Mask Tenders

Mask Tenders

The City Government Of Baguio Tender

Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Communications Equipment 2,200,000.00 6 Unit Base Radio, Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency Specifications General A. Frequency Range - Uhf: 400-470mhz*; Vhf:136-174mhz B. Channel Capacity- 48 (16 Channels Per Zone) C. Zone Capacity - 3 D. Channel Spacing - 12.5/25khz E. Operating Voltage - 13.6 V ± 15% F. Current Drain - Standby: Around 0.3a Receive: < 1>1ghz G. Weight - 1100g H. Dimensions - 164 X 43 X150 Mm I. Frequency Stability - ±0.5 Ppm J. Antenna Impedance - 50ω Receiver A. Sensitivity - Analog: 0.3µv (12db Sinad); 0.22µv (typical) (12db Sinad); 0.4µv (20db Sinad) Digital: 0.3µv/bers5% B. Selectivity - Tia-603: 60db @ 12.5khz/ 70db @ 25khz Etsi: 60db @ 12.5khz/ 70db @ 25khz C. Intermodulation - Tia-603: 70db @ 12.5/25khz Etsi: 65db @ 12.5/25khz D. Spurious Response Rejection- Tia-603: 70db @ 12.5/25khz Etsi: 70db @ 12.5/25khz E. Blocking- Tia-603: 90db Etsi: 84db E. Hum And Noise- 40db @ 12.5khz; 45db @ 25khz F. Rated Audio Power Output- Internal (@ 16 Ohm Load): 4w External (@8 Ohm Load): 8w Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) G. Max Audio Power Output - Internal (@16 Ohm Load): 6w External (@ 8ohm Load): 12w H. Rated Audio Distortion - ≤3% I. Audio Response - +1~-3db J. Conducted Spurious Emission - <-57dbm Transmitter A. Rf Power Output – Low Power Version: 1-25w (uhf/vhf) High Power Version: 5-45w (uhf) / 5-50w (vhf) B. Fm Modulation – 11kof3e @ 12.5khz; 16k0fe @ 25 Khz’ C. 4fsk Digital Modulation – 12.5khz Data Only: 7k60fxd 12.5khz Data & Voice:7k60fxw D. Conducted/radiated Emission - -36dbm<1ghz>1ghz E. Modulation Limiting- ±205khz @ 12.5khz F. Fm Hum & Noise- 40db @ 12.5khz 45db @ 25khz G. Adjacent Channel Power- 60db @ 12.5khz; 70db @ 25khz’ H. Audio Response- +1 ~ -3db I. Audio Distortion- ≤3% J. Digital Vocoder Type- Ambe+2™ Or Selp K. Digital Protocol- Etsi-tsi02 361-1, -2, -3 1 Lot Engineering Plans And Services (professional Fee) 30 Unit Handheld Radio (vhf), Ntc Type Approved Equipment, 136-174mhz Frequency Range, 5 Watts' Maximum Out-put Power, Programmable To Ntc Award Frequency. Accessories: 1. Belt Clip 2. Standard Desk Charger 3. Rubber Duck Antenna 4. Manual General: A. Frequency Range- Uhf: 400-470 Mhz, Vhf:136-174mhz B. Channel Capacity - 128 C. Zone Capacity - 8 D. Zone Channel - 16 E. Channel Spacing - 12.5khz/20kh/25khz F. Operating Voltage -7.4v G. Battery - 1500mah (standard); 2000mah (optional) H. Battery Life - (5/5/90 Duty Cycle, High Tx Power) - Analog: 12h (1500mah), 16h (2000mah) - Digital: 16h (1500mah), 21h (2000mah) I. Frequency Stability - ±0.5ppm J. Antennal Impedance - 50ω K. Weight (with Antenna & Battery) -230g L. Dimensions (h X W X D) - 115 X 55 X 295mm M. Display - 1.77 Inch Tft Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Receiver: A. Sensitivity - Digital: 0.18µv / Bers % Analog: 0.18µv(12db Sinad) B. Adjacent Channel Selectivity - Tia -603: 60db@12.5khz, 70db@20/25khz Etsi: 60db@12.5khz, 70db@20/25khz C. Intermodulation- Tia- 603:70db@12.5/20/25khz Etsi: 65db@12.5/20/25khz D.spurious Response Rejection- Tia -603: 70db@ 12.5/20/25khz Etsi: 70db@12.5/20/25khz E. Blocking - Tia -603:80db Etsi: 84db F. Hum And Noise- 40db@20khz, 45db@25khz G. Rated Audio Power Output - 1w H. Rated Audio Distortion - <3>1ghz E. Modulation Limiting - +2.5khz@12.5khz, +4.0khz@20khz, 15.0khz@25khz F. Fm Hum&noise - 40db@12.5khz, 43db@20khz, 45db@25khz G. Adjacent Channel Power- 60db@12.5khz, 70db@20/25khz H. Audio Response- +1 To -3db I. Audio Distorted - ≤% J. Digital Vocoder Type - Ambe +2™ Environmental: A. Operating Temperature - -30°~+60°c B. Storage Temperature - -40°c~+85°c C. Esd - Iec 61000-4.2 (level 4) ±8kv (contact); ±15kv(air) D. Dust And Water Intrusion - Iec60529-ip54 E. Humidity - Mil -std-810g F. Shock And Vibration - Mil-std-810g 1 Lot Installation Of Communication Equipment 1 Unit Mini Duplexer (vhf) -tuned To Working Frequency, 50 Watts 7 Unit Mobile Radio (vhf) - Ntc-approved Type (commercial), 50w, Programmable To Ntc Assigned Frequency Frequency Range 136-174 Mhz, With Magnetic Mount Mobile Antenna 6 Lot Ntc Permit To Purchase/possess And Radio Station License 6 (six) Units Base Radio 30 Lot Ntc Permit To Purchase/possess And Radio Station License For 30 (thirty) Units Handheld Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Lot Ntc Permit To Purchase/possess And Radio Station License For 1 (one) Unit Repeater 7 Lot Ntc Permit To Purchase/possess And Radio Station License For 7 (seven) Mobile Radio 1 Lot Programming, Commissioning/propagation And Testing And Delivery (30 Days) Additional Requirements: * Provide A Network Diagram That Is Applicable To The Area * With History/experience In The Installation Of A Working Communication System In The Area *accredited With Ntc-car 1 Unit Repeater (vhf), Ntc-type Approved Equipment, 136-174 Mhz Frequency Range, 50 Watts Maximum Output Power, Programmable To Ntc Assigned Frequency. Specifications: General A. Frequency Range - Uhf 1: 400-470mhz; Uhf 2: 450-520mhz; Uhf 3: 350-400mhz; Vhf: 136-174 Mhz B. Channel Capacity - 16 C. Channel Spacing - 12.5khz/20khz/25 Khz D. Operating Voltage - 13.6v±15% E. Current Drain - Standby: ≤0.8a; Transmit:≤11a F. Frequency Stability - ± O.5ppm G. Antenna Impedance - 50ω H. Duty Cycle - 100% I. Dimensions (h X W X D) - 88 X 483 X 366 Mm J. Weight - 8.5 Kg K. Lcd Display - 220 X 176 Pixels, 262000 Colors; 2.0 Inch, 4 Rows Receiver A. Sensitivity - Analog: 0.28µv (12 Db Sinad); 0.22µv (typical) 12db Sinad) 0.4 Μv (20db Sinad) Digital: 0.3µv/ber5% B. Adjacent Channel Selectivity- Tia-603: 65db @ 12.5 Khz; 75 Db @20/25khz Etsi: 65 Db @ 12.5 Khz; 75 Db @ 20/25khz C. Intermodulation- Tia -603: 75db @ 12.5/20/25khz Etsi: 70db @ 12.5/20/25khz D. Spurious Response Rejection Tia-603: 80db @ 12.5/20/25khz Etsi: 80db @ 12.5/20/25khz E. Hum And Noise - 40db@ 12.5khz; 43db@20khz; 45db@25khz F. Rated Audio Power Output - 0.5w G. Rated Audio Distortion- ≤3% H. Audio Response - +1 ~ -3db I. Conducted Spurious Emission - <-57dbm Transmitter Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 5 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-220 Bidding December 2, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) A. Rf Power Output - 5-50w B. Fm Modulation - 11k0f3e @ 12.5khz; 14k0f3e @ 20khz; 16k0f3e @ 25 Khz C. 45sk Digital Modulation - 12.5khz Data Only: 7k60fxd; 12.5khz Data And Voice:7k60fxw D. Conducted/radiated Emission - -36dbm ≤ 1ghz; -30dbm > 1ghz E. Modulation Limiting - ±2.5khz @ 12.5 Khz; ±4.0khz @ 20khz; ±5.0khz @ 25khz F. Fm Hum & Noise - 40db @ 12.5khz; 43db @ 20khz; 45db @ 25khz G. Adjacent Channel Power - 60db @ 12.5khz; 70db @ 20/25khz H. Audio Response - +1 ~ -3db I. Audio Distortion - ≤3% J. Digital Vocoder Type - Ambe +2™, Selp, Nvoc, Comm K. Digital Protocol - Etsi-ts102 361-1, -2-, -3 Environmental Specifications A. Operating Temperature - -30°c ~+60°c B. Storage Temperature - -40°c ~ +85°c Accessories: 1. 1 Unit Tx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Assigned Frequency 2. 1 Unit Rx Antenna (2 Elements Of Variloop Antenna) Cut, Fold And Tuned To Ntc Tx Frequency 3. 100 M Coax Cable Rg-8 (japan) 4. 4 Pcs. Pi-259 Connector (good Quality) 5. Regulated Power Supply (13.8 V Dc/30 Amp) 6. With Pt Mask Antenna And Repeater Cabinet This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Supply, Delivery And Installation Of Communications Equipment For Use Of Bfp Under Pr No. 2 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, January 10, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 5
Closing Date10 Jan 2025
Tender AmountPHP 2.2 Million (USD 37.9 K)

Department Of Education Division Of Camarines Sur Tender

Others
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-06 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Pasteurized Cows Milk For 2nd, 3rd And 5th Congressional District 200 Ml For 4 Feeding Days 1 Gainza Bottle 1788 21 37,548.00 2 Milaor Bottle 4312 21 90,552.00 3 Minalabac 1 Bottle 4336 21 91,056.00 4 Minalabac 2 Bottle 4040 21 84,840.00 5 Pamplona Bottle 5336 21 112,056.00 6 San Fernando Bottle 6600 21 138,600.00 7 Bombon Bottle 3208 21 67,368.00 8 Calabanga East Bottle 6168 21 129,528.00 9 Calabanga West Bottle 6016 21 126,336.00 10 Camaligan Bottle 3760 21 78,960.00 11 Canaman Bottle 5024 21 105,504.00 12 Magarao Bottle 4832 21 101,472.00 13 Ocampo Bottle 9344 21 196,224.00 14 Pili East Bottle 9460 21 198,660.00 15 Pili West Bottle 7332 21 153,972.00 16 Baao Bottle 11628 21 244,188.00 17 Bula 1 Bottle 6392 21 134,232.00 18 Bula 2 Bottle 4872 21 102,312.00 19 Bula 3 Bottle 3360 21 70,560.00 Plain And Flavored Serving Size - Individually Packed Into 200ml Food Grade Plastic Bottle For The Number Of Feeding Days. Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By National Dairy Authority If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule Twice Weekly Per Drop-off Point Based On The Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending On The Schedule Given By The End User For Every District, Ex. 500ml On Monday, 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop Off Point For Sensory Testing. Payment Schedule Payment Shall Be After The Completion And Acceptance Of The Deliveries Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period Based On Scheduled Delivery Matrix (4 Days Excluding Saturday, Sundays & Holidays) Delivery Starts After Consumption Of 14 Days Or 7 Weeks Of 500ml Total 2,263,968.00 Approved Budget For The Contract: 2,263,968.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photo Copies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Date: Delivery Shall Be Based On Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppliers Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 2.2 Million (USD 38.6 K)

Department Of Education Division Of El Salvador City Tender

Publishing and Printing
Philippines
Details: Description Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written 2. Philgeps Registration Certificate, Business Permit And Other Supporting Documents Shall Be Attached Upon 3. Submission Of The Quotation (e.g. Omnibus Sworn Statement, Tax Certificate Etc.) 3. Bidders Shall Submit Original Brochures Showing Certifications Of The Package, If Applicable 4. Agency May Proceed With Procurement Upon Receipt Of Three (3) Quotation 5. Winning Supplier Must Deliver The Supplies Within Ten (10)days Upon Receipt Of The Purchase Order. 6. Payment Shall Be Made Upon Complete Delivery And Inspection Of The Supplies. 7. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1% ) Of The Cost Of The Unperformed/undelivered Portion For Every Day Of Delay Shall Be Imposed. 8. Do Not Leave Blank Or Do Not Write Na. Any Incomplete Details Will Not Be Included. Stock/property No. Unit Item Description Quantity Unit Cost Total Cost Lot 1 : Procurement Of Office Supplies ( Arts, Craft, Office Equipment & Accessories, Manufacturing Components And Supplies 6 Piece Sign Pen, Extra Fine Tip, Black 50 24.42 1,221.00 9 Piece Sign Pen, Extra Fine Tip, Blue 50 24.42 1,221.00 13 Piece Sign Pen, Fine Tip, Red 50 50.34 2,516.80 63 Box Staple Wire, Standard 45 26.14 1,176.12 66 Roll Tape, Masking, 48 Mm 50 133.28 6,663.80 68 Roll Tape, Transparent, 24mm 50 19.45 972.40 69 Roll Tape, Transparent, 48 Mm 50 24.83 1,241.35 77 Box Clip, Backfold, 19mm 50 10.30 514.80 79 Box Clip, Backfold, 32mm 50 36.61 1,830.40 80 Box Clip, Backfold, 50mm 50 66.35 3,317.60 81 Piece Correction Tape 50 14.85 742.50 85 Piece Dater Stamp 1 478.45 478.45 86 Box Envelope, Documentary, A4 10 912.91 9,129.12 88 Box Envelope, Expanding, Kraft 2 1,033.95 2,067.89 101 Box Folder, Pressboard 3 1,047.90 3,143.71 103 Pack Folder With Tab, Legal 5 455.31 2,276.56 106 Piece Marker, Permanent, Black 50 9.10 454.85 107 Piece Marker, Permanent, Blue 50 9.10 454.85 108 Piece Marker, Permanent, Red 50 9.10 454.85 Sub-total Lot 1 39,878.05 109 Piece Marker, Whiteboard, Black 50 10.62 530.75 112 Box Paper Clip, Vinly/plastic Coated, 33mm 6 9.70 58.21 117 Piece Pencil Sharpener 45 259.69 11,685.96 125 Piece Tape Dispenser, Table Top 45 85.34 3,840.21 6, Piece Data File Box, Large 15 275.00 4,125.00 12 Piece Ballpen, Black 100 13.20 1,320.00 13, Piece Ballpen, Blue 100 13.20 1,320.00 14 Piece Ballpen, Red 100 13.20 1,320.00 28 Piece Glue Stick, For Glue Gun, Big 30 5.79 173.58 30 Piece Glue Gun, Big, With On & Off Switch 10 440.00 4,400.00 346 Bottle Glue White >200g To 250g 50 71.50 3,575.00 54 Piece Cutter, Snap-off Cutter Blade Knife,high Quality 50 66.00 3,300.00 74 Bundle Binding Ring/comb, Plastic, 32 Mm 8 285.88 2,287.03 50 Piece Ring Binder, Plastic, 1/2 Inch 30 16.50 495.00 51 Piece Ring Binder, Plastic, 1 Inch 30 22.00 660.00 265 Unit Paper Tray, 3 Layers, Black 6 408.52 2,451.11 Sub-total Lot 1 41,541.85 Total Lot 1 81,419.90 Lot 2 : Paper Materials And Products 129 Pad Notepad, Stick-on, 50mm X 76mm 50 40.77 2,038.30 131 Pad Notepad, Stick-on, 76mm X 76mm 50 57.20 2,860.00 133 Ream Paper, Multicopy A4 (80gsm) 270 235.18 63,498.60 139 Book Record Book, 300 Pages 50 100.87 5,043.50 33 Pack Vellum Board Paper, A4, 180gsm, 10's 310 49.50 15,345.00 34 Pack Vellum Board Paper, Legal, 180gsm, 10's 20 60.50 1,210.00 35 Piece Certificate Holder, A4 600 66.00 39,600.00 74, Pad Daily Time Record Form 48 (dtr) 50 38.50 1,925.00 Total Lot 2 131,520.40 Lot 3 : Science Experiment Materials 326 Box Litmus Paper Red 3 154.00 462.00 327 Box Litmus Paper Blue 3 154.00 462.00 Total Lot 3 924.00 Lot 4 : Office Equipment 46 Unit White Board, 4x6 2 2,420.00 4,840.00 298 Unit Paper Shredder Machine >20liters Bin Capacity 1 15,400.00 15,400.00 Total Lot 4 20,240.00 Lot 5 : Furnitures & Fixtures 92 Unit Steel Cabinet ,6 Doors Locker Cabinet 1 13,200.00 13,200.00 Total Lot 5 13,200.00 Lot 6: Batteries And Cells And Accessories 18 Pack Battery, Dry Cell, Size Aa 50 22.54 1,126.95 19 Pack Battery, Dry Cell, Size Aaa 50 20.17 1,008.70 310 Piece Battery, 9v 5 143.00 715.00 302 Set 8 Pieces Battery With 4 Slot Rechargeable Aa Battery And Charger 1 1,650.00 1,650.00 215 Pack Battery, Heavy Duty Chargeable Batteries (aaa) (2 Per Pack) For Demanding Devices, Nickel-metal Hydride (nimh), 1.2 Volts, 2300 Mah At 21°c (70°f) 1 825.00 825.00 Total Lot 6 5,325.65 Lot 7 : Flags , Cleaning Equipment And Supplies 44 Piece Philippine National Flag 15 313.32 4,699.86 21 Piece Broom (walis Tambo) 35 137.28 4,804.80 22 Piece Broom (walis Ting-ting) 35 28.60 1,001.00 23 Bottle Cleaner, Toilet Bowl And Urinal 35 45.76 1,601.60 26 Pouch Detergent Powder, All Purpose 50 59.49 2,974.40 28, Piece Dust Pan 35 51.48 1,801.80 31 Bottle Hand Soap, Liquid, 500ml 50 47.25 2,362.25 34, Pack Scouring Pad 10 94.19 941.93 35, Roll/pack Trashbag, Xxl Size 50 143.00 7,150.00 141 Pack Tissue, Interfolded Paper Towel 50 37.18 1,859.00 64 Piece Dishwashing Soap 5 44.58 222.92 86, Piece Feather Duster 50 38.50 1,925.00 170 Can Floorwax, Paste, Red 900g 85 385.00 32,725.00 185 Piece Toilet Brush, With Handle 45 73.12 3,290.27 187 Piece Pail, 5 Gallon 40 264.00 10,560.00 332 Piece Dipper Plastic >1.5liter Capacity 43 55.00 2,365.00 Subtotal Lot 7 51,088.18 Total Lot 7 80,284.82 Lot 8 : Other Cleaning Equipment 164 Unit Trash Bin, 50l Capacity, Swivel Cover 50 605.00 30,250.00 Total Lot 8 30,250.00 Lot 9 : Ribbons And Sewing Materials 79, Roll Ribbon, Satin, 2 Inches Width, Golden Yellow, 50 Yards 10 308.00 3,080.00 83 Roll Ribbon, Organza 1 Inches Width, 50 Yards , Assorted Color 7 352.00 2,464.00 84 Roll Ribbon, Organza 2 Inches Width, 50 Yards , Assorted Color 10 352.00 3,520.00 320 Piece Sewing Tape Measure 2 55.00 110.00 321 Piece Pin Cushion 2 33.00 66.00 Total Lot 9 9,240.00 Lot 10 : Sports Accessories 91 Piece Basketball/ Volleyball Pin Needle 5 33.00 165.00 Total Lot 10 165.00 Lot 11 : Carpentry Equipment 191 Unit Saw, 22' Tpr Handle 1 352.00 352.00 Total Lot 11 352.00 Lot 12 : Locks 266 Unit Chain With Padlock, Heavy Duty 2 519.20 1,038.40 Total Lot 12 1,038.40 Lot 13 : Decoration Supplies Accesories 306 Piece Candles In Glass 4 Inches Height, 3 Inches Width 2 220.00 440.00 307 Box Floral Foam 2 880.00 1,760.00 354 Piece Flower, Plastic, Sunflower, Big 30 55.00 1,650.00 Total Lot 13 3,850.00 Lot 14 : Gardening And Other Materials 338 Piece Sack, Empty, Capacity 50kg 150 27.50 4,125.00 351 Piece Pot, Big, Rubber, 16 Inches Diameter 10 330.00 3,300.00 Total Lot 14 7,425.00 Lot 15 : Gardening Chemicals 352 Bag/sack Fertilizer Complete 14-14-14 1kg/bag 2 110.00 220.00 353 Bag/sack Fertilizer Urea 1kg/bag 2 88.00 176.00 Total Lot 15 396.00 Lot 16 : Dressmaking Equipment 318 Piece Tailors Dummy ,whole Body Form With Adjustable Metal Stand 2 2,750.00 5,500.00 Total Lot 16 5,500.00 Lot 17 : Other Equipment 322 Piece Ironing Board 1 2,200.00 2,200.00 Total Lot 17 2,200.00 Lot 18 : Electrical Supplies And Accessories 152 Piece Extension Cord Wire, Heavy Duty, 4 Gang, Universal Outlet, 5 Meters W/ Switch 10 550.00 5,500.00 153 Piece Extension Cord Wire, Heavy Duty, 4 Gang, Universal Outlet, 10 Meters 2 770.00 1,540.00 Total Lot 18 7,040.00 Total 400,371.17
Closing Date6 Feb 2025
Tender AmountPHP 400.3 K (USD 6.8 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-03 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Sterilized Milk For 4th Congressional District 180 Ml For 39 Feeding Days 1 Caramoan North Pouch Or Can 57252 21 1,202,292.00 2 Caramoan South Pouch Or Can 62517 21 1,312,857.00 3 Caramoan East Pouch Or Can 49374 21 1,036,854.00 4 Garchitorena Pouch Or Can 64116 21 1,346,436.00 5 Lagonoy North Pouch Or Can 49920 21 1,048,320.00 6 Lagonoy South Pouch Or Can 91962 21 1,931,202.00 7 Parubcan Pouch Or Can 41496 21 871,416.00 8 Siruma Pouch Or Can 53976 21 1,133,496.00 9 Tinamabac South Pouch Or Can 76284 21 1,601,964.00 10 Tinambac North Pouch Or Can 54444 21 1,143,324.00 11 Tinambac East Pouch Or Can 29835 21 626,535.00 Plain And Flavored Serving Size 180 To 200 Ml Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered Quantified Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging Individually Packed Into180 Ml Food Grade Plastic Polyethyline Pouch For The Number Of Feeding Days. The Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates "deped - Camsur Sbfp Not For Sale" And With Sbfp Camsur Logo. Expiration The Expiration Date Should Be 3 To 5 Months From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 130-170 Kcal Protein 4 -10 G Total Fat 3-7 G Total Carbohydrates 2 - 4 G Saturated Fat 22-30 G Dietary Fiber 15 - 24 G Sugar 15 - 24 G Calcium 220-680mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements " To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By The National Dairy Authority. If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule In Two Tranches (20 For The First Tranche And 19 For The 2nd Tranche) 15 Days Apart, Based On Scheduled Delivery Matrix. Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District) No Delivery On Friday, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Staggered Payment Once Distribution Has Started And Completion Of Documents Required For Payment 1st Progress Billing: Upon Completion And Acceptance Of The 1st Tranche Of Delivery. 2nd Progress Billing: Upon Completion And Acceptance Of The 2nd Tranche Of Delivery. Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 39 Days Excluding Saturdays And Sundays Based On Scheduled Delivery Matrix Total 13,254,696.00 Approved Budget For The Contract: 13,254,696.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 Instruction To Bidders: 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community Based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community Based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Schedule: In Two (2) Tranches Based On Delivery Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppli Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 13.2 Million (USD 226.3 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-07 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost "supply And Delivery Of Pasteurized Cows Milk For 4th And 5th Congressional District (200 Ml) For 4 Feeding Days 1 Goa 1 Bottle 8892 21 186,732.00 2 Goa 2 Bottle 7236 21 151,956.00 3 Sagnay Bottle 9344 21 196,224.00 4 San Jose Bottle 8268 21 173,628.00 5 Tigaon Bottle 12172 21 255,612.00 6 Bato Bottle 9384 21 197,064.00 7 Buhi South Bottle 4776 21 100,296.00 8 Nabua East Bottle 5196 21 109,116.00 9 Nabua West Bottle 3956 21 83,076.00 Plain And Flavored Serving Size "1000ml - Individually Packed Into 200ml Food Grade Plastic Bottle For The Number Of Feeding Days. " Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By National Dairy Authority If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule Twice Weekly Per Drop-off Point Or Based On Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending To The Schedule Given By The End User For Every District, Ex. Two (2) 500ml On Monday, Two (2) 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Payment Shall Be After The Completion And Acceptance Of The Deliveries Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period Based On Scheduled Delivery Matrix (4 Days Excluding Saturday, Sundays & Holidays) Delivery Starts After Consumption Of 14 Days Or 7 Weeks Of 500ml Total 1,453,704.00 Approved Budget For The Contract: 1,453,704.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 2025 9:00 A.m. Delivery Date: After The Completion And Acceptance Of The Deliveries The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppliers Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 1.4 Million (USD 24.8 K)

Municipality Of Upi, Maguindanao Tender

Furnitures and Fixtures
Philippines
Details: Description Item No. Quantity Unit Item Description Lot A. Hardware Materials 1 100 Pcs 16mm Dia. X 6m Drb (grade 60) 2 30 Pcs 16mm Dia. X 7.5m Drb (grade 60) 3 20 Pcs 16mm Dia. X 9m Drb (grade 60) 4 20 Pcs 16mm Dia. X 10.5m Drb (grade 60) 5 50 Pcs 12mm Dia. X 6m Drb (grade 40) 6 550 Pcs 10mm Dia. X 6m Drb (grade 33) 7 200 Kg Tie Wire # 16 8 600 Bags Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 9 50 Pcs 10mm Phenolic Board 10 100 Kg C.w.nail 4" 11 75 Kg C.w.nail 1.5" 12 1 Roll Nylon String #80 X 50m 13 2 100m/roll Construction Blue Sack (trapal) 14 15 M 3/16 Mesh Screen (ayagan) 15 5 M 1/4 Mesh Screen (ayagan) 16 200 Pcs 2.95m X 25cm X 8mm Pvc Ceiling Panel (white) 17 90 Pcs 2.95m X 9mm Pvc U-clip (end Cap) White 18 60 Pcs 9mm Gypsum Board (regular White) 19 300 Pcs Metal Furring (double) (19mm X 50mm X 0.50mm X 4.5m) 20 150 Pcs Carrying Chanel ( 12mm X 38mm X 0.80mm X 4.5m) 21 1,500 Pcs W-clip (double) 22 130 Pcs Wall Angle Coated (25mm X 25mm X 0.50mm X 3m) 23 10 Pcs 12mm Fiber Cement Board 24 30 Pcs 1/8 (3.20mm) Metal Drillbit 25 5 Pcs 5/32 Metal Drillbit 26 10 Box 1/8 X 1/2" Blind Rivets 27 10 Box 1/8 X 1" Blind Rivets 28 10 Bags Usg Boral (premium Jointing) 20 Kg 29 8 Set .60m X 1.20m Air Ventilation (pvc) 30 20 Pcs 2" Mesh Tape Or Fiber Tape 31 10 Box 1-1/2 Black Screw (metal) 32 400 Pcs 60x60 (glazed) Tiles (white) 33 100 Pcs 30x60 (glazed) Tiles (white) 34 60 Pcs 30x30 (unglazed) Tiles (white) 35 150 Bags Tile Adhesive (20kg) 36 10 Kg Tile Grout (white) 37 2 Pcs 4" Diamond Cutting Disc 38 1 Pcs 4" Diamond Cup Wheel 39 4 Pcs Tile Trowels 40 2 Pcs Rubber Mallet (medium Size) 41 40 Gals Acrytex Primer 42 30 Gals Acrytex Reducer 43 30 Gals Acrytex Cast 44 30 Gals Flat Latex (white) 45 10 Kg Skim Coat 20kg (super Fine White) 46 40 Gals Top Coat Semi Gloss (white) 47 5 Pcs 7" Roller Brush (thread Nap) 48 10 Pcs 4" Baby Roller (thread Nap) 49 10 Pcs 4" Paint Brush (white Bristle) 50 5 Pcs 2" Paint Brush (white Bristle) 51 15 M Sand Paper 3m #80 52 15 M Sand Paper 3m #100 53 100 Pcs Sand Paper 3m #120 54 40 Pcs 1" Masking Tape 55 2 Gals Concrete Neutralizer 56 1 Gals Raw Sienna (solvent Color) 57 1 Gals Hansa Yellow (solvent Color) 58 1 Gals Venetian Red (solvent Color) 59 1 Gals Lamp Black (solvent Color) 60 2 Gals Thalo Green (solvent Color) 61 1 Gals School Board Green (b-655) 62 30 Pcs 1.5mm X 2" X 6" X 6m C-purlins (g.i) 63 110 Pcs 1.5mm X 2" X 4" X 6m C-purlins (g.i) 64 20 Pcs 6.0mm X 2" X 6m Angle Bar 65 42 Pcs 0.4mm X 6m Rib Type Long Span (1.02m -effective Width) Baguio Green 66 3,500 Pcs Tek Screw 2" 67 300 Pcs 4" Steel Cutting Disc 68 5 Pcs 4" Grinding Disc 69 15 5kg/box E-6013 Welding Rod 2.5(3/32") X 300mm 70 15 Gals Red Oxide 71 2 Pairs Welding Gloves 72 1 Pcs Electrode Holder (300 Amp) 73 30 Pcs 3/16" X 2" X 6m Flat Bar 74 24 Sht 0.4mm X 4' X 8' (pre Painted Plain Sheet) Same Color For Roofing 75 30 Pcs 12mm Dia. Plain Round Bar 76 20 Pcs 12mm Turnbuckle 77 30 Pcs 3/16" X 1" X 6m Angle Bar 78 1 Gals Roof Sealant 79 12 Pcs 18 Watts Led Bulb Daylight 80 2 Pcs 9 Watts Led Bulb Daylight 81 20 Pcs 12watts Led Bulb Daylight 82 32 Pcs 6" Pinlight Housing 83 2 Pcs 4" Pinlight Housing 84 4 Sets 3 Gang Switch Flush Type Classic 85 4 Sets 2 Gang Switch Flush Type Classic 86 4 Sets 1 Gang Switch Flush Type Classic 87 2 Pcs 60 Amps Miniature Circuit Breaker 88 4 Pcs 30 Amps Miniature Circuit Breaker 89 4 Pcs 20 Amps Miniature Circuit Breaker 90 2 Set 3 Branches Miniature Panel Board 91 60 M 14 Mm² Thhn Copper Wire Stranded 92 1 Rolls 5.5 Mm2 Thhn Copper Wire Stranded 93 4 Rolls 3.5mm² Thhn Copper Wire Stranded 94 4 Rolls 2.0mm² Thhn Copper Wire Stranded 95 2 Sets Nema 1 96 1 Pcs 3/4"ø Entrance Cap 97 2 Packs 1/2" Pvc Clamp (100pcs/pack) 98 20 Pcs Utility Box Pvc 99 20 Pcs Junction Box Pvc 100 40 Rolls Electrical Tape 101 4 Rolls 1/2" Ø Flexible Hose (100m/roll) 102 50 Pcs 1/2" Pvc Ø Pipe Electrical 103 10 Pcs 3/4" Pvc Ø Pipe Electrical 104 10 Pcs 3 Gang Convenient Outlet Flash Type 105 10 Pcs Ppr Female Threaded Elbow 1/2" Ø 90 Deg. 106 15 Pcs Ppr Elbow 1/2" Ø 90 Deg. (plain) 107 4 Pcs Ppr Tee 1/2" X 1/2" X 1/2" Ø 108 8 Pcs Ppr Pipe 1/2"ø X 3m 109 4 Pcs Angle Valve (2 Way) 1/2" X 1/2" 110 2 Set Bidet Set Wall Mounted (with Flexible Hose 1/2" X 18") 111 2 Pcs Sanitary Flexible Hose 1/2" X 18" 112 2 Pcs Ball Type Faucet 1/2" 113 4 Pcs 3/4" Teflon Tape 114 2 Set Pail Flush Toilet Bowl With Cover (white) 115 2 Pcs Double Union Control Valve 1/2" 116 6 Pcs Pvc Elbow 4"ø 90deg S1000 117 6 Pcs Pvc Tee 4"x4"x4" S1000 118 6 Pcs Pvc Tee Reducer 4"x2"x4" S1000 119 4 Pcs Pvc Cleanout Cover 4"ø S1000 120 6 Pcs Pvc Pipe 4"ø X 3m S1000 121 6 Pcs Pvc Elbow 4"ø 45deg S1000 122 4 Pcs Pvc Elbow 2"ø 90deg S1000 123 10 Pcs Pvc Pipe 2"ø X 3m S1000 124 2 Pcs Pvc Tee Reducer 3"x2"x3" S1000 125 2 Pcs Pvc Tee 3"x3"x3" S1000 126 4 Pcs Pvc Pipe 3"ø X 3m S1000 127 4 Pcs Pvc Elbow 3"ø 45deg S1000 128 2 Pcs Pvc Sanitary Cleanout 3"ø S1000 129 4 Pcs Floor Drain Strainer 4"x4" 130 1 Set Polyethylene Tank (1,500 Liters) 131 4 Cans Solvent Cement 400cc 132 8 Set Door Knob 133 8 Pairs 3" Loose Pin Hinges 134 3 Set Pvc Door .70m X 2.10m 135 4 Set Panel Door 1.0m X 2.10m With Door Jamb 136 26 Pairs Jalouplus Jalousie Frame 14 Blades 137 364 Pcs 1/4" X 4" X 60cm Jalousie (clear Glass) 138 15 Pcs 1-3/4" X 4" X 6m Rectangular Tubular (aluminum) 139 2 Pcs 1/8" X 1" X 6m Angle Bar (aluminum) 140 1 Pcs Diamond Glass Cutter (heavy Duty) 141 20 Pcs 2.0mm X 1" X 2" X 6m G.i Tubular Steel 142 50 Pcs 1/4" Expansion Bolt 143 1 Liter Wood Glue 144 6 Pcs 5mm X 4' X 8' Hard Wood Board 145 50 Pcs Gi Pipe (sd 40) 1,1/2" Lot B. Sand & Gravel 1 169 Cu.m Washed Sand 2 80 Cu.m 3/4" Gravel Lot C. Lumber 1 30pcs Bd.ft 2" X 6" X 12' Lumber 2 300pcs Bd.ft 2" X 2" X 12' Lumber 3 300pcs Bd.ft 2" X 3" X 12' Lumber During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Closing Date4 Feb 2025
Tender AmountPHP 2.2 Million (USD 38.3 K)

Municipality Of Upi, Maguindanao Tender

Furnitures and Fixtures
Philippines
Details: Description Item No. Quantity Unit Item Description Lot A. Hardware Materials 1 100 Pcs 16mm Dia. X 6m Drb (grade 60) 2 30 Pcs 16mm Dia. X 7.5m Drb (grade 60) 3 20 Pcs 16mm Dia. X 9m Drb (grade 60) 4 20 Pcs 16mm Dia. X 10.5m Drb (grade 60) 5 50 Pcs 12mm Dia. X 6m Drb (grade 40) 6 550 Pcs 10mm Dia. X 6m Drb (grade 33) 7 200 Kg Tie Wire # 16 8 600 Bags Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 9 50 Pcs 10mm Phenolic Board 10 100 Kg C.w.nail 4" 11 75 Kg C.w.nail 1.5" 12 1 Roll Nylon String #80 X 50m 13 2 100m/roll Construction Blue Sack (trapal) 14 15 M 3/16 Mesh Screen (ayagan) 15 5 M 1/4 Mesh Screen (ayagan) 16 200 Pcs 2.95m X 25cm X 8mm Pvc Ceiling Panel (white) 17 90 Pcs 2.95m X 9mm Pvc U-clip (end Cap) White 18 60 Pcs 9mm Gypsum Board (regular White) 19 300 Pcs Metal Furring (double) (19mm X 50mm X 0.50mm X 4.5m) 20 150 Pcs Carrying Chanel ( 12mm X 38mm X 0.80mm X 4.5m) 21 1,500 Pcs W-clip (double) 22 130 Pcs Wall Angle Coated (25mm X 25mm X 0.50mm X 3m) 23 10 Pcs 12mm Fiber Cement Board 24 30 Pcs 1/8 (3.20mm) Metal Drillbit 25 5 Pcs 5/32 Metal Drillbit 26 10 Box 1/8 X 1/2" Blind Rivets 27 10 Box 1/8 X 1" Blind Rivets 28 10 Bags Usg Boral (premium Jointing) 20 Kg 29 8 Set .60m X 1.20m Air Ventilation (pvc) 30 20 Pcs 2" Mesh Tape Or Fiber Tape 31 10 Box 1-1/2 Black Screw (metal) 32 400 Pcs 60x60 (glazed) Tiles (white) 33 100 Pcs 30x60 (glazed) Tiles (white) 34 60 Pcs 30x30 (unglazed) Tiles (white) 35 150 Bags Tile Adhesive (20kg) 36 10 Kg Tile Grout (white) 37 2 Pcs 4" Diamond Cutting Disc 38 1 Pcs 4" Diamond Cup Wheel 39 4 Pcs Tile Trowels 40 2 Pcs Rubber Mallet (medium Size) 41 40 Gals Acrytex Primer 42 30 Gals Acrytex Reducer 43 30 Gals Acrytex Cast 44 30 Gals Flat Latex (white) 45 10 Kg Skim Coat 20kg (super Fine White) 46 40 Gals Top Coat Semi Gloss (white) 47 5 Pcs 7" Roller Brush (thread Nap) 48 10 Pcs 4" Baby Roller (thread Nap) 49 10 Pcs 4" Paint Brush (white Bristle) 50 5 Pcs 2" Paint Brush (white Bristle) 51 15 M Sand Paper 3m #80 52 15 M Sand Paper 3m #100 53 100 Pcs Sand Paper 3m #120 54 40 Pcs 1" Masking Tape 55 2 Gals Concrete Neutralizer 56 1 Gals Raw Sienna (solvent Color) 57 1 Gals Hansa Yellow (solvent Color) 58 1 Gals Venetian Red (solvent Color) 59 1 Gals Lamp Black (solvent Color) 60 2 Gals Thalo Green (solvent Color) 61 1 Gals School Board Green (b-655) 62 30 Pcs 1.5mm X 2" X 6" X 6m C-purlins (g.i) 63 110 Pcs 1.5mm X 2" X 4" X 6m C-purlins (g.i) 64 20 Pcs 6.0mm X 2" X 6m Angle Bar 65 42 Pcs 0.4mm X 6m Rib Type Long Span (1.02m -effective Width) Baguio Green 66 3,500 Pcs Tek Screw 2" 67 300 Pcs 4" Steel Cutting Disc 68 5 Pcs 4" Grinding Disc 69 15 5kg/box E-6013 Welding Rod 2.5(3/32") X 300mm 70 15 Gals Red Oxide 71 2 Pairs Welding Gloves 72 1 Pcs Electrode Holder (300 Amp) 73 30 Pcs 3/16" X 2" X 6m Flat Bar 74 24 Sht 0.4mm X 4' X 8' (pre Painted Plain Sheet) Same Color For Roofing 75 30 Pcs 12mm Dia. Plain Round Bar 76 20 Pcs 12mm Turnbuckle 77 30 Pcs 3/16" X 1" X 6m Angle Bar 78 1 Gals Roof Sealant 79 12 Pcs 18 Watts Led Bulb Daylight 80 2 Pcs 9 Watts Led Bulb Daylight 81 20 Pcs 12watts Led Bulb Daylight 82 32 Pcs 6" Pinlight Housing 83 2 Pcs 4" Pinlight Housing 84 4 Sets 3 Gang Switch Flush Type Classic 85 4 Sets 2 Gang Switch Flush Type Classic 86 4 Sets 1 Gang Switch Flush Type Classic 87 2 Pcs 60 Amps Miniature Circuit Breaker 88 4 Pcs 30 Amps Miniature Circuit Breaker 89 4 Pcs 20 Amps Miniature Circuit Breaker 90 2 Set 3 Branches Miniature Panel Board 91 60 M 14 Mm² Thhn Copper Wire Stranded 92 1 Rolls 5.5 Mm2 Thhn Copper Wire Stranded 93 4 Rolls 3.5mm² Thhn Copper Wire Stranded 94 4 Rolls 2.0mm² Thhn Copper Wire Stranded 95 2 Sets Nema 1 96 1 Pcs 3/4"ø Entrance Cap 97 2 Packs 1/2" Pvc Clamp (100pcs/pack) 98 20 Pcs Utility Box Pvc 99 20 Pcs Junction Box Pvc 100 40 Rolls Electrical Tape 101 4 Rolls 1/2" Ø Flexible Hose (100m/roll) 102 50 Pcs 1/2" Pvc Ø Pipe Electrical 103 10 Pcs 3/4" Pvc Ø Pipe Electrical 104 10 Pcs 3 Gang Convenient Outlet Flash Type 105 10 Pcs Ppr Female Threaded Elbow 1/2" Ø 90 Deg. 106 15 Pcs Ppr Elbow 1/2" Ø 90 Deg. (plain) 107 4 Pcs Ppr Tee 1/2" X 1/2" X 1/2" Ø 108 8 Pcs Ppr Pipe 1/2"ø X 3m 109 4 Pcs Angle Valve (2 Way) 1/2" X 1/2" 110 2 Set Bidet Set Wall Mounted (with Flexible Hose 1/2" X 18") 111 2 Pcs Sanitary Flexible Hose 1/2" X 18" 112 2 Pcs Ball Type Faucet 1/2" 113 4 Pcs 3/4" Teflon Tape 114 2 Set Pail Flush Toilet Bowl With Cover (white) 115 2 Pcs Double Union Control Valve 1/2" 116 6 Pcs Pvc Elbow 4"ø 90deg S1000 117 6 Pcs Pvc Tee 4"x4"x4" S1000 118 6 Pcs Pvc Tee Reducer 4"x2"x4" S1000 119 4 Pcs Pvc Cleanout Cover 4"ø S1000 120 6 Pcs Pvc Pipe 4"ø X 3m S1000 121 6 Pcs Pvc Elbow 4"ø 45deg S1000 122 4 Pcs Pvc Elbow 2"ø 90deg S1000 123 10 Pcs Pvc Pipe 2"ø X 3m S1000 124 2 Pcs Pvc Tee Reducer 3"x2"x3" S1000 125 2 Pcs Pvc Tee 3"x3"x3" S1000 126 4 Pcs Pvc Pipe 3"ø X 3m S1000 127 4 Pcs Pvc Elbow 3"ø 45deg S1000 128 2 Pcs Pvc Sanitary Cleanout 3"ø S1000 129 4 Pcs Floor Drain Strainer 4"x4" 130 1 Set Polyethylene Tank (1,500 Liters) 131 4 Cans Solvent Cement 400cc 132 8 Set Door Knob 133 8 Pairs 3" Loose Pin Hinges 134 3 Set Pvc Door .70m X 2.10m 135 4 Set Panel Door 1.0m X 2.10m With Door Jamb 136 26 Pairs Jalouplus Jalousie Frame 14 Blades 137 364 Pcs 1/4" X 4" X 60cm Jalousie (clear Glass) 138 15 Pcs 1-3/4" X 4" X 6m Rectangular Tubular (aluminum) 139 2 Pcs 1/8" X 1" X 6m Angle Bar (aluminum) 140 1 Pcs Diamond Glass Cutter (heavy Duty) 141 20 Pcs 2.0mm X 1" X 2" X 6m G.i Tubular Steel 142 50 Pcs 1/4" Expansion Bolt 143 1 Liter Wood Glue 144 6 Pcs 5mm X 4' X 8' Hard Wood Board 145 50 Pcs Gi Pipe (sd 40) 1,1/2" Lot B. Sand & Gravel 1 169 Cu.m Washed Sand 2 80 Cu.m 3/4" Gravel Lot C. Lumber 1 30pcs Bd.ft 2" X 6" X 12' Lumber 2 300pcs Bd.ft 2" X 2" X 12' Lumber 3 300pcs Bd.ft 2" X 3" X 12' Lumber During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Closing Date4 Feb 2025
Tender AmountPHP 2.2 Million (USD 38.3 K)

Department Of Education Division Of Cebu Province Tender

Telecommunication Services
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Installation Of Network Infra Wifi System For The Procurement Of School-wide Internet Connectivity For The Matatag Curriculum Pilot Schools 1. The Department Of Education (deped), Division Of Cebu Province, Through The Icte Osec-7-24-4659 Fund Intends To Apply The Sum Of Six Million Four Hundred Eighty Thousand Five Hundred Eighty Pesos (p 6,480,580.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Installation Of Network Infra Wifi System For The Procurement Of School-wide Internet Connectivity For The Matatag Curriculum Pilot Schools. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Hereunder Are The Specific Project Title, Quantity, And The Amount Of The Bid Documents For The Project, To Wit: Project Title Supply And Delivery Of Installation Of Network Infra Wifi System For The Procurement Of School-wide Internet Connectivity For The Matatag Curriculum Pilot Schools 1. Dumanjug Nhs (dumanjug, Cebu) 2. Liloan Nhs-don Bosco Ext. (liloan, Cebu) 3. San Fernando Ces (san Fernando, Cebu) 4. Tabogon Ces (tabogon, Cebu) 5. Tindog Is (medellin, Cebu) Lot Item Description Quantity Unit 1 Active Component: Multi-wan Gigabit Vpn Routers With Built-in Firewalls, 9 X Gige, 2 X Sfp With Cloud Management 5 Unit Layer 2+ Managed Network Poe Switch 24p With Cloud Management 2 Unit Layer 2+ Managed Network Poe Switch 16p With Cloud Management 12 Unit Layer 2+ Managed Network Poe Switch 8p With Cloud Management 10 Unit Gigabit Mediacon 20 Pair Hybrid 802.11ax Wi-fi 6 In-wall Ap (2x2 2.4 Ghz, 4x4 5ghz) 148 Unit 2x2 802.11 A/b/g/n/ac/ax Wi-fi 6 Outdoor Long Range 2 Unit Pro1501sfcu 1500va/ 900watts, 8-nema Output Socket, With Usb Port, 2 X 12v/ 10ah Battery, True Rated, Super Fast Charging Line Interactive Ups With Built-in Avr Built-in Avr/ Cold Start Function 24 Unit Passive Component: Network Cabinet, Height 9u, Width 600mm, Depth 600mm, Black 24 Pcs 1 Core Fiber Drop Cable 5 Roll Category 6 U/utp Installation Cable, 305 M Box, Pvc, Blue 41 Roll Category 6 90° 1u 24-port Shielded Patch Panel, Dual Type Idc, Black 24 Pcs Category 6 U/utp, Slimline Patchcord, 30awg, Lsoh, 0.5m 168 Pcs 19" 1u, Cable Management Duct Type, Black 30 Pcs 1u 19" Power Distribution Unit, W/aluminum Body, Us (nema5-15p) Plug, 6 Universal Outlets, W/led Master Switch 24 Pcs Rj-45 And Fiber Connector 5 Lot Consumable Materials (pvc Pipe, Pvc Connectors, Pvc Flexible Hose, Electrical Tape, Breakers, Masking Tape, Cable Ties, Fittings, Hangers And Support, Accessories) 5 Lot General Requirements & Engineering Works: Mobilization & De- Mobilization 5 Lot Temporary Facility 5 Month Supervision & Management 5 Month Lan Cable Testing And Fiber Testing & Commissioning 5 Lot I.t Training, Tagging, Documentation 5 Lot Labor Cost For Installation 5 Lot Specifications: Firewall/router Specifications Multi-wan Gigabit Vpn Routers With Built-in Firewalls, 9 X Gige, 2 X Sfp With Cloud Management 1x Gbe Rj45 Port With Ieee 802.3af/at Poe Input And 2x Gbe Rj45 Ports With 48v Passive Poe Output Or Ieee802.3af (gwn7002/gwn7003) Supports Multiple Gigabit Rj45 Ports And Gigabit Sfp Ports Built-in Vpn Support Allows Easy Access To Corporate Networks For Remote Employees Multiple Wan Ports With Load Balancing And Failover To Maximize Connection Reliability Rich Firewall Features Including Ddns, Port Forwarding, Dmz, Upnp, Anti-dos, Traffic Rules, Nat And Alg Supports Application/protocol Monitoring And Traffic Statistics With Deep Packet Inspection (dpi) Advanced Qos To Ensure Real-time Performance Of Low-latency Applications Supports Application, Url, Dns, And Web Content Filtering To Block Access From Unsecure Contents Embedded Controller Can Manage Itself And Up To Aps. Cloud Management Offers Unlimited Free Ap Registration (no Subscription) And Aws Hosted (provide Nda Certificate) Network Switches Specifications Layer 2+ Managed Network Switches Poe 24 Ports 24 Gigabit Ethernet Ports And 2/4 Gigabit Sfp Ports Smart Power Control To Support Dynamic Poe/poe+ Power Allocation Per Port For The Poe Models Supports Deployment In Ipv6 And Ipv4 Networks Provides Quaternary Binding Of Ip, Mac, Vlan & Port; Arp Inspection, Ip Source Guard, Dos Protection, Port Security & Dhcp Snooping Built-in Qos Allows For Prioritization Of Network Traffic Local Web Ui To Manage Switch And Free Cloud Management Unlimited Registration (no Subscription) Aws Hosted 3-years Free Warranty Network Switches Specifications Layer 2+ Managed Network Switches Poe 16 Ports: 16 Gigabit Ethernet Ports And 2/4 Gigabit Sfp Ports Smart Power Control To Support Dynamic Poe/poe+ Power Allocation Per Port For The Poe Models Supports Deployment In Ipv6 And Ipv4 Networks Provides Quaternary Binding Of Ip, Mac, Vlan & Port; Arp Inspection, Ip Source Guard, Dos Protection, Port Security & Dhcp Snooping Built-in Qos Allows For Prioritization Of Network Traffic Local Web Ui To Manage Switch And Free Cloud Management Unlimited Registration (no Subscription) Aws Hosted 3-years Free Warranty Network Switches Specifications Layer 2+ Managed Network Switches Poe 8 Ports 8 Gigabit Ethernet Ports And 2/4 Gigabit Sfp Ports Smart Power Control To Support Dynamic Poe/poe+ Power Allocation Per Port For The Poe Models Supports Deployment In Ipv6 And Ipv4 Networks Provides Quaternary Binding Of Ip, Mac, Vlan & Port; Arp Inspection, Ip Source Guard, Dos Protection, Port Security & Dhcp Snooping Built-in Qos Allows For Prioritization Of Network Traffic Local Web Ui To Manage Switch And Free Cloud Management Unlimited Registration (no Subscription) Aws Hosted 3-years Free Warranty Wifi 6 Access Point 3.55gbps Aggregate Wireless Throughput, 3.5gbps Aggregate Wired Throughput Dual-band 4x4:4 Mu-mimo With Dl/ul Ofdma Technology Up To 175-meter Coverage Range Supports 750+ Concurrent Wi-fi Client Devices Includes 1x 1g Port And 1x 2.5g Port Advanced Qos To Ensure Real-time Performance Of Low-latency Applications Anti-hacking Secure Boot And Critical Data/control Lockdown Via Digital Signatures Self Power Adaptation Upon Auto Detection Of Poe Or Poe+ Embedded Controller Can Manage Up To 50 Local Aps Cloud Management Offers Unlimited Free Ap Registration (no Subscription) And Aws Hosted (provide Nda Certificate) 3-years Free Warranty Technical Requirements Must Be Fully Cloud Management 1. Network Cloud Management System A. The Network Cloud Management System Must Be Hosted On A Cloud Platform Based In The Us. Please Provide A Certificate From The Vendor Or Brand. B. License Free, No Annual Subscription. C. No Limits On The Number Of Sites, Aps, Switches, Routers Registration. Can Be Accessed From Anywhere Via Web And Mobile Apps 2. Service Provider Qualifications A. The Solution Provider Must Have Successfully Completed At Least One Fully Managed Network Infrastructure Project In A Cloud System, Which Includes A Minimum Of Two Sites Or Branches And At Least 20 Registered Devices, Such As Switches, Routers/firewalls, And Access Points. The Provider Should Also Submit A Completion Certificate From The Client, Including The Client's Address, Mobile Number, And Contact Person. B. The Solution Provider Should Have A Certified Network Engineer. Certification Must Be Professional Level And Legit From Vendor. (provide Certificate With Number For Legitimacy Checking) C. The Solution Provider Should Have Done At Least One Successfully Project Involving Structured Cabling Both Copper And Fiber. Cabling Project Should Have At Least A Minimum Coverage Of 500 Network Nodes. Please Provide Completion Certification From The Client With Address, Mobile Number And Contact Person D. The Solution Provider Is Required To Submit A Cloud Logical Network Diagram For Approval. E. The Solution Provider Must Provide A Free Training To The Client For A Vendor Or Brand-certified Networking Solutions Specialist At The Certified Specialist Level. F. The Solution Provider Must Be An It Solutions Or Computer Services Company. Amount Of Bidding Documents P 10, 000.00 Contract Duration 30 Cds Total Abc P 6,480,580.00 3. The Deped Division Of Cebu Province Now Invites Bids For These Projects. Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, 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. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 5. Interested Bidders May Obtain Further Information From Deped Division Of Cebu Province And Inspect The Bidding Documents At The Address Given Below During 8 A.m. To 5 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4, 2025, From The Address Below Deped Division Of Cebu Province, Sudlon, Lahug, Cebu City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. The Deped Division Of Cebu Province Will Hold A Pre-bid Conference On February 4, 2025 At 11:00 Am. At Deped Division Of Cebu Province, Sudlon, Lahug, Cebu City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 17, 2025 At 11:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 17, 2025 At 11:00 Am. At Deped Division Of Cebu Province, Sudlon, Lahug, Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. Interested Bidders Are Required To Submit Special Power Of Attorney And Valid Id For Representatives And Valid Id For Proprietors. 10. The Deped Division Of Cebu Province 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Maria Socorro N. Relacion Bac Secretariat Deped Cebu Province, Ipho Bldg, Sudlon Lahug, Cebu City 09208772190 Michaelangelo R. Sauro Bac Chairman
Closing Date14 Feb 2025
Tender AmountPHP 6.4 Million (USD 111.6 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-08 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Pasteurized Carabaos Milk For Libmanan District 500 Ml For 14 Feeding Days 1 Libmanan 1 Bottle 22736 52.5 1,193,640.00 2 Libmanan 2 Bottle 19642 52.5 1,031,205.00 3 Libmanan 3 Bottle 16716 52.5 877,590.00 4 Libmanan 4 Bottle 16268 52.5 854,070.00 Plain And Flavored Serving Size "1000ml - Individually Packed Into Two (2) 500ml Food Grade Plastic Bottle For The Number Of Feeding Days. " Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By The Philippine Carabao Center. If Jva, The Joint Agency Must Also Be A Pcc-accredited And Assisted Company Or Cooperative. Delivery Schedule Twice Weekly Per Drop-off Point, Based On Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending To The Schedule Given By The End User For Every District, Ex.500ml On Monday, 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Staggered Payment Once Distribution Has Started And Completion Of Documents Required For Payment 1st Progress Payment – After Completion & Acceptance Of The 1st & 2nd Week Of Deliveries. 2nd Progress Payment – After Completion & Acceptance Of The 3rd & 4th Week Of Deliveries. 3rd Progress Payment – After Completion & Acceptance Of The 5th, 6th & 7th Week Of Deliveries. Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 39 Days Excluding Saturdays And Sundays Based On The Scheduled Delivery Matrix Total 3,956,505.00 Approved Budget For The Contract: 3,956,505.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community Based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community Based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20,2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025 9:00 A.m. Delivery Date: Deliveries Shall Be Based On Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.5 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-010 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Sterilized Milk For 1st, 2nd And 5th Congressional District 180 Ml For 39 Feeding Days 1 Cabusao Pouch Or Can 28626 21 601,146.00 2 Del Galleg0 Pouch Or Can 38805 21 814,905.00 3 Lupi 1 Pouch Or Can 38298 21 804,258.00 4 Lupi 2 Pouch Or Can 25311 21 531,531.00 5 Ragay 1 Pouch Or Can 70278 21 1,475,838.00 6 Ragay 2 Pouch Or Can 61425 21 1,289,925.00 7 Sipocot North Pouch Or Can 45279 21 950,859.00 8 Sipocot South Pouch Or Can 39858 21 837,018.00 9 Sipocot 1 Pouch Or Can 28002 21 588,042.00 10 Pasacao 1 Pouch Or Can 57954 21 1,217,034.00 11 Pasacao 2 Pouch Or Can 36036 21 756,756.00 12 Balatan Pouch Or Can 88140 21 1,850,940.00 13 Buhi North Pouch Or Can 61113 21 1,283,373.00 Plain And Flavored Serving Size 180 To 200 Ml Flavor Flavored (plain, Choco, Pandan, Melon) Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered Quantified Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging Individually Packed Into180 Ml Food Grade Plastic Polyethyline Pouch For The Number Of Feeding Days. The Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates "deped - Camsur Sbfp Not For Sale" And With Sbfp Camsur Logo. - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be 3 To 5 Months From The Date Of Delivery. Nutritional Content Particulars Minimum Amount Per Serving Energy 130-170 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 2-4 G Saturated 22-30 G Dietary Fiber 15-24 G Sugar 15-24 G Calcium 220-680 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By The National Dairy Authority. If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative. Delivery Schedule In Two Tranches Based On The Scheduled Delivery Matrix (20 For The First Tranche And 19 For The 2nd Tranche) 15 Days Apart Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District) No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Staggered Payment Once Distribution Has Started And Completion Of Documents Required For Payment 1st Progress Payment – After The Completion & Acceptance Of The 1st Tranche Deliveries. 2nd Progress Payment – After The Completion & Acceptance Of The 2nd Tranche Deliveries. Sensory Evaluation And Acceptability Test Should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 39 Days Excluding Saturday And Sundays Based On Scheduled Delivery Matrix Total 13,001,625.00 Approved Budget For The Contract: 13,001,625.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Schedule Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Date: In Two (2) Tranches Based On Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 13 Million (USD 221.9 K)
2401-2410 of 2441 archived Tenders