to more than 2 decimal places then, the amount quoted towards the tender shall be worked out for the rates quoted to first 2 decimal points without rounding off.
3. Only "Bidder Name", "Excess (+) or "At Par" or Less (-)" & "Percentage" are to be filled by the bidder in the designated "Sky Blue cells". For "At Par" selection, the percentage quoted shall be treated as 0.00 and quoted amount at par with estimate.
4. "Excess (+)" or "At Par" or "Less (-)" can be selected from the dropdown menu by clicking on the cell.
5. No changes shall be made by the bidder to S.No., Unit, Quantity.
6. In case of any difference in item description/ unit/ quantity in BOQ, then the item description/ unit/ quantity given in the tender document shall prevail.
7.The rates quoted by the tenderer shall include all cost towards equipment, labour & laboratory back-up, logistics, transport, spares, tools, tackles, consumables, etc., travel and stay arrangements and other incidentals including supply of materials as may be necessary for rendering the services as per detailed specifications.
8. Goods and Services tax as per GST Act 2017 for concerned services has been added to the base price of below mentioned services. If the bidder wishes to quote some other Goods and Services tax rate other than mentioned in the price schedule provided in BoQ1 sheet, they may quote the same in "Annexure 8". Statutory variation on Goods and Services Tax as applicable for the category/ service shall be to Owner’s account up to the contractual completion period. Reverse charges mechanism on Goods and Services tax amount shall be applicable as per Govt. rules.
9. Bidders are advised strictly not to alter or change the BOQ format/ contents. Bidders are also advised not to paste any image file or put any additional conditions in the BOQ work sheet.
10. Please note that rates of item nos. from 1710 to 1810 (Manpower - Fixed Part - 10 items) are fixed and bidders quoted percentage will not have any impact on these items. Abbreviations of Units: MON - Month, HR - Hour, EA - Each, LS - Lumpsum, M - Meter, M2 - Square Meter, SQM - Square Meter, M3 - Cubic Meter, CUM - Cubic Meter, MT - Metric Tonne, FT2 - Square Foot, BAG - Bag, KG - Kilogram, QN - Quintal, TO - Tonne, L - Liter, KW - Kilo Watt, YR - Year, DAY - Days, CM - Centimeter
9511-9520 of 10000 archived Tenders