Mask Tenders
Municipality Of Looc, Romblon Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date24 Jun 2025
Tender AmountPHP 542.3 K (USD 9.4 K)
Details: Description Invitation To Bid For Supply And Delivery Of Materials For Rehabilitation Of Looc Rhu Birthing Facility The Municipal Government Of Looc, Romblon, Through The Trust Fund - Philhealth Intends To Apply The Sum Of Five Hundred Forty-two Thousand Three Hundred Fifty Pesos (p 542,350.00) Being The Abc To Payments Under The Contract For Goods-2025-05-18. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of Looc, Romblon Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Fifteen (15) Working Days Upon Receipt Of P.o & Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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). 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) No. 9184. A. 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 No. 5183. Prospective Bidders May Obtain Further Information From Municipal Government Of Looc, Romblon And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00a.m. To 5:00p.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 2, 2025 To June 24, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Municipal Government Of Looc, Romblon Will Hold A Pre-bid Conference On June 10, 2025 – 2:00 P.m. At Municipal Session Hall – Looc, Romblon, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before June 24, 2025 – 02:00 P.m... Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On June 24, 2025 – 02:00 P.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipal Government Of Looc, Romblon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Candido Alfred A. Bancoro Ii, Enp Mpdc/lgu-bac Chairperson Bac Secretariat: Mrs. Leonor F. Farquerabao Ms. Maria Cristine G. Guarino Ms. Ana Dominique B. Bantang Lgu – Looc, Romblon Brgy. Poblacion, Looc, Romblon May 30, 2025 . Candido Alfred A. Bancoro Ii, Enp Mpdc/lgu-bac Chairperson Name Of Project: Supply And Delivery Of Materials For Rehabilitation Of Looc Rhu Birthing Facility Location : Looc, Romblon List Of Supplies/materials Item No. Unit Item Description Qty. Unit Cost Total Cost 1 Bags Cement 84 2 Cu.m Sand 16 3 Cu.m Gravel 4 4 Pcs 10mm Diam X 6.0m Rsb 30 5 Pcs 2'x4"x12' Cocolumber 8 6 Kgs Cwn 4" 2 7 Kgs Cwn 3" 2 8 Kgs Cwn 1 1/2" 1 9 Kgs #16 Tying Wire 5 10 Pcs 4" Chb 135 11 Pcs 10mm Diam X 6.0m Rsb 12 12 Sets D-1 Wooden Door With 6mm Thk Clear Glass Witn Door Jamb And Complete Accessories, 0.8m X 2.1m 2 13 Sets D-2 6mm Thk Clear Glass Double Swing Door With Alumunum Frame Complete Accessories, 1.2m X 2.1m 3 14 Set D-3 Wooden Door With Door Jamb And Complete Accessories, 0.8m X 2.1m 1 15 Set D-4 Wooden Sliding Door With Complete Accessories 1 16 Sets W-1, 1.0m X 1.5m Aluminum Glass Windows 3 17 Sets W-2, 2.1m X 1.5m Aluminum Glass Windows 3 18 Sets W-3, 0.6m X 0.4m Aluminum Glass Windows 2 19 Sets W-4, 0.5m X 2.1m Aluminum Glass Windows 2 20 Ln. M Pdx Wire # 10 12 21 Roll Pdx Wire # 12 1 22 Roll Pdx Wire # 14 1 23 Pcs 3g Universal Convenience Outlet 11 24 Set 60 Amp Safety Box 1 25 Sets 30 Amp Safety Breaker 1 26 Sets 20 Amp Safety Breaker 1 27 Pcs 6" Round Surface Mounted Downlight 12w Led Light 4 28 Sets 2x40 Louver Housing Surface Mount Led Troffer Light 6 29 Pcs 2 Gang Switch 3 30 Pcs 1 Gang Switch 3 31 Pcs Utility Box 10 32 Boxes Staple Wire 2 33 Pcs Floor Tiles, 600mm X 600mm Polished 180 34 Pcs Floor Tiles, 300mm X 600mm Polished Wall Tiles 146 35 Pcs Floor Tiles, 600mm X 600mm Non-skid 17 36 Bags Tile Grout 2kgs. Bag 8 37 Bags Tile Adhesive (25 Kg) 14 38 Roll Sand Paper 1 39 Pcs Paint Brush 3" 5 40 Pcs Paint Brush 2" 5 41 Pcs Roller Brush 4 42 Pails Flat Latex White 4 43 Pairs Putty Knife 2 44 Pails Latex Semi-gloss, Desired Color (2 Coat) 6 45 Bags Skimcoat 30 46 Pcs Paint Roller #8 8 47 Pcs Sand Paper 120 Grt 60 48 Roll Masking Tape Big 5 49 Pcs. 4.5 Mm Thk Ficem Board 27 50 Pcs. Metal Furring 78 51 Pcs. Carrying Chanel 27 52 Pcs. W-clip 413 53 Pcs. Wall Angle 20 54 Boxes 5/32 X 3/4"blind Rivet 3 55 Pcs. 1" Metal Screw 400 56 Set Water Closets With Accessories 1 57 Set Lavatory With Accessories 1 58 Set Stainless Steel Sink With Accessories 2 59 Pcs Ppr Pipes 1/2" Diam 8 60 Pcs Ppr Elbow 1/2" Diam 8 61 Pcs Check Valves 1/2" Diam 2 62 Pcs Gi Nipple 1/2" Diam 2 63 Pcs Heavyduty Stainless Steel Faucet (goose Neck) 2 64 Pcs Stainless Steel Lavatory Faucet 2 65 Rolls Teflon Tape Big 4 66 Pcs 4"x 4" Stainless Steel Floor Drain 3 Grand Total Bid Bond: _____________ _____________________________
Municipality Of Antequera, Bohol Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date27 Jun 2025
Tender AmountPHP 258.7 K (USD 4.5 K)
Details: Description 10.00 Bot Air Freshener Spray Lemon 26.00 Pc Bathroom Deodorizer Lemon 50g 12.00 Pc Ballpen Black 12.00 Pc Ballpen Blue 2.00 Pc Ballpen Green 0.5 286.00 Pc Ballpen Black 0.5 57.00 Pc Ballpen Blue 0.5 8.00 Pack Battery Aaa 4's/pack 10.00 Pack Battery Aaa Rechargeable, 2's/pack 6.00 Pack Battery Aa Rechargeable, 2's/pack 5.00 Pack Battery Aa 4's/pack 2.00 Pack Battery Aa Rechargeable With Charger 130.00 Ream Bondpaper Long S-20 108.00 Ream Bondpaper Short S-20 6.00 Ream Bondpaper 8.5x14" S-20 33.00 Ream Bondpaper A4 S-20 15.00 Pc Broom(lanot-thick) 3.00 Pc Broom (buri-baguio) 119.00 Pc Brown Envelope Long 54.00 Pc Brown Envelope Short 2.00 Pc Brush With Handle 5.00 Pc Bulb Led 11w 1.00 Box Carbon Paper Long Blue 11.00 Kilo Chlorine Powder/kilo 1.00 Roll Clear Scotch Tape 1/2" 25.00 Roll Clear Scotch Tape 1" 4.00 Roll Clear Scotch Tape 2'x100 2.00 Pc Columnar 24 Columns 2.00 Pc Computer Ink #678 Black 2.00 Pc Computer Ink #678 Colored 4.00 Pc Computer Ink Black # 704 3.00 Pc Computer Ink Colored # 704 6.00 Pc Computer Ink Black 003 (l3210) 1.00 Set Computer Ink Black 003 (l3210) Set 2.00 Pc Computer Ink Gt52 Black 1.00 Pc Computer Ink Gt52 Magenta 1.00 Pc Computer Ink Gt52 Cyan 1.00 Pc Computer Ink Gt52 Yellow 4.00 Pc Computer Ink Gt53 Black 1.00 Pc Cork Board (60cm X 90xcm) 18.00 Pc Correction Pen 108.00 Pc Correction Tape 2.00 Pc Cutter Heavy Duty 18.00 Pack Detergent Powder 565g 15.00 Pack Detergent Powder 880g 3.00 Bot Dishwashing Liquid 250g 1.00 Bottle Dishwashing Liquid 500g 8.00 Pc Diswashing Paste 400g 11.00 Roll Double Sided Tape 1' 13.00 Roll Double Sided Foam Tape 1" 3.00 Roll Duct Tape 2" 35.00 Pc Durable Rubberized Gloves (long) 3.00 Pc Electric Single Switch 1.00 Roll Electric Tape Big 2.00 Pc Glue 240g 10.00 Pc Ink(t6641)black 1.00 Set Ink(t6641,t6642,t6643,t6644)set 17.00 Pc Ink Refill 003 Black (l3110) 4.00 Set Ink Refill 003(l3110)black,cyan,magenta,yellow Set 25.00 Pc Expanded Envelope Long 30.00 Pc Expanded Folder Long 6.00 Pc Expanded Folder Long Blue 1.00 Pc Extension Wire 5m/3gang 16.00 Bottle Fabric Conditioner(1000ml) 293.00 Pc Folder Long White 60.00 Pc Folder Short White 21.00 Pack Garbage Bag Black Plastic Xl 10's Pack 21.00 Pack Garbage Bag Black Plastic Large 10's Pack 12.00 Pack Garbage Bag Black Plastic Medium10's Pack 25.00 Pair Garden Gloves 10.00 Pc Glass Cleaner 250ml 10.00 Pc Glass Cleaner 500ml 1.00 Pc Hand Towel 1.00 Gal Hand Wash Soap(gallon) 8.00 Pc Highlighter Yellow Green 2.00 Pc Highlighter Yellow 1.00 Pc Highlighter Pink 8.00 Pc Highlighter Orange 20.00 Pc Incandescent Bulb 25w 5.00 Pack Index Card 8x5 100s 4.00 Pack Laminating Pouch (250mic) Long 6.00 Pcs Disinfectant Spray 510g 6.00 Pc Mop Big 1.00 Gallon Multi Purpose Cleaner 2.00 Gal Muriatic Acid(ready Mix) 5.00 Pc Micro Fiber Towel 2.00 Pc Office Paste 200ml 6.00 Roll Packaging Tape 2" 11.00 Box Paper Clip Vinyl Coated Big 9.00 Box Paper Clip Vinyl Coated Small 19.00 Box Paper Fastener Vinyl Coated 1.00 Pc Pencil No. 2(mongol) 11.00 Pc Pentel Pen Broad Black 3.00 Pc Pentel Pen Broad Blue 3.00 Pc Pentel Pen Broad Red 1.00 Pc Pentel Pen Black Fine 1.00 Pc Pentel Pen Blue Fine 1.00 Pc Pentel Pen Red Fine 1.00 Pack Photopaper A4 1.00 Pack Photopaper 210gsm 45.00 Pc Plastic Envelop Long 10.00 Pc Plastic Folder Long (white) 5.00 Pc Furniture Polish Lemon 14.00 Roll Poly Masking Tape 1" 1.00 Pc Record Book 300pages 6.00 Pc Record Book 500pages 2.00 Pc Record Book 150pages 10.00 Pc Retractable Pen Black 5.00 Pc Retractable Pen Blue 5.00 Pc Retractable Pen Blue Refill 3.00 Pc Ribbon Cartridge Lq300+ii 3.00 Pc Ribbon Cartridge Lq300 2.00 Pc Rug (cloth) 50.00 Bot Rubbing Alcohol 70% 500ml. 2.00 Gallon Rubbing Alcohol 70%(gallon) 1.00 Box Rubberband Big, Transparent Natural #18 10.00 Pc Sign Pen, Black 0.4 21.00 Pc Sign Pen, Black 0.5 2.00 Pc Sign Pen, Blue 0.5 10.00 Pc Sign Pen, Blue 0.7 34.00 Pc Sign Pen Black Refill 0.5 1.00 Pc Sign Pen No. 2 ( Black) 10.00 Pc Special Paper Board Long White 9.00 Pack Special Paper Board Long Ivory 5.00 Pack Special Paper Long Ivory 2.00 Pack Special Paper Short Ivory 120gsm 50.00 Pcs Special Paper(beige) 2.00 Pack Specialty Paper Short(irish Purple) 1.00 Pc Stamping Pad #1 (black) 2.00 Bottle Stamp Pad Ink Black 5.00 Pad Sticky Notes 26.00 Box Staple Wire # 35 6.00 Pc Storage Nd Organizer Box- 65l 2.00 Box Thumbtacks 26.00 Pack Tissue Paper 12s 1.00 Gallon Toilet Bowl Cleaner (gallon) 12.00 Bot Toilet Bowl Cleaner 900ml 30.00 Pc Tongs 3.00 Pad Yellow Paper 1.00 Gallon Liquid Bleach (gallon)
Department Of Social Welfare And Development Region Xii Tender
Food Products
Philippines
Closing Date1 Apr 2025
Tender AmountPHP 7.6 Million (USD 133 K)
Details: Description Department Of Social Welfare And Development Field Office Xii Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Philippine Bidding Documents For The Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgus Matalam And Makilala, North Cotabato Project Identification No. Dswd12-sfp-2025-03-005lot22 Government Of The Republic Of The Philippines Sixth Edition July 2020 Preface These Philippine Bidding Documents (pbds) For The Procurement Of Goods Through Competitive Bidding Have Been Prepared By The Government Of The Philippines For Use By Any Branch, Constitutional Commission Or Office, Agency, Department, Bureau, Office, Or Instrumentality Of The Government Of The Philippines, National Government Agencies, Including Government-owned And/or Controlled Corporations, Government Financing Institutions, State Universities And Colleges, And Local Government Unit. The Procedures And Practices Presented In This Document Have Been Developed Through Broad Experience, And Are For Mandatory Use In Projects That Are Financed In Whole Or In Part By The Government Of The Philippines Or Any Foreign Government/foreign Or International Financing Institution In Accordance With The Provisions Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Bidding Documents Shall Clearly And Adequately Define, Among Others: (i) The Objectives, Scope, And Expected Outputs And/or Results Of The Proposed Contract Or Framework Agreement, As The Case May Be; (ii) The Eligibility Requirements Of Bidders; (iii) The Expected Contract Or Framework Agreement Duration, The Estimated Quantity In The Case Of Procurement Of Goods, Delivery Schedule And/or Time Frame; And (iv) The Obligations, Duties, And/or Functions Of The Winning Bidder. Care Should Be Taken To Check The Relevance Of The Provisions Of The Pbds Against The Requirements Of The Specific Goods To Be Procured. If Duplication Of A Subject Is Inevitable In Other Sections Of The Document Prepared By The Procuring Entity, Care Must Be Exercised To Avoid Contradictions Between Clauses Dealing With The Same Matter. Moreover, Each Section Is Prepared With Notes Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Shall Not Be Included In The Final Documents. The Following General Directions Should Be Observed When Using The Documents: A. All The Documents Listed In The Table Of Contents Are Normally Required For The Procurement Of Goods. However, They Should Be Adapted As Necessary To The Circumstances Of The Particular Procurement Project. B. Specific Details, Such As The “name Of The Procuring Entity” And “address For Bid Submission,” Should Be Furnished In The Instructions To Bidders, Bid Data Sheet, And Special Conditions Of Contract. The Final Documents Should Contain Neither Blank Spaces Nor Options. C. This Preface And The Footnotes Or Notes In Italics Included In The Invitation To Bid, Bid Data Sheet, General Conditions Of Contract, Special Conditions Of Contract, Schedule Of Requirements, And Specifications Are Not Part Of The Text Of The Final Document, Although They Contain Instructions That The Procuring Entity Should Strictly Follow. D. The Cover Should Be Modified As Required To Identify The Bidding Documents As To The Procurement Project, Project Identification Number, And Procuring Entity, In Addition To The Date Of Issue. E. Modifications For Specific Procurement Project Details Should Be Provided In The Special Conditions Of Contract As Amendments To The Conditions Of Contract. For Easy Completion, Whenever Reference Has To Be Made To Specific Clauses In The Bid Data Sheet Or Special Conditions Of Contract, These Terms Shall Be Printed In Bold Typeface On Sections I (instructions To Bidders) And Iii (general Conditions Of Contract), Respectively. F. For Guidelines On The Use Of Bidding Forms And The Procurement Of Foreign-assisted Projects, These Will Be Covered By A Separate Issuance Of The Government Procurement Policy Board. Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….4 Section I. Invitation To Bid……………………………………………………..7 Section Ii. Instructions To Bidders…………………………………………...10 1. 11 2. 11 3. 11 4. 11 5. 11 6. 12 7. 12 8. 12 9. 13 10. 13 11. 13 12. 13 13. 14 14. 14 15. 15 16. 15 17. 15 18. 15 19. 15 20. 16 21. 16 Section Iii. Bid Data Sheet …………………………………………………..17 Section Iv. General Conditions Of Contract ……………………...………..21 1. 22 2. 22 3. 22 4. 22 5. 23 6. 23 Section V. Special Conditions Of Contract ………………………………….24 Section Vi. Schedule Of Requirements ……………………………………....27 Section Vii. Technical Specifications …………………………………………30 Section Viii. Checklist Of Technical And Financial Documents …………..34 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria (e.g., The Application Of A Margin Of Preference In Bid Evaluation). The Ib Should Be Incorporated In The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Invitation To Bid For The Dswd12-sfp-2025-03-005lot22 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgus Matalam And Makilala, North Cotabato 1. The Department Of Social Welfare And Development Field Office Xii, Through The General Appropriations Act Fy 2025 Intends To Apply The Sum Of Seven Million Six Hundred Twenty-five Thousand And Four Hundred Eighty-five Pesos Only (₱7,625,485.00) Being The Abc To Payments Under The Contract For Dswd12-sfp-2025-03-005lot22 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgus Matalam And Makilala, North Cotabato. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Social Welfare And Development Field Office Xii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Scheduled By The End-user. Bidders Should Have Completed, Within Two (2) 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). 3. 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) No. 9184. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Social Welfare And Development Field Office Xii – Bids And Awards Committee Secretariat Office And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00a.m. To 5:00 P.m.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 12 March 2025 To 31 March 2025, 05:00 P.m. From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Social Welfare And Development Field Office Xii Will Hold A Pre-bid Conference On 18 March 2025, 10:00 A.m. At Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before 01 April 2025, 09:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening And Evaluation Shall Be On 01 April 2025, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Social Welfare And Development Field Office Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Dswd 12 – Bac Secretariat Head Administrative Division – Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hills, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph 10 March 2025 Jackiya A. Lao Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Department Of Social Welfare And Development Field Office Xii Wishes To Receive Bids For The Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgus Matalam And Makilala, North Cotabato With Identification Number Dswd12-sfp-2025-03-005lot22. The Procurement Project (referred To Herein As “project”) Is Composed Of One Lot Or Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 Approved Gaa In The Amount Of Seven Million Six Hundred Twenty-five Thousand And Four Hundred Eighty-five Pesos Only (₱7,625,485.00). 2.2. The Source Of Funding The General Appropriations Act. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On 18 March 2025, 10:00 A.m. And At Its Physical Address Department Of Social Welfare And Development Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, On/or Before 22 March 2025 Or At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components X 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 31 July 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. 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 Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Food Items Such As Commercial Rice, Fruits, Meat, And Vegetables, And Grocery Products B. Completed Within At Least Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than ₱152,509.70 Or The Amount Equivalent To Two Percent (2%) Of Abc If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than ₱381,274.25 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.1 1. All Forms Must Be Submitted Using The Prescribed Format Provided By The Procuring Entity And Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder, Otherwise, Bids Shall Be Subject To An Outright Disqualification. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Supplier Of The Notice Of Post Qualification From The Bac That The Supplier Has The Lowest Calculated Bid (lcb) Or Single Calculated Bid (scb), The Supplier Shall Submit And/or Present The Following Requirements For Post Qualification In Accordance To Section 34 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra9184: 1. Present Original Copy Of The Following: A. A. Latest Income Tax Return And Business Tax Return ( For 4th Quarter Of 2025) B. B. Latest Value Added Tax (vat) Return ( For 4th Quarter Of 2025) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing & Payment System (efps) Shall Be Accepted. C. Valid Philgeps Registration Certificate (platinum Membership) (all Pages) D. Valid Registration Certificate From Securities And Exchange Commission (sec) For Corporations, Or From Department Of Trade And Industry (dti) For Sole Proprietorship, Or From Cooperative Development Authority (cda) For Cooperatives; E. Valid Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; F. Valid Tax Clearance Per Eo 398, Series Of 2005, As Finally Reviewed And Approved By The Bir; G. Bureau Of Internal Revenue (bir) Registration Certificate. H. Copy Of Contracts Or Po’s, Notice Of Award (noa) And Notice To Proceed (ntp) For All On-going Contracts I. End-user’s Acceptance, Official Receipt (duplicate Or Triplicate Copy) Or Sales Invoice With Collection Receipt/s (duplicate Or Triplicate Copy) Relative To Single Largest Completed Contract J. Company Profile And Organizational Chart. Company Printed Brochure May Be Included. K. Vicinity Map/location Of The Business. L. Other Appropriate Licenses And Permits Required By Law And Stated In The Bidding Documents. Failure To Submit Any Of The Post-qualification Requirements On Time, Or A Finding Against The Veracity Thereof, Shall Disqualify The Bidder For Award. Provided In The Event That A Finding Against The Veracity Of Any Of The Documents Submitted Is Made, It Shall Cause The Forfeiture Of The Bid Security In Accordance With Section 69 Of The Irr Of Ra 9184. Note: For Post Qualification Purposes Only 20.3 Each Bidder Shall Submit The Following In One (1) “mother” Envelope Duly Sealed And Labeled, Containing Two (2) Sets Of Envelopes For Technical Component Envelope And Financial Component Envelope. Bidding Documents Shall Be Prepared With Proper Label And Tabbing For Easy Checking And Evaluation During Bid Opening. 20.4 All Envelopes Shall Be Labeled/marked As Follows: To : Jackiya A. Lao Chairperson Bids And Awards Committee Dswd-field Office 12 From :_______________________________ (name Of Bidder In Capital Letters) Address: _______________________________ (address Of Bidder In Capital Letters) Project: Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgus Matalam And Makilala, North Cotabato Bid Ref No.: Itb No. Dswd12-sfp-2025-03-005lot22 Approved Budget For The Contract : Seven Million Six Hundred Twenty-five Thousand And Four Hundred Eighty-five Pesos Only (₱7,625,485.00) Do Not Open Before: 01 April 2025; 10:30 A.m. 21.2 No Further Instructions Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Supplier, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Goods Purchased. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: Delivery Term: As Per Scheduled By The End-user Place Of Delivery / Venue: Lgus Matalam And Makilala, North Cotabato Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – Not Applicable Packaging – Not Applicable The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. Transportation – Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 The Terms Of Payment Shall Be As Follows: Partial Payment Must Correspond To The Value Of Goods Delivered And Accepted After The Appropriate Inspection And Acceptance Procedures. Proof Of Deliveries (delivery Receipts Or Acknowledgement Receipts) Must Be Signed By An Authorized Person To Support Claims For Payment. 4 The Inspections And Tests That Will Be Conducted By The Inspection (dswd Inspection Committee), Designated Inspectorate At The Regional Level, Final Acceptance By The Dswd Acceptance Committee, And End-user Section Vi. Schedule Of Requirements Dswd12-sfp-2025-03-005lot22 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgus Matalam And Makilala, North Cotabato The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Lot 22 North Cotabato Province Matalam And Makilala Delivery Of The Goods Is Required To Be Delivered As Per Scheduled By The End-user Fish And Poultry Products: 1 Fresh Chicken Egg (medium) 67679 Pc 67679 Pc 2 Frozen Dressed Whole Chicken (at Least 1kg Per Pc - Packed Per Piece), Halal Certified 13112 Kg 13112 Kg 3 Chicken Liver, (packed Based On Per Dcc Allocation) 1691 Kg 1691 Kg 4 Dried Dilis, Small (lobo-lobo, Packed Per 100 Grams),total # Of Packs @100g/pack = 4,870 Packs 487 Kg 487 Kg Grocery Items: 5 Canned Tuna Flakes In Oil, Non-spicy,with Omega 3 And Dha, (with The Following Nutrition Facts Per 56g/serving: 90-120 Calories, 4-7g Total Fat, (0 Trans Fat), 5-10mg Cholesterol, 1-2g Total Carbohydrates, 5-8g Protein And 240-400 Mg Sodium), 155 Grams Per Can, Easy-open, With Halal Logo 12689 Can 12689 Can 6 Canned Corned Beef, Plain, Non-spicy, Fortified With Iron And Zinc (with The Following Nutrition Facts Per 56 G/serving: 90-120 Calories, 1-5g Total Fat (0 Trans Fat),1-5g Total Carbohydrates, 5-6g Protein,8-15mg Cholesterol, And 240- 300 Mg Sodium), 150g/can, Easy-open, With Halal Logo 12689 Can 12689 Can 7 Canned Sardines In Tomato Sauce,w/ Omega 3 & Lycopene, (with The Following Nutrition Facts Per 75g/serving: 50-60 Calories, 1-2.5g Total Fat,1-3g Total Carbohydrates,6-8g Protein And 240-450 Mg Sodium), Non-spicy, 155g/can, Easy-open, With Halal Logo 6344 Can 6344 Can 8 Coconut Cooking Oil (1000ml Per Bottle), With Halal Logo 3573 Bottle 3573 Bottle 9 Soy Sauce (500 Ml Per Bottle), With Halal Logo 3383 Bottle 3383 Bottle 10 Brown Sugar (500g Per Pack) 2114 Pack 2114 Pack 11 Coarse Iodized Salt, (250g Per Pack),with Halal Logo 1072 Pack 1072 Pack 12 Flour, First Class(packed Per 500 Grams) 1072 Pack 1072 Pack 13 Cocoa Powder (sweetened),150grams/pack, With Halal Logo 2114 Pack 2114 Pack 14 Evaporated Liquid Creamer, 360 Ml Per Can, With Halal Logo 1072 Can 1072 Can 15 Bihon, (454 Grams Per Pack), With Halal Logo 2114 Pack 2114 Pack 16 Dried Pancit Canton (200 Gram/pack, With Halal Logo 4229 Pack 4229 Pack 17 Pancake Mix With Syrup (200g Per Pack), With Halal Logo 12690 Pack 12690 Pack Delivery Term: Delivery Will Commence As Per Schedule By The End-user. Delivery Is Within The Attached Schedule Of Delivery And Timeline (8:00 To 12:00 Nn) Notes: Free Delivery To Lgu's Designated Receiving Areas. Supplier Must Attach Pictures Of Their Offered Products And Must Bring Samples Of Grocery Items During Bidding. Supplier Must Observe The Health/safety Protocols, Must Wear Face Mask And Gloves During Delivery. All Food Items On The Delivery Schedule Must Be Delivered On The Same Day @ The Designated Receiving Areas. Any Changes In The Delivery Schedule, The End-user Will Coordinate To The Supplier 3-5 Days Before The Delivery Date. Any Damaged/lacking Goods Upon Delivery Shall Be Replaced Immediately. The Supplier Must Bring Buffer Stock For Replacement. Expiration Dates Of Grocery Items Shall Be Minimum Of Six (6) Months Upon Delivery. Perishable Goods To Be Delivered In Cold Storage. Chicken Must Be Frozen, And Must Have Nmis Certification During Delivery. Vegetables Must Be Fresh Upon Delivery. Packaging: (in Sets Per Dcc Based On The Attached Schedule And Quantity) Shall Be Done In The Supplier's Warehouse Prior To The Date Of Delivery. The Supplier Shall Provide Clean And Durable Packaging Of Goods (eco-bags/sako Bags/boxes) To Prevent Damages Or Deterioration During Transit To Their Final Destination. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit. Warehouse: Supplier Should Have Their Main Warehouse Within Region 12 With Sanitary Permit, Amenities For Packaging, Hygienic And Clean Facility, Washing Area, And Sample Of Packaging Shall Be Checked During Post-qualification. The Supplier Must Have Clean Delivery Vehicle. The Supplier Must Provide "lapagan" Like "trapal", And Crates Where The Food Items Will Be Placed During Delivery. The Supplier Must Have A Certificate Of Good Performance Or Certificate Of Satisfactory Performance Of Similar Completed Contract. Repacked/unlabeled Goods Such As Cooking Oil, Soy Sauce, Salt, Pancit Canton, Bihon, Catsup, And Cocoa Powder Are Not Accepted To Ensure Food Safety. Acceptance And Inspection: Acceptance By The Lgu;c/mswdo/focal Person/sfp Staff. Inspected By The Dswd Inspection Committee. Final Acceptance By The Dswd Acceptance Committee. Payment Term: Twenty (20) Working Days After Submission Of Billing Statement And Other Supporting Documents. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Vii. Technical Specifications Technical Specifications Dswd12-sfp-2025-03-005lot22 Procurement Of Food Items For The Use Of Supplementary Feeding Program For Fy 2025 Implementation In Lgus Matalam And Makilala, North Cotabato Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Lot 22 North Cotabato Province Matalam And Makilala Fish And Poultry Products: 1 Fresh Chicken Egg (medium) -67679 Pc 2 Frozen Dressed Whole Chicken (at Least 1kg Per Pc - Packed Per Piece), Halal Certified -13112 Kg 3 Chicken Liver, (packed Based On Per Dcc Allocation) -1691 Kg 4 Dried Dilis, Small (lobo-lobo, Packed Per 100 Grams),total # Of Packs @100g/pack = 4,870 Packs -487 Kg Grocery Items: 5 Canned Tuna Flakes In Oil, Non-spicy,with Omega 3 And Dha, (with The Following Nutrition Facts Per 56g/serving: 90-120 Calories, 4-7g Total Fat, (0 Trans Fat), 5-10mg Cholesterol, 1-2g Total Carbohydrates, 5-8g Protein And 240-400 Mg Sodium), 155 Grams Per Can, Easy-open, With Halal Logo -12689 Can 6 Canned Corned Beef, Plain, Non-spicy, Fortified With Iron And Zinc (with The Following Nutrition Facts Per 56 G/serving: 90-120 Calories, 1-5g Total Fat (0 Trans Fat),1-5g Total Carbohydrates, 5-6g Protein,8-15mg Cholesterol, And 240- 300 Mg Sodium), 150g/can, Easy-open, With Halal Logo -12689 Can 7 Canned Sardines In Tomato Sauce,w/ Omega 3 & Lycopene, (with The Following Nutrition Facts Per 75g/serving: 50-60 Calories, 1-2.5g Total Fat,1-3g Total Carbohydrates,6-8g Protein And 240-450 Mg Sodium), Non-spicy, 155g/can, Easy-open, With Halal Logo -6344 Can 8 Coconut Cooking Oil (1000ml Per Bottle), With Halal Logo -3573 Bottle 9 Soy Sauce (500 Ml Per Bottle), With Halal Logo -3383 Bottle 10 Brown Sugar (500g Per Pack) -2114 Pack 11 Coarse Iodized Salt, (250g Per Pack),with Halal Logo -1072 Pack 12 Flour, First Class(packed Per 500 Grams) -1072 Pack 13 Cocoa Powder (sweetened),150grams/pack, With Halal Logo -2114 Pack 14 Evaporated Liquid Creamer, 360 Ml Per Can, With Halal Logo -1072 Can 15 Bihon, (454 Grams Per Pack), With Halal Logo -2114 Pack 16 Dried Pancit Canton (200 Gram/pack, With Halal Logo -4229 Pack 17 Pancake Mix With Syrup (200g Per Pack), With Halal Logo -12690 Pack Delivery Term: Delivery Will Commence As Per Schedule By The End-user. Delivery Is Within The Attached Schedule Of Delivery And Timeline (8:00 To 12:00 Nn) Notes: Free Delivery To Lgu's Designated Receiving Areas. Supplier Must Attach Pictures Of Their Offered Products And Must Bring Samples Of Grocery Items During Bidding. Supplier Must Observe The Health/safety Protocols, Must Wear Face Mask And Gloves During Delivery. All Food Items On The Delivery Schedule Must Be Delivered On The Same Day @ The Designated Receiving Areas. Any Changes In The Delivery Schedule, The End-user Will Coordinate To The Supplier 3-5 Days Before The Delivery Date. Any Damaged/lacking Goods Upon Delivery Shall Be Replaced Immediately. The Supplier Must Bring Buffer Stock For Replacement. Expiration Dates Of Grocery Items Shall Be Minimum Of Six (6) Months Upon Delivery. Perishable Goods To Be Delivered In Cold Storage. Chicken Must Be Frozen, And Must Have Nmis Certification During Delivery. Vegetables Must Be Fresh Upon Delivery. Packaging: (in Sets Per Dcc Based On The Attached Schedule And Quantity) Shall Be Done In The Supplier's Warehouse Prior To The Date Of Delivery. The Supplier Shall Provide Clean And Durable Packaging Of Goods (eco-bags/sako Bags/boxes) To Prevent Damages Or Deterioration During Transit To Their Final Destination. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit. Warehouse: Supplier Should Have Their Main Warehouse Within Region 12 With Sanitary Permit, Amenities For Packaging, Hygienic And Clean Facility, Washing Area, And Sample Of Packaging Shall Be Checked During Post-qualification. The Supplier Must Have Clean Delivery Vehicle. The Supplier Must Provide "lapagan" Like "trapal", And Crates Where The Food Items Will Be Placed During Delivery. The Supplier Must Have A Certificate Of Good Performance Or Certificate Of Satisfactory Performance Of Similar Completed Contract. Repacked/unlabeled Goods Such As Cooking Oil, Soy Sauce, Salt, Pancit Canton, Bihon, Catsup, And Cocoa Powder Are Not Accepted To Ensure Food Safety. Acceptance And Inspection: Acceptance By The Lgu;c/mswdo/focal Person/sfp Staff. Inspected By The Dswd Inspection Committee. Final Acceptance By The Dswd Acceptance Committee. Payment Term: Twenty (20) Working Days After Submission Of Billing Statement And Other Supporting Documents. General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution Conforme: Name Of Company: _____________________________________________________ Signature Of Bidder Or Authorized Representative: ______________________________ Name And Designation: ___________________________________________________ Date: _______________________ Section Viii. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
BATANGAS STATE UNIVERSITY PABLO BORBON Tender
Civil And Construction...+4Civil Works Others, Electrical Goods and Equipments, Construction Material, Electrical and Electronics
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 194.4 K (USD 3.3 K)
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Supplies And Materials For The Renovation Of The Msp Building" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Supplies And Materials For The Renovation Of The Msp Building" With An Approved Budget For The Contract (abc) One Hundred Ninety-four Thousand Four Hundred Thirteen Pesos Only (php 194,413.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 2 Piece 1" Check Valve Ppr 640.00 2. 5 Piece 1" Elbow Ppr 175.00 3. 2 Piece 1" Gate Valve Ppr 1,040.00 4. 3 Piece 1" Ppr Pipe Pn20 2,250.00 5. 3 Piece 1" Tee Threaded Ppr 750.00 6. 1 Set 1.5hp Booster Pump 30,000.00 7. 2 Piece 1/2" Compact Ball Valve 150.00 8. 15 Piece 1/2" Elbow Ppr 225.00 9. 6 Piece 1/2" Ppr Pipe Pn20 1,920.00 10. 10 Piece 16a Duplex Convenience Outlet With Ground, Universal And/ Or Polarized Flat W/ Plate And Cover 1,500.00 11. 1 Piece 2" Gate Valve Gi 2,150.00 12. 1 Piece 2" X 1" Bell Reducer 220.00 13. 2 Assembly 2-gang Switch, One-way, With Plate 380.00 14. 12 Piece 3/4" Elbow Ppr 300.00 15. 6 Piece 3/4" Ppr Pipe Pn20 2,700.00 16. 2 Piece 3/4" Tee Ppr 50.00 17. 40 Piece 4" Chb 1,000.00 18. 16 Piece 4.5mm Thk. X 4' X 8' Ficem Board 10,400.00 19. 6 Piece 50mm Dia Pvc 90deg Elbow 390.00 20. 6 Piece 50mm Dia Pvc Pipe X 3m 2,850.00 21. 1 Piece 50mm Dia Pvc Wye 75.00 22. 2 Piece 50mm Pvc Cleanout 110.00 23. 2 Piece 50mm Dia Pvc Tee 140.00 24. 7 Piece 600mm X 600mm Polished Granite Tile Corona Cafe 2,450.00 25. 1 Set 82gal. Pressure Tank 15,000.00 26. 1 Bag Abc Tile Grout 2kg/bag 90.00 27. 5 Piece Baby Roller #4 (ordinary) 350.00 28. 5 Piece Blank Plate Cover 400.00 29. 3 Box Blind Rivet 1/8 X 3/4 1,050.00 30. 3 Box Blind Rivets 1/8 X 1/2 1,050.00 31. 2 Box Cat6 Utp Cable 19,600.00 32. 1 Assembly Caulking Gun 350.00 33. 6 Bag Cement 1,740.00 34. 2 Box Copper Wire 3.5mm² Thhn/thwn-2 9,900.00 35. 1 Box Copper Wire, 3.5mm² Tw (g) 4,950.00 36. 25 Piece Coupling 20mmø (1/2"ø) 250.00 37. 1 Piece Diamond Cutting Disc 4" 600.00 38. 2 Piece Drill Bit Masonry Drill Bit 1/8" 200.00 39. 1 Tin Elastomeric Seal Gray 3,528.00 40. 35 Piece Elbow, 20mm (1/2"ø) 525.00 41. 15 Roll Electrical Plastic Tape, Big - Brand: (flame Retardant) 750.00 42. 576 Piece Ficem Board Screw 576.00 43. 1 Tin Flat Latex (white) 3,075.00 44. 1 Kilogram Gi Tie Wire Ga. 16 105.00 45. 1 Gallon Interior Primer And Sealer (flat Wall Enamel) 725.00 46. 10 Piece Liquid Nail Construction Adhesive 2,500.00 47. 30 Piece Male Threaded Adaptor With Locknut, 1/2" 750.00 48. 2 Piece Masking Tape 3/4 140.00 49. 2 Roll Mesh Tape (30meters) 150.00 50. 2 Roll Mesh Tape 2" 150.00 51. 29 Piece Metal Stud 35mm X 76mm X 0.50mm Thk X 3m 6,670.00 52. 8 Piece Metal Track 35mm X 76mm X 0.50mm Thk X 3m 1,984.00 53. 1 Kilogram Old Newspaper 70.00 54. 1 Piece P-trap Dn50 Pvc 375.00 55. 30 Piece Pvc Moulding 2"(w) X 4m(l) 10,500.00 56. 35 Piece Pvc Moulding 3/4"(w) X 4m(l) 5,250.00 57. 1 Can Pvc Solvent 300.00 58. 5 Piece Paint Brush #2 200.00 59. 1 Gallon Paint Thinner 600.00 60. 1 Gallon Quick Drying Enamel (chocolate Brown) 785.00 61. 1 Gallon Quick Drying Enamel (white) 785.00 62. 5 Piece Roller Brush #7 600.00 63. 1 Kilogram Rags 70.00 64. 22 Kilogram Reinforcing Steel Bars Grade 40/60 3,630.00 65. 1 Cubic Meter Sand 1,310.00 66. 25 Piece Sand Paper (grit 120) 250.00 67. 1 Pack Sealant (vulcaseal) 300.00 68. 4 Tin Semi-gloss Latex Paint (16l) White Painting Works 14,112.00 69. 2 Bag Skimcoat 1,100.00 70. 1 Set Stainless Steel Gooseneck Faucet 1,650.00 71. 1 Set Stainless Steel Kitchen Sink Single Bowl 470mm X 420mm X 200mm 5,048.00 72. 1 Bag Tile Adhesive (25kg/bag) 350.00 73. 20 Set Upvc Utility Box 2"x4" Orange 560.00 74. 30 Set Μpvc Junction Box With Cover, 4" Orange Octagonal 1,320.00 75. 7 Can Μpvc Pipe Cement, 200cc 1,400.00 76. 40 Piece Μpvc Pipe, 25mmø (3/4"ø), Thick Wall 4,000.00 77. 15 Set Μpvc Square Box With Cover, 5" Orange 825.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 24, 2025. E-mail : Procurement.pb.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Joseph D. Mendoza Head, Procurement Office 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City (043) 779-8400 To 8406 Loc 1830 / 0960-3380495
DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender
Food Products
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 489.5 K (USD 8.4 K)
Details: Description Region Xll Division Of General Santos City Bids And Awards Committee Department Of Education Request For Quotation Date: February 04, 2025 Quotation No.: 018 - 02 - 2025 - Lot 1 (company Name) (address) Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time If Delivery And Submit Your Quotation Dulysigned By Your Representative Not Later Than ____________________________in The Return Envelope Attached Herewith. Mervie Y. Seblos, Cese Bac Chairman Note: 1 Pls. Print All Entries 2 Delivery Period Within___________________calendar Days 3 Warranty Shall Be For A Period Of Six(6) Mos. For Supplies & Materials, One(1) Yr. For Equipment, 4 From The Date Of Acceptance By The Procuring Entity 5 Price Validity Shall Be For A Period Of _______________ Calendar Days 6 G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 7 Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered 8 Bidders Shall Submit Individual Bid Price. Item No. Item Description Unit Quantity Approved Budget For The Contract Brand Bid Amount Unit Cost Total Unit Cost Total Lot: Procurement Of Catering Services Live-in With Venue For Quality Assurance Of Quarter 3 Slms For Special Program In Science Grade 7-10 1 "catering Services Live-in With Venue Day 1 Feb 20, 2025 1 Snack P.m And Dinner (80pax * 1,300.00)" Pax 80 1,300.00 104,000.00 2 "catering Services Live-in With Venue Day 2 Feb 21, 2025 2 Snacks A.m And P.m Breakfast, Lunch And Dinner (80pax * 2,000.00)" Pax 80 2,000.00 160,000.00 3 "catering Services Live-in With Venue Day 3 Feb 22, 2025 2 Snacks A.m And P.m Breakfast, Lunch And Dinner (80pax * 2,000.00)" Pax 80 2,000.00 160,000.00 4 "catering Services Live-in With Venue Day 4 Feb 23, 2025 1 Snack A.m Breakfast And Lunch (80pax * 700.00)" Pax 80 700.00 56,000.00 "general Specification: *function Rooms With At Least 150 Pax Capacity *at Least 2 Standby Microphones *high Wifi Connectivity *fully Airconditioned *a Hotel Within General Santos City *free From Noise *free Flowing Coffee/tea *non Pork Meal *no Cream Dories *with Standby Generator *with Projector *standby Waiter And Operator *with Backdrop (tarpaulin 4*8)" Grand Total 480,000.00 Brand And Model : Delivery Period : Warranty : Price Validity : Deped Division Of General Santos City Name Of The Procuring Entity After Having Carefully Read And Accepted Your General Conditions, I/ We Quote You On The Item At Prices Noted Above. Reference Printed Named/signature Pr # 018 - 02 - 2025 - Lot 1 Date February 04, 2025 Tel. No./cellphone No. Email Address Deped-gsc/bacsec/michael Date Philgeps Ref. No. Date Published: Closing Date: 8:00:00 Am Region Xll Division Of General Santos City Bids And Awards Committee Department Of Education Request For Quotation Date: February 04, 2025 Quotation No.: 018 - 02 - 2025 - Lot 2 (company Name) (address) Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time If Delivery And Submit Your Quotation Dulysigned By Your Representative Not Later Than ____________________________in The Return Envelope Attached Herewith. Mervie Y. Seblos, Cese Bac Chairman Note: 1 Pls. Print All Entries 2 Delivery Period Within___________________calendar Days 3 Warranty Shall Be For A Period Of Six(6) Mos. For Supplies & Materials, One(1) Yr. For Equipment, 4 From The Date Of Acceptance By The Procuring Entity 5 Price Validity Shall Be For A Period Of _______________ Calendar Days 6 G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 7 Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered 8 Bidders Shall Submit Individual Bid Price. Item No. Item Description Unit Quantity Approved Budget For The Contract Brand Bid Amount Unit Cost Total Unit Cost Total Lot: Procurement Of Supplies For Quality Assurance Of Quarter 3 Slms For Special Program In Science Grade 7-10 1 Permanent Marker (preferably Pilot Or Equivalent Quality) Pcs 5 50.00 250.00 2 Sign Pen Black Pcs 10 30.00 300.00 3 Scotch Tape 2" Pcs 10 25.00 250.00 4 Masking Tape Pcs 10 25.00 250.00 5 A4 Pvc Clear Pcs 20 10.00 200.00 6 Legal Pvc Clear Pcs 20 12.00 240.00 7 Expanding Plastic Envelope With Handle (a4 Size) Pcs 5 50.00 250.00 8 Combo Spiral 84 Rings 6mm * 1/4 Pcs 10 10.00 100.00 9 Combo Spiral 84 Rings 14mm * 9/16 Pcs 10 16.00 160.00 Delivery Terms: On Or Before February 20, 2025 Grand Total 2,000.00 Brand And Model : Delivery Period : Warranty : Price Validity : Deped Division Of General Santos City Name Of The Procuring Entity After Having Carefully Read And Accepted Your General Conditions, I/ We Quote You On The Item At Prices Noted Above. Reference Printed Named/signature Pr # 018 - 02 - 2025 - Lot 2 Date February 04, 2025 Tel. No./cellphone No. Email Address Deped-gsc/bacsec/michael Date Philgeps Ref. No. Date Published: Closing Date: 8:00:00 Am Region Xll Division Of General Santos City Bids And Awards Committee Department Of Education Request For Quotation Date: February 04, 2025 Quotation No.: 018 - 02 - 2025 - Lot 3 (company Name) (address) Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time If Delivery And Submit Your Quotation Dulysigned By Your Representative Not Later Than ____________________________in The Return Envelope Attached Herewith. Mervie Y. Seblos, Cese Bac Chairman Note: 1 Pls. Print All Entries 2 Delivery Period Within___________________calendar Days 3 Warranty Shall Be For A Period Of Six(6) Mos. For Supplies & Materials, One(1) Yr. For Equipment, 4 From The Date Of Acceptance By The Procuring Entity 5 Price Validity Shall Be For A Period Of _______________ Calendar Days 6 G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 7 Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered 8 Bidders Shall Submit Individual Bid Price. Item No. Item Description Unit Quantity Approved Budget For The Contract Brand Bid Amount Unit Cost Total Unit Cost Total Lot: Procurement Of Malong For Quality Assurance Of Quarter 3 Slms For Special Program In Science Grade 7-10 1 "token For Speakers And Facilitators (malong 15 Pcs @ 500.00 - Preferably Rosalinda Or Equivalent Quality)" Pcs 15 500.00 7,500.00 Delivery Terms: On Or Before February 20, 2025 Grand Total 7,500.00 Brand And Model : Delivery Period : Warranty : Price Validity : Deped Division Of General Santos City Name Of The Procuring Entity After Having Carefully Read And Accepted Your General Conditions, I/ We Quote You On The Item At Prices Noted Above. Reference Printed Named/signature Pr # 018 - 02 - 2025 - Lot 3 Date February 04, 2025 Tel. No./cellphone No. Email Address Deped-gsc/bacsec/michael Date Philgeps Ref. No. Date Published: Closing Date: 8:00:00 Am
Department Of Tourism Region Vi Tender
Publishing and Printing
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 250 K (USD 4.3 K)
Details: Description T Echnical Specification I. Project: Purchase Of Supplies And Materials For Dot Vi Ii. Proposed Date: F.y. 2025 Iii. Proposed Venue: Western Visayas Iv. Project Duration: 1st And 2nd Quarter Of Cy 2025 V. Purpose /objectives: For The Smooth Operation Of The Department Of Tourism Region Vi To Provides Continuously Support For The Tourism Industry Among Stakeholders, Private Sectors And Grassroots Community. Thus, It Is A Need To Purchase The Following: · Office Supplies And Other Supplies For Daily Operations Of The Dot Region Vi Office Vi. Project Details/deliverables: Legitimate Supplier Of Office/school Supplies To Provide The Following Office Supplies: Item No. Item Description Unit Total Quantity Lot 1: Office Supplies A4 (210 X 297 Mm) 70 Gsm(500 Sheets) Ream 75 Long Bondpaper (216 X 330 Mm) 70 Gsm (500 Sheets) Ream 75 Usb Flash Drive 3.2 64gb Pcs 15 Heavy Duty Stapler, (240 Sheets Capacity) Metal Pcs 1 Legal Size Durable 3 Ring Binder 8.5 X 14 With 375 Sheets Pcs 10 Storage Box With Lid (blue) Legal Size Pcs 20 Metal Paper Cutter Heavy Duty 18" Cut Length Professional Large Paper Pcs 1 Epson 664 (yellow) Pcs 15 Epson 664 (cyan) Pcs 15 Epson 664 (black) Pcs 15 Epson 664 (magenta) Pcs 20 Epson 003 (magenta) Pcs 20 Epson 003 (yellow) Pcs 20 Epson 003 (cyan) Pcs 20 Epson 003 (black) Pcs 20 Brother Bt D60 (black) Pcs 20 Brother 5000 (magenta) Pcs 20 Brother 5000 (cyan) Pcs 20 Brother 5000 (yellow) Pcs 20 Arrow Shape Stick On Notes 5 Colors Transparent Pcs 100 Stick-on Note 5-in-1 Pack (1.5x1.5cm.; 5x100sheets) Pack 10 Sticky Notepad 3x3 Pcs 30 Sticky Notepad 3x5 Pcs 30 Heavy Duty Retractable Cutter Knife (medium) Pcs 5 Stapler With Remover #35 26/6 Pcs 5 Ruler 12 Inches Pcs 10 Rubber Eraser Size 6cm Pcs 10 Binder Clips, 2 Inch (1 Dozen) Bx 15 Binder Clips, 3/4 Inch (1 Dozen) Bx 15 Binder Clips, 1/4 (1 Dozen) Bx 20 Packing Tape Clear 1 Inch Pcs 15 Packing Tape 2 Inch Pcs 15 Masking Tape 2 Inch Pcs 15 Battery Aaa Pcs 10 Battery Aa Pcs 10 Staple Wire #35 5000 Staples Bx 20 Expandable Brown Envelope (long) Pcs 50 Brown Envelope (long) Pcs 100 Brown Envelope (short) Pcs 1000 Folder White (long) Pcs 300 Folder White (short) Pcs 500 Specialty Paper A4 90 Gsm 10’s Pck 100 Photo Paper (matte) 10’s A4 210mm X 297mm Pck 20 Photo Paper (glossy) 10’s A4 210mm X 297mm Pck 20 Expandable Folder Green (long) Pcs 50 Tray Organizer 3 Layers Pcs 10 Ballpen 0.5 Black Bx 15 Sign Pen 0.5 (black) Bx 20 Pilot Fountain Pen Ink 30 Ml Black Pcs 2 Correction Tape 30m X 5mm Pcs 50 Large Tape Dispenser Big 66mm Pcs 5 Scissors (small) Pcs 5 Stamp Pad Ink 30ml Pcs 5 Refill Ink Self Inking Stamp 5ml Pcs 5 File Box - Magazine Holder Stand (blue) Pcs 15 Sticker Paper A4 High Gloss 80 Gsm 10 Sheets Pck 50 Lot 2: Other Supplies Multi Insect Killer Spray 500 Ml Bottle 15 Bathroom Deodizer 100g Pcs 15 Garbage Bag 20’s (l) Black Rolls 50 Muriatic 500ml Bottle 10 Air Freshener 500ml Bottle 15 Handsoap Liquid 500 Ml Pcs 10 Tissue 96 Rolls Bx 10 Wet Wipes 80 Sheets 15cm X 20 Cm 48’s Bx 10 Alcohol 1 Gal. Gal 10 Vii. Minimum Requirements ➢ Must Be Legitimate General Merchandise In Iloilo City. ➢ Must Be Philgeps Registered ➢ Must Be Willing To Provide Services On A Sendbill Arrangement ➢ Must Be Willing To Work On The Given Budget ➢ Must Be Able To Deliver The Goods/services On March 3, 2025 Viii. Technical Documents For Submission ➢ Valid Dti And/ Or Sec Registration ➢ Philgeps Registration Number/ Certificate ➢ Certified True Copy Of Current Mayor’s Permit (for Expired Permits, Bidder Shall Submit Proof Of Renewal E.g. Copy Of Official Receipt And/or Application Form With Advisory Of Deadline For Processing Of Business Permits) ➢ Valid Dot Accreditation Certificate ➢ Notarized Omnibus Sworn Statement ➢ Submission Of Tax Clearance Per Rr No. 17-2024 For The Winning Bidder Prior To Final Settlement Of Payment Ix: Submission Of Bid “partial Bids Are Allowed. All Goods Are Grouped In Lots Listed Above. Bidders Shall Have The Option Of Submitting A Proposal On Any Or All Lots And Evaluation And Contract Award Will Be Undertaken On A Per Lot Basis. Lots Shall Not Be Divided Further Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award” Scanned Copies Of Proposal And Technical Documents Must Be Submitted To Dot6.procurement@tourism.gov.ph On Or Before February 17, 2025 At 9:00 A.m. Late And Incomplete Documents Will Be Automatically Rejected. Original Copies Of Proposal And Complete Technical Documents Must Be Submitted To Dot Region Vi Office, G/f, Casa Real De Iloilo (old Provincial Capitol), General Luna St., Iloilo City. *important Note: Proposal Must Include Proposed Budget Breakdown Per Deliverables. Documents Must Be Addressed To: Ms. Khariza Joy G. Sofia Head, Bac Secretariat Dot Region Vi Dot6.procurement@tourism.gov.ph X: Estimated Total Budget: Php 250,000.00 Inclusive Of Taxes And Bank Charges Tha May Incur Upon Payment. Xi. Reservation Clause The Hope Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract In The Following Situations: A. If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; B) If The Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or C) For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop, As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially, Or Technically Feasible, As Determined By The Hope; (ii) If The Project Is No Longer Necessary As Determined By The Hope; Or (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. Xii: Data Privacy Notice The Department Of Tourism, In Line With The Data Privacy Act Of 2012, Is Committed To Protect And Secure Personal Information Obtained In The Process Of Performance Of Its Mandate. The Personal Information You Provided Will Be Processed And Utilized Solely For Documentation, For Reportorial Requirements/compliance To Governmental Rules And Regulations. Collected Personal Information Will Be Kept/stored And Accessed Only By Authorized Dot Personnel And Will Not Be Shared With Outside Parties Unless Written Consent Is Secured. Information Will Be Stored For Three (3) Years After Which Physical Records Shall Be Disposed Or Destroyed Following The Disposition Process Provided By The National Archives Of The Philippines
Department Of Education Division Of Calbayog City Tender
Education And Training Services
Philippines
Closing Date24 Apr 2025
Tender AmountPHP 144.9 K (USD 2.5 K)
Details: Description Invitation To Bid For Training Kits: Division-based Assessors Training On Expanded Career Progression System For Teachers: Deepening On Classroom Observation And Portfolio Assessment 1.deped Schools Division Of Calbayog City, Through 2025 Hrd/inset Fund Intendsto Apply The Sum Of 144,980.00 Being The Abc To Payments Under The Contract Fortraining Kits: Division-based Assessors Training On Expanded Career Progressionsystem For Teachers: Deepening On Classroom Observation And Portfolioassessment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bidopening. 2.the Deped Schools Division Of Calbayog City Now Invites Bids For The Aboveprocurement Project. Delivery Of The Goods Is Required By Cy 2025. Bidders Shouldhave Completed, Within The Same Date From The Date Of Submission And Receipt Of Bids,a Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained Inthe Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rulesand Regulations (irr) Of Republic Act (ra) No. 9184. A.[select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The2016 Revised Irr Of Ra No. 9184 Do Not Exist:] Bidding Is Restricted To Filipinocitizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixtypercent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of Thephilippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Ofwhich Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No.5183. B.[select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The 2016revised Irr Of Ra No. 9184 Exists:] Bidding Is Open To All Interested Bidders, 9 Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4.prospective Bidders May Obtain Further Information From Deped Schools Division Of Calbayog City And Inspect The Bidding Documents At The Address Given Below During Office Hours.5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 16 - 24, 2025 (until 10:00 Am Only) From The Given Address And Website(s) Below Bac Office, Deped, Sdo Calbayog City And Upon Payment Of Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php Five Hundred Pesos (500.00) For The Food, Venue, And Accommodation. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And It Will Be Presented In Person.6.deped Schools Division Of Calbayog City Will Not Hold A Pre-bid Conference1.7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below:on Or Before 10:00 O’clock In The Morning Of April 24, 2025 At Division Library, 2nd Floor Old Building Of Deped Sdo Calbayog City.late Bids Shall Not Be Accepted.8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14.9.bid Opening Shall Be On April 24, 2025 At The Given Address Below:division Conference Hall Of Deped Sdo Calbayog City, Bgry. Hamorawon, Calbayog City, W. Samar Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity.10.technical Specifications: Stock/ Property No. Unit Item Description Qtty Unit Cost Total Cost Training Kit, Supplies & Materials For Batches 1 & 2 1 Ream Bond Paper, A4 Size, 70 Gsm 20 215.00 4,300.00 2 Ream Bond Paper Legal Size, 70 Gsm 10 225.00 2,250.00 3 Pc Notebook Single Line, 80 Leaves 50 26.00 1,300.00 4 Pc Ballpoint Ordinary, Color Black 50 8.00 400.00 5 Box Specialty Paper A4 Size, Pale Cream, 90 Gsm 1 550.00 550.00 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 10 6 Pc Markers, Disposable, Black 85 20.00 1,700.00 7 Pc Scissors, Medium Size, Heavy Duty 10 75.00 750.00 8 Pc Masking Tape, 1-inch Width 85 38.00 3,230.00 9 Pcs Extension Wire With 4 Gang, 10-meters Per Piece 2 350.00 700.00 10 Pc Transparent Certificate Holder, A4 Size, Horizontal 300 65.00 19,500.00 11 Pc Filers (legal Size) 25 170.00 4,250.00 12 Ream Folder (legal Size) 1 1,000.00 1,000.00 13 Box Tabbing Letters In Different Colors Per Box 3 150.00 450.00 14 Box Paper Fastener (plastic) 2 55.00 110.00 15 Pc Display Cabinet Organizer With Legs Open Shelf Legal Bookshelf For Hrd Office Use 2 10,000 20,000.00 16 Pc Expanding Envelope, Legal Size 260 19.00 4,940.00 17 Pc White Glue, 250 Grams, Tube 10 120.00 1,200.00 18 Sheet Advocacy Material (tarpaulin), Size 3 Ft X 4 Ft, Portrait) 1 350.00 350.00 Total For Training Supplies & Materials 66,980.00 19 Sets Training Kit: Customized Medium-size Tote Bag, Notebook (80 Leaves) With Ballpen, Spray Isopropyl Alcohol (130ml) 260 300 78,000.00 Total 144,980.00 1. Purchase Of Bid Documents: Step 1: Any Interested Bidder Must Submit A Letter Of Intent Together With A Copy Of Updated Philgeps Registration, Special Power Of Attorney (spa) And Identification Card For Representative To The Bac Secretariat To Participate In The Bidding. Step 2: The Bac Secretariat Will Inform The Bidder That He/she Is Qualified To Purchase The Bid Documents And Forward The List To The Cashier For Reference. Step 3: The Qualified Bidder Shall Pay The Corresponding Amount Of Php Five Hundred (500.00) For Training Kits, For Bid Documents To The Cashier Based On The Guidelines On The Sale Of Bidding Documents Issued By Government Procurement Policy Board (gppb). Step 4: The Bidders Must Be Reminded That Transactions Must Be Done During Official Hours Only. 2. All Bids Shall Be Accompanied By A Sworn Affidavit Of The Bidder That He/she Is Not 11 Related To The Hope, Members Of The Bac, The Twg, And Bac Secretariat, The Head Of The Pmo Or The End-user Or Implementing Unit And The Project Consultants, By Consanguinity Or Affinity Up To Third Civil Degree As Required By Sec. 47.1 Of The Revised Irr Of Ra 9184. 4.original Bid Documents Shall Be Submitted By The Bidders During The Opening Of Bids. 5.the Bac Requires The Following Attachments In The Bidder’s Slcc Or Its Equivalent For Projects With Private Companies: A.certificate Of Completion B.contract C.receipts D.notice Of Award E.notice To Proceed 11.deped Sdo Calbayog City Reserves The Right To Reject Any And All Bids, Declare A Failureof Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordancewith Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Therebyincurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: Ma. Marlie M. Mendoza Planning Officer Iii Head, Bac Secretariat Bac Office Schools Division Of Calbayog City Calbayog City P2, Brgy. Hamorawon, Calbayog City, Samar 6710 Website: Calbayogcity@deped.gov.ph Email Add: Calbayogcity@deped.gov.ph Jun-nilou D. Dulfo Phd Oic – Assistant Schools Division Superintendent Bac Chairman
Province Of Negros Oriental Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date25 Apr 2025
Tender AmountPHP 507.6 K (USD 8.9 K)
Details: Description Lot Purchase 1 Adding Machine Tape, 57 Mm, 4 Rolls/pack 40 Rolls 50.00 2 Adding Machine Ribbon X 12's, Double Spool, Red & Black 2 Bxs. 335.00 3 Ballpen, Blue(650), Black(650), Red(300), Metal Tip, Ball Point, Good Kind 600 Pcs. 25.00 4 Batteries Aa Black, Alkaline, 2's Per Pack, Super Heavy Duty 50 Pack 60.00 5 Batteries Aaa, Alkaline, 2's Per Pack 50 Pack 175.00 6 Batteries Button Cell R 41, Genuine 50 Pc. 45.00 7 Batteries D, Alkaline, 2's Per Pack, Super Heavy Duty 50 Pack 115.00 8 Battery, Size C, Alkaline, 2's Per Pack 50 Pack 325.00 9 Bookpaper, Long, 8.5" X 13", Gsm 70, 500 Sheets/ream 300 Reams 325.00 10 Bookpaper, Short, 8.5" X 11", Gsm 70, 500 Sheets/ream 300 Reams 300.00 11 Bookpaper, Short, 80 Gsm, 8.5" X 11", Colored (18 Reams Pink And 24 Reams Light Green ) 42 Reams 645.00 12 Calculator, Electronic, 12 Digits, Dual Power 5 Pcs. 805.00 13 Carbon Film, Long, Blue, 10 Sheets Per Pack 2 Pack 115.00 14 Cartolina Orange, Thick, 180 Gsm 100 Pcs. 25.00 15 Cartolina Pink, Thick, 180 Gsm 100 Pcs 25.00 16 Cartolina Yellow, Thick, 180 Gsm 100 Pcs 25.00 17 Cartolina, Blue, Thick, 180 Gsm 100 Pcs 25.00 18 Cartolina, White, Thick, 180 Gsm 100 Pcs 25.00 19 Cartolina, Green, Thick, 180 Gsm 100 Pcs 25.00 20 Cartolina, Light Blue, Thick, 180 Gsm 50 Pcs 25.00 21 Cartolina, Red, Thick, 180 Gsm 50 Pcs 25.00 22 Clip, Backfold, 25mm,12 Pcs,/box 3 Bxs. 35.00 23 Clip, Nickel Plated, Big, 75 Mm 5 Pcs 12.00 24 Clipboard, Wooden, Long, 34 Cm X 24 Cm 5 Pcs 95.00 25 Columnar Book, 24 Columns, 100 Pages 2 Books 95.00 26 Computer Paper, 1 Ply, 11 X 9 1/2, Bond 20, 500 Sheets/box 5 Bxs. 1,495.00 27 Construction Paper, 160 Gsm, 500 Sheets/ream (10 Pink, 2 Orange, 5 Yellow, 5 Green, 1 Light Blue & 1 Red) 24 Reams 410.00 28 Correction Fluid, Good Kind 10 Pcs. 55.00 29 Correction Pen, Rolling Ball, Metal Tip, 5 Ml, Good Kind Per Sample 10 Pcs. 150.00 30 Correction Tape, 8 M. Or 10 Meters, Good Kind 200 Pcs. 45.00 31 Double Sided Tape, 1/2", 3 Meter/roll 10 Roll 20.00 32 Double-sided Tape 1", 3 Meter/roll 50 Roll 30.00 33 Glue, 118 Ml 30 Bot 65.00 34 Envelope, Brown, 6" X 9" (ultrasound), 110-130 Gsm 400 Pcs. 5.00 35 Envelope, Brown Short (ct Scan), 110-130 Gsm 1,000 Pcs 5.00 36 Expanding Folder, Long, Green/red 100 Pcs. 25.00 37 File Folders, Long, 195-260 Gsm 400 Pcs. 12.00 38 File Folders, Short, 195-260 Gsm 400 Pcs. 8.00 39 Highlighter, Yellow, Orange & Green 30 Pcs. 60.00 40 Kraft Envelope, Long, 200 Gsm 25 Pcs. 8.00 41 Kraft Envelope, Short, 200 Gsm 25 Pcs. 4.00 42 Kraft Envelope, Small, Size 4" X 7", 100-120 Gsm 400 Pcs. 7.00 43 Manila Paper, Thick, 90 Gsm 200 Pcs. 7.00 44 Masking Tape, 1" X 25 M 20 Rolls 50.00 45 Mimeo Paper, Subs. 18 White Wove, Short, 63 Gsm, 500 Sheets/ream 150 Reams 285.00 46 Mimeo Paper, Subs. 18 Whitewove, Long, 63 Gsm, 500 Sheets/ream 100 Reams 295.00 47 Packing Tape, 2", 50 M 15 Rolls 35.00 48 Paper Fastener Roundhead 1 1/2"x 100 25 Bxs 75.00 49 Paper Fasteners Vinyl Coated X 100's 25 Bxs. 40.00 50 Paper Fasteners, Size 8 1/2, X 50's/box, Steel 5 Bxs. 205.00 51 Paste, Waterwell, 200g/jar 40 Jars 70.00 52 Permanent Marker, Black, Blue, Red, Broad/fine Super Color 30 Doz. 650.00 53 Puncher 5 Pc 185.00 54 Paper Bag (brown) 100's - Small, 70 Gsm 5 Packs 90.00 55 Paper Bag (brown) 100's - Medium, 70 Gsm 5 Packs 175.00 56 Paper Bag (brown) 100's - Large, 70 Gsm 5 Packs 230.00 57 Paper Clips, Vinyl Coated, Jumbo Size, 100's/box 10 Bxs. 60.00 58 Paper Clips, Vinyl Coated, Small, 100's/box 10 Bxs. 35.00 59 Plastic Cover, Short For File Folders 20 Pcs. 12.00 60 Plastic Envelope Long, With Lock, Per Sample 25 Pcs 15.00 61 Plastic Transparent G-4 10 M 38.00 62 Plastic Twine, 1 Kilo 10 Rolls 205.00 63 Record Book, Hard Bound,#85, 500 Pages 10 Pcs 750.00 64 Record Books, Hard Bound, #85, 300 Pp 10 Pcs. 575.00 65 Rubber Band, Colored, 30 Grams Per Box 30 Bxs. 25.00 66 Scotch Tape, 1"x50 M 150 Pcs. 20.00 67 Sign Pen, 0.5 Mm, Good Kind, Non Blot, Blue, Black, 12 Pcs/box 5 Box 345.00 68 Stamp Pad, Felt Pad, Min. 60mm X 100mm. 5 Pcs. 55.00 69 Stamp Pad Ink, Violet, 50 Ml. 5 Pcs. 105.00 70 Staple Wire # 10 -1 M, 1,000's/box 10 Bxs 12.00 71 Staple Wire # 35,-5m, Size 26/6, 5000pcs./box Per Sample 100 Bxs 57.50 72 Stapler, Heavy Duty, All Steel Case With Built In Staple Remover, Good Quality 20 Pcs 460.00 73 Sticker Paper, A4, High-gloss, 10's/pack 10 Pcks. 115.00 74 White Board Marker, Black , Blue Or Red, 12's 4 Bxs. 1,240.00 75 White Board Eraser 9 Pcs 75.00 76 Usb Keyboard 10 Pcs 517.50 77 Usb Optical Mouse 10 Pcs 287.50 78 Wireless Optical Mouse 3 Pcs 1,380.00 Sub-total: Project Name: For The Use At The Supply Section Place Of Delivery: Noph Supply Office Total Abc 507,600.00
Northwest Samar State University Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date26 May 2025
Tender AmountPHP 294.9 K (USD 5.2 K)
Details: Description Procurement Office Email: Procurement@nwssu.edu.ph Contact Number: 09971061039 Request For Price Quotation Rfq No. 2025-05-154 22-may-25 Sir/madam: Please Quote Your Lowest Price For The Following Items Enumerated Below, Taking Into Consideration The Following: Terms And Conditions 1. The Approved Budget For The Contract (abc) Is ₱294,986.88 Under Pr No. 2025-05-154 2. Submit Your Quotation In A Sealed Envelop On Or Before May 26, 2025 @ 9:00 Am. 3. Opening Of Rfqs Is On May 26, 2025 @ 10:00 Am In Our Office. 4. This Procurement Is Per Item, However, If Stated In Lot, Quotation Shall Be Evaluated By Lot. Any Price Offer That Exceeds The Abc Shall Be Disqualified. 5. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Withholding Tax (ewt) Of 1%. 6. Price Quotation Shall Be Valid Within Thirty (30) Calendar Days From The Deadline Of The Rfq. 7. Delivery Period Is Within 30 Calendar Days And Shall Commence As Stated In The Purchase Order. Free On Site Delivery. 8. If Awarded The Contract, Processing And Payment Shall Be Made After The Complete Delivery Of Services/supplies And Final Acceptance. 9. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xx Of The Irr Of Ra 12009. Please Observe The Irr Of Ra 12009. 10. Fob-northwest Samar State University-main Located At Rueda St, Calbayog City, Samar. 11. The Procuring Entity May Terminate The Contract, In Whole Or In Part, At Anytime For Unsatisfactory Service. 12. Request For Quotation Should Be Returned Within 4 Days From Receipt Hereof. Item No. Qty. Unit Articles/description Supplier's Offer (complete Specifications And Brand Name) Unit Price Lot/package: 1. 1 Reams A4 Vellum Board 220 Gsm White Color (100pcs/ream) 2. 20 Pcs. Aa Battery Rechargeable 2800mah 3. 20 Pcs. Aaa Battery Rechargeable 1100mah 4. 1 Pack Acetate Pvc Binding Cover 200 Microns Or 0.2mm 100pcs/pack Long 5. 4 Bot Air Freshener Automatic Refill 175g/269ml, Sakura & Waterlily Scent 6. 1 Unit Bottom Loading Water Dispenser (see Attached Picture) Specifications: - Tempered Glass Dustproof Front Door. - 304 Stainless Steel Hot And Cold Water Tank - 3 Taps - R134a Refrigerant - Climate Type: Tropical (18-43℃) - Heating Power:500w Cooling Power:65w - Cooling Capability: ≥2l/h, 5-10℃ - Heating Capability: ≥5l/h, 85-95℃ - Rose Gold Color - Product Dimensions Wxdxh (mm): 325*350*1095 - Packaging Dimensions Wxdxh (mm): 397*380*1150 - Net/gross Weight (kg): 20/21 7. 15 Pcs. Construction Safety Helmet/hard Hat White Heavy Duty (see Attached Picture) Specifications: - Adjustable - With Ventilation - With Chin Strap 8. 65 Pcs. Correction Tape 10m 9. 30 Pc Durable Green Clearbook With: -spiral Binding -20 Plastic Pockets -refillable Type 10. 50 Pc Expanded Green Long Folder 11. 50 Pcs. File Box Legal - Length: 16in, Height: 9in & 5in, Width: 5in 12. 136 Pcs. Fine Point Signpen 0.5mm (black Color) 13. 10 Pcs. Heavy Duty High Visibility Rain Gear Safety Jacket & Pants With Reflector Color: Green (see Attached Picture) 14. 7 Gal. Isopropyl Alcohol (1 Gallon) 15. 2 Pcs. Laser Rangefinder / Distance Measurer (80 Meters) (see Attached Picture) Specifications: - Laser Diode 635 Nm - Measurement Range 0,05 – 80,00 - Laser Class 2 - Measurement Accuracy, Typical ± 1.5 Mm - Measurement Time, Typical 0.5 - Measurement Time, Max. 4 S - Power Supply Built-in Li-ion Battery, 3.7 V, 1.25 Ah - Weight, Approx. 0.14 Kg - Width 51 Mm 16. 60 Reams Long Bond Paper Mimeo Recycled 17. 60 Pcs. Masking Tape 1 18. 5 Pcs. Office Stapler Heavy Duty - 40 Sheets Stapling Capacity - Staple Type/size: Type 24/6 – 100 Pcs Staples & Type 26/6 – Double Strip Staples 19. 12 Units Office Swivel Chair (see Attached Picture) Specifications: - Ergonomic - High-back Mesh - Adjustable Armrest - Metal Frame With Plastic Base - Upholstered - Seat Height Adjustable From 35cm To 42cm - Overall Chair Height Adjustable From 92cm To 100cm - Seat Length And Width: L48cmxw48cm - Overall Chair Length And Width: L62cmxw50cm - Black Color 20. 1 Pc Paper Shredder Micro Cut Heavy Duty (see Attached Picture) Specifications: - Type Cut: Micro Cut - Size: 4 X 10 Mm - Input: 220v. 60hz - Working Width: 220mm - 23l Bin Capacity - Material: Plastic - Shred Capacity: 10 Sheets - 100 Sheet Auto Feed - Can Shred Paper And Credit Card - Auto, Off And Reverse Function - With Wheels For Better Mobility - Bin Full And Overheat Indicator 21. 70 Pack Parchment Paper (pack Of 10 Sheets) - 8.27"x11.69" (a4) 22. 70 Pack Parchment Paper (pack Of 10 Sheets) - 8.5"x11" (short) 23. 70 Pack Parchment Paper (pack Of 10 Sheets) - 8.5"x13" 24. 25 Pcs. Pencil Eraser Rasoplast - Size: 65x23x13mm - Color: White - Phthalate And Latex Free 25. 24 Pcs. Permanent Marker Pentel Pen Black Fine Tip Waterproof 26. 5 Pack Photo Paper Matte 230gsm (20sheets/pack) 27. 10 Pcs. Plastic Ring Binder Black 2" 28. 252 Pcs. Retractable Fine Point Ballpen 0.5mm (black Color) 29. 252 Pcs. Retractable Fine Point Ballpen 0.5mm (blue Color) 30. 2 Pcs. Scientific Calculator (see Attached Picture) Specifications: - Power Supply: Aaa×1 (r03) - Auto Power Off 31. 1 Set Screw Driver Set (20pcs/set), Phillips; Pozidriv; Slotted; Torx 32. 60 Reams Short Bond Paper 80gsm 33. 60 Reams Short Bond Paper Mimeo Recycled 34. 1 Ream Short Vellum Board 220 Gsm White Color (100pcs/ream) 35. 2 Pcs. Single Hole Puncher Metal 36. 5 Pcs. Staple Remover Plier Type 37. 10 Pcs. Sticky Notes Pastel Color 3inx4in Multicolor Note Paper 38. 10 Pcs. Sticky Notes Transparent Fluorescent Index Tabs 200sheets 39. 3 Pcs. Tape Measure Fiberglass 60m (see Attached Picture) Specifications: - Model: Stht34794-8 - Length: 60m/200' - Hook Type: Tru-zero - Case Color: Yellow - Blade Scale: Metric/inches - Blade Color: Yellow - Case Material: High-impact Abs - For Strength & Durability - Handle Folds For Storage - Ventilated Case - For Easy Cleaning - Reinforced Fiberglass Blade For Accurate Measurements 40. 5 Pack Tissue 3-ply (12 Rolls Per Pack) 41. 50 Pcs. Transparent Tape 1" 42. 1 Set 1-seater And 2-seater Sofa Set With (4) Four Pillows (see Attached Picture) Specifications: - 1-seater 60cm X 60cm X 40cm - 2-seater 130cm X 60cm X 40cm - Material: Fabric/cloth - Color: Brown (see Attached Photos) Date (sgd.) Ramil S. Catamora, Ed.d. Bac Chairperson I Have Read And Understood The Terms And Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Terms And Conditions. Signature Over Printed Name: Position In Firm: Business Address: Contact No.: Canvassed By: (signature Over Printed Name)
8281-8290 of 8610 archived Tenders