Office Furniture Tenders

Office Furniture Tenders

Department Of Agrarian Reform - DAR Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Procurement Of One (1) Lot Office Supplies Record Book ,500 Pages Pcs 100 A4 Special Paper (1 Pack 20 Pieces, Cream) Pack 25 A4 Special Paper (1 Pack 20 Pieces, White) Pack 25 A4 Certificate Holder Pcs 130 Ballpen, Black Pcs 230 Id Cord Pcs 100 Id Plastic Case (91mm X 128 Mm) Pcs 100 Long Plastic Envelope With Handle Pcs 100 A4 Size Bond Paper Ream 15 Legal Size Bond Paper Ream 15 Notebook (50 Leaves) Pcs 100 *********** Nothing Follows*********** A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date25 Feb 2025
Tender AmountPHP 50 K (USD 864)

Department Of Agrarian Reform - DAR Tender

Publishing and Printing
Philippines
Details: Description Procurement Of One (1) Lot Inks And Toners 1 Ink Brother Bt 5000 Cyan Cart 20 2 Ink Brother Bt 5000 Magenta Cart 20 3 Ink Brother Bt 5000 Yellow Cart 20 4 Ink Brother Bt Dt60 Black Cart 50 5 Ink Epson 003, Black, Genu Ine Cart 50 6 Ink Epson 003, Cyan, Genuine Cart 20 7 Ink Epson 003, Magenta, Genuine Cart 20 8 Ink Epson 003, Yellow, Genuine Cart 20 9 Ink Epson 664, Black, Genuine Cart 50 10 Ink Epson 664, Cyan, Genuine Cart 10 11 Ink Epson 664, Magenta, Genuine Cart 10 12 Ink Epson 664, Yellow, Genuine Cart 10 13 Toner Canon 303, Genuine Cart 50 14 Toner Hp 17a Black, Genuine Cart 5 15 Toner Hp 83a, Genuine Cart 20 16 Toner Hp 85a, Genuine Cart 20 ******nothing Follows********* A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date23 Jan 2025
Tender AmountPHP 472 K (USD 8 K)

Department Of Agrarian Reform - DAR Tender

Others
Philippines
Details: Description Procurement Of One (1) Lot Janitorial Supplies 1 Alcohol Isopropyl, 70% With Moisturizer Gallon 20 2 Bathroom Deodorizer 100g With Holder Piece 30 3 Liquid Sosa Liter 6 4 Detergent Powder 2.2 Kg Per Pack Pack 20 5 Disinfectant Spray Aerosol Type, 400-550 Grams Can 30 6 Door Mat Piece 50 7 Insecticide Aerosol Type, Net Content 600ml Min Can 20 8 Liquid Hand Soap Gallon 30 9 Mop Head Made Of Rayon Piece 50 10 Muriatic Acid 500ml Commercial Grade Bottle 20 11 Oxalic Acid Powder 1 Kilo Per Pack Pack 12 12 Soft Broom Piece 6 13 Trash Bag Small, Black 10pcs /roll Piece 450 14 Bleach Original Gallon 10 **************nothing Follows********** A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date27 Jan 2025
Tender AmountPHP 90 K (USD 1.5 K)

Department Of Agrarian Reform - DAR Tender

Automobiles and Auto Parts
Philippines
Details: Description Service Vehicle Rental Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle,10-16 Seaters; Pick-up, 4x2,4x4 Wheel Drive, For A Maximum Of 200 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 12-hour Travel Period (roundtrip) Trip 7 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle,10-16 Seaters; Pick-up, 4x2,4x4 Wheel Drive, For 200 - 300 Km. Within Negros Occidental. Inclusive Of Drive And Fuel For A 15-hour Travel Period (back & Forth) Trip 12 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle,10-16 Seaters; Pick-up, 4x2,4x4 Wheel Drive, 300 - 400 Km. Within Negros Occidental. Inclusive Of Drive And Fuel For A 15-hour Travel Period (back & Forth) Trip 6 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle,10-16 Seaters; Pick-up, 4x2,4x4 Wheel Drive, For Over 400 Km. Within Negros Occidental. Inclusive Of Drive And Fuel For A 16-hour Travel Period (back & Forth) Trip 3 Terms, Conditions, Procedures A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date3 Feb 2025
Tender AmountPHP 161.5 K (USD 2.7 K)

Department Of Agrarian Reform - DAR Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Procurement Of Office Supplies For Official Use In The Implementation Of Split Project - Dar Negros Occidental 2 (south) Pencil Pcs 200 Ballpen Pcs 300 Signpen, Black, 0.5 Pcs 300 Correction Tape, 5mm X 10m Pcs 300 Transparent Tape 1” Roll 50 Transparent Tape 2” Roll 50 Masking Tape, 24mm Roll 50 Binder Clip, Medium, 12 Pcs/box Box 50 Binder Clip, Large, 12 Pcs/box Box 50 Fastener, Metal, 7cm Box 50 Fastener, Plastic, 7cm Box 50 Paper Clip, 50mm Box 50 Highlighter, Fluorescent Color, Green Pcs 30 Highlighter, Fluorescent Color, Yellow Green Pcs 30 Highlighter, Fluorescent Color, Orange Pcs 30 Resealable Plastic, A4, 100 Pcs/pack Pack 20 Plastic Envelope, Ordinary, Legal Size Pcs 300 Plastic Envelope, Expanded, Legal Size Pcs 150 Alcohol, Isopropyl, 70% Solution, 500 Ml Bottle 50 Bondpaper, Legal Size, 80gsm Ream 1000 Adding Machine Paper Tape, 2-1/4 Roll 5 Storage Box With Lid, Plastic, Clear 100liters Pcs 50 ***nothing Follows*** Terms, Conditions, Procedures A.submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B.evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. Cx H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date3 Feb 2025
Tender AmountPHP 269.6 K (USD 4.6 K)

Department Of Agrarian Reform - DAR Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Procurement Of Office Supplies For Official Use In The Implementation Of Split Project - Dar Negros Occidental 2 (south) Ballpen, Black Pcs 100 Pencil Pcs 100 Sign Pen, Black, 0.5 Pcs 100 Correction,5mm X 10mm Pcs 100 Transparent Tape, 1” Roll 50 Transparent Tape, 2” Roll 25 Masking Tape, 24mm Roll 50 Binder Clip, Medium 12 Pcs/box Box 20 Binder Clip, Large 12 Pcs/box Box 20 Paper Clip, 50mm Box 50 Resealable Plastic, A4 Size, 100pcs/pack Pack 20 Plastic Envelope, Ordinary, Legal Size Pcs 150 Plastic Envelope, Expanded, Legal Size Pcs 150 Bond Paper, Legal Size, 80gsm Ream 600 Bond Paper, A4 Size, 80gsm Ream 150 Bond Paper, Short Size, 8-gsm Ream 50 Adding Machine Paper Tape, 2-1/4 Roll 5 Folder, White, Legal Size Pcs 100 Fastener, Metal, 7cm Box 50 Fastener, Plastic, 7cm Box 50 ****nothing Follows**** Terms, Conditions, Procedures A.submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B.evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date21 Feb 2025
Tender AmountPHP 298.3 K (USD 5.1 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Others, Building Construction
United States
Details: Rfp No: W912dw25r0015 rfp Title: P97462 Supply Storage Activity Warehouse, Joint Base Lewis Mccord (jblm), Wa, Joint Base Lewis-mccord, Washington rfp Posted Date: On Or About 13 January 2025 offeror Response Due Date: On Or About 12 Febuary 2025 magnitude Of Construction: Is Between $25,000,000 And $100,000,000. psc Code: Y1jz Construction Of Miscellaneous Buildings naics Code: 236220 Commercial And Industrial Building Construction classification Code: Y - Construction Of Structures And Facilities set Aside: 8 (a) Set-aside ================================================================ for Information Only: This Synopsis Is Only A Notification A Request For Proposal (rfp) Is Anticipated And Forthcoming. All Questions Regarding This Synopsis Should Be Submitted In Writing Via Email To The Contract Specialist As Noted Below. the United States Army Corps Of Engineers (usace) Seattle District Anticipates Solicitation And Award Of A Firm-fixed Price Contract Resulting From Rfp W912dw25r0015. This Requirement Is A Design-build Project To Design And Construct A Supply Storage Activity Warehouse At Joint Base Lewis-mccord, Washington. the Request For Proposal (rfp) Will Be Available To All Business Firms With An Active Sam Registration. The North American Industry Classification System (naics) Code Is 236220 Commercial And Industrial Building Construction With A $45m Size Standard. in Accordance With Department Of Defense Federal Acquisition Regulation Supplement (dfars) 236.204, The Estimated Magnitude Of Construction Is Between $25,000,000 And $100,000,000. 100 Percent (%) Payment And Performance Bonds Will Be Required. project Description: project Consists Of Construction Of A New One-story 21,500 Sf Supply Storage Warehousebuilding, Two Stand-alone Canopies, Hardstand Areas, Paved Drives, And Parking Areas, Newlylandscaped Areas, Fencing, And Associated Walks, Site Drainage And All Associated Utilities On An Approximate 7-acre Site Of Lewis-main. (jblm) the Contractor Shall Furnish Separate Space For The Exclusive Use Of The Government. The Officespace Shall Include Approximately 700 Square Feet For The Exclusive Use Of The Government(minimum Two Offices, One Conference Room, One Restroom, And One Kitchenette Area) Withpower, Water, Appropriate Office Furniture, Heat And Air-conditioning, And Perform Any Necessary Maintenance. Each Office Shall Have A Minimum Of One Window With Operable Window Blinds. Electrical And Communications Outlets Shall Be Provided For Each Office Area And The Conferenceroom. Each Single Occupancy Office Area Shall Be Furnished With One 3-foot By 5-foot Desk Andone 3-foot By 5-foot Plans Table. The Desks Shall Each Have Side Drawers And A Lockable Centerdrawer, For A Minimum Of Five Drawers. The Plans Tables Shall Each Have One Central Drawer.each Double Occupancy Office Area Shall Be Furnished With Two Desks And Two Plans Tables Of The Same Type As The Single Occupancy Office Areas. Provide One Five-wheeled, Padded, Ergonomic Desk Chair For Each Desk. Each Single Office Shall Have A Four-legged, Padded "guest Chair" Similar To The Ergonomic Swivel Chairs And Roller Mat. Double Occupancy Offices Shall Have Two Four-legged, Padded "guest Chairs" Similar To The Ergonomic Swivel Chairs And Roller Mat. Each Single Office Area Shall Be Furnished With A 12-inch By 18-inch By 6-foot Metal Locker With A Shelf, Coat Hanger Rod, And Three Clothes Hooks. Double Occupancy Offices Shall Have Two 12-inch By 18-inch By 6-foot Metal Lockers With A Shelf, Coat Hanger Rod, And Three Clothes Hooks. Provide One Minimum 3-foot By 4-foot Whiteboard For Each Single Occupancy Office And Two Minimum 3-foot By 4-foot Whiteboards In Each Double Occupancy Office. Provide Two Mobile Plan Stands With Twelve Hanging Clamps Each. The Conference Room Shall Be Furnished With A 3.5-foot By 8-foot Conference Table, Six Padded Chairs Similar To The Ergonomic Swivel Chair And One 4-foot By 8-foot Whiteboard. Provide One Walk-off Mat At Each Building Entrance. Provide Two Ten-pound, Multi-purpose, Dry Chemical Fire. offerors: Please Be Advised Of On-line Registration Requirement In The System For Award Management (sam) Database Http://www.sam.gov/ And Directed Solicitation Provisions Concerning Electronic Annual On-line Representations And Certifications. Representations And Certifications Are Required To Be Updated Annually As A Minimum To Keep Information Current, Accurate And Complete. on Or About, 13 Jan 2025, [nsfcuc(1]the Rfp Documents For This Project Will Be Available Via The Website Https://sam.gov/ Under Contract Opportunities W912dw25r0015. Your Firm Must Be Registered With Https://sam.gov/ To Download The Rfp Documents. No Cd’s Or Hard Copies Will Be Made Available. Downloads Are Available Only Through Https://sam.gov/. Offerors Are Responsible For Checking Https://sam.gov/ Frequently For Any Update(s) To This Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Document(s) At The Referenced Website. To Obtain Automatic Notifications Of Updates To This Rfp, You Must Log In To Https://sam.gov/ And Add The Rfp To Your “watchlist.” If You Would Like To List Your Firm So Others Can See You Are An Interested Vendor, You Must Click The “add Me To Interested Vendors” Button In The Listing For This Rfp. Your Firm’s Proposal Shall Be Submitted Electronically Through The Procurement Integrated Enterprise Environment (piee) Solicitation Module At Https://piee.eb.mil/. to View The Rfp When Posted, Vendors Must Have An Active Registration In Sam.gov. for Piee Registration, Training, And Instructions For Posting An Offer, Refer To The Following Links: piee Registration: Https://piee.eb.mil/ note: There Are Two Vendor Roles (proposal Manager, Proposal View Only) For Piee Solicitation Module. The Proposal Manager Role Is Required To Submit An Offer To A Solicitation. Please Be Advised That When Using The Piee Solicitation Module, The User’s Email Address In Piee Must Match The Email Address On File In Sam.gov. piee Solicitation Module: training And Instructions Are Accessible Through Piee – Web Based Training (wbt) At Https://pieetraining.eb.mil/wbt/ (for Instructions Specific To Posting An Offer, Select; Solicitation Module è Proposals (offers) è Posting Offer) for Frequently Asked Questions (faqs) And Additional Training, Go To The Dod Procurement Toolbox – Solicitation Module At Https://dodprocurementtoolbox.com/site-pages/solicitation-module point-of-contact: the Point-of-contact For Administrative Or Contractual Questions Is Linda O’brien At Email: Linda.s.obrien@usace.army.mil. Once The Rfp Has Been Issued, All Questions Must Be Submitted In Accordance With The Rfp Instructions. [nsfcuc(1]i Think The Date Is About Right But Can We Maybe Push It Back To April 17? That Way If The Peer Review Comes Back Early Ready To Issue, Then We Don't Have To Sit Around Waiting.
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Department Of Agrarian Reform - DAR Tender

Automobiles and Auto Parts
Philippines
Details: Description Procurement Of Service Vehicle Rental For Official Use Of Split Project - Dar Negros Occidental 2 (south) Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For A Maximum Of 200 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 12-hour Travel Period (round-trip) Trip 13 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For 201-300 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 15 - Hours Travel Period (round-trip) Trip 14 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For 300-400 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 16 - Hours Travel Period (round-trip) Trip 5 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For Over 400 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 16 - Hours Travel Period (round-trip) Trip 5 ***nothing Follows*** Terms, Conditions, Procedures A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date24 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)

DEPT OF THE AIR FORCE USA Tender

Furnitures and Fixtures
United States
Description: ***please See Amendment 05 For Questions And Answers*** combined Synopsis - Solicitation For Commercial Items (iaw Far 12.603) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued. This Request For Quotation (rfq), Solicitation Number Fa460825qc002, Is Iaw Far Parts 12 And 13, Provisions And Clauses In Federal Acquisition Circular (fac) 2025-03, Effective As Of 17 January 2025, And In Accordance With The Daf Office Workplace Furniture Mandatory-use Program. This Is A Total Set-aside For Small Business, And The Associated North American Industry Classification (naics) Number Is 337214. The Small Business Size Standard Is 1,100 Employees. notice To Offerors funds Are Not Presently Available For This Effort. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Quotes. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. if Funds Are Not Available To Fund The Entire Contract Value, The Government Reserves The Right To Re-evaluate Quotes By Unit Price Per Item And Issue An Award On A Some, None, Or All Basis For Each Individual Item Needed. contracting Office Address department Of The Air Force (daf), Air Force Global Strike Command (afgsc), 2d Contracting Squadron (2 Cons), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (afb), Louisiana (la), 71110, United States. description/purpose this Rfq, Solicitation Number Fa460825qc002, Pertains To The Furniture Replacement Of Three (3) Rooms In Building 6413 On Barksdale Afb, La. clin 0001 – Furniture In Accordance With (iaw) Attachment 2 – Statement Of Objectives, And Attachment 3 – Drawings. site Visit a Site Visit Will Be Held On Barksdale Afb At Building 6413 – Room 110 (313 Lindbergh Road) On Monday, February 3rd, 2025, At 10:00 Am Central Daylight Time (cdt). Offerors Attending The Site Visit Will Meet At The Barksdale Afb Visitor Control Center. Once All Attendees Have Arrived, The Group Will Be Escorted Onto The Base. Site Visit Attendance Is Highly Recommended Due To The Unique Layout Of The Rooms; However, It Is Not Mandatory. please Rsvp For This Site Visit No Later Than (nlt) 2:00 Pm Cdt On Thursday, January 30th, 2025. Send Rsvps Via Email To A1c Victor Blinov At Victor.blinov@us.af.mil And Mr. Ronnie Bushue At Ronnie.bushue.1@us.af.mil. Rsvp Emails Should Include The Company Name, The Name Of The Individual(s) Attending, The Company Phone Number, The Phone Number Of The Individual(s) Attending The Site Visit, And If The Attendee(s) Will Need To Be Sponsored Onto Barksdale Afb. on The Day Of The Site Visit, Offerors Who Do Not Have Base Access Will Need Their Driver’s License, Vehicle Registration, And Insurance To Obtain Access To Barksdale Afb. Vendors May Use One Of The Two Entry Control Points Listed Below To Obtain A Visitor’s Pass And Must Specify Which Via Email: contractors Driving A Noncommercial Vehicle Will Meet At The West Shreveport Gate Visitor Center, Located At Wilbur Wright Dr., Barksdale Afb 71110, Nlt 9:15 Am Cdt On February 3rd, 2025. contractors Driving A Marked Commercial Vehicle Will Meet At The Industrial East Gate, Located At 300 Miller Rd., Bossier City, La 71112, Nlt 9:15 Am Cdt On February 3rd, 2025. due Dates And Times rsvp For Site Visit Nlt 2:00 Pm Cdt On January 30th, 2025. site Visit At 10:00 Am Cdt On February 3rd, 2025. questions Must Be Submitted Via Email To Pocs Listed Below Nlt 2:00 Pm Cdt On February 4th, 2025. answers To Questions Submitted Iaw Specified Due Date Will Be Provided On Or Around February 5th, 2025. quotes Are Requested By 2:00 Pm Cdt On February 11th, 2024. attachments Applicable To This Solicitation attachment 1 – Provisions And Clauses attachment 2 – Statement Of Objectives (soo) attachment 3 – Drawings contracting Pocs contract Specialist: A1c Victor Blinov; Phone: (318) 456-1531; Email: Victor.blinov@us.af.mil contracting Officer: Mr. Ronnie Bushue; Phone: (318) 456-6887; Email: Ronnie.bushue.1@us.af.mil
Closing Date11 Feb 2025
Tender AmountRefer Documents 

Civil Service Commission Tender

Automobiles and Auto Parts
Philippines
Details: Description Provision Of Manpower Services (driver & Janitorial) For Csc Regional Office For Cy 2025 (lot 1) Location / Area: Csc Regional Office, No. 7 Oñate Street, Mandurriao, Iloilo City Terms Of Reference: Provision Of Manpower Services (driver & Janitor) Covering January 1, 2025 To December 31, 2025. The Agency Shall Provide One (1) Driver And (2) Janitors Reporting For Work Daily As Maybe Directed By The Entity Except Saturdays, Sundays And Holidays, Or As Needed With Approved Request For Overtime. Provided, However, That The Work Schedules Of The Assigned Personnel Will Be With The Entity Conformity Of Knowledge. Provided Further, That The Agency Obligates Itself To Increase Or Decrease The Number Of Assigned Personnel Upon Request Of The Entity. 1. General Conditions/technical Specifications: A.1 Driving Services 1. Ensure That Office Vehicles Are Road Worthy Using The Checklist Of Blow Bagets. Likewise Ensure That These Are Kept Clean Before, During, And After Use. 2. Perform On A Daily Basis, Basic Vehicle Cleaning Such As, But Not Limited To, Washing Of Windshields, Simple Body And Tire Cleaning, Wiping Of Dashboards, Ensuring That Interiors Are Free Of Food And Litter, Cleaning Of Seats And The Like. 3. Monitor And Ensure That Vehicle Preventive Maintenance Schedule Is Implemented As Scheduled And The Vehicles Are Kept Roadworthy At All Times. 4. Immediately Report To The Msd Chief Through The Designated Property Officer, In Cases Where The Vehicles Would Need Urgent Repairs For Issues Other Than The Scheduled Maintenance. 5. Perform Messengerial Services As May Be Required Such As But Not Limited To Delivery Of Mails To Courier Service Centers, Perform Simple Liaison Services To Agencies And Other Entities. 6. Vouchers And Its Supporting Documents, Complete And Correct, Should Be Endorsed To The Cashier Upon Return To The Office. Delivery Receipts And/or Receiving Copy Of Documents Should Be Returned To The Requesting Party Asap. 7. As Far As Practicable, Ensure That Vehicle Fuel Is Replenished At The End Of The Trip For The Day. 8. Prepare The Fuel Request Form And Secure Approval From The Msd Chief Through The Designated Property Officer, And Attach The Fuel Receipt To The Fuel Request Form, For Filing. 9. Prepare The Necessary Documents And Other Requirements Needed For The Processing Of Payment For Fuel Every 15th Day Of The Month Except December, The Due Of Which Is The Last Working Day Of The Year. 10. Submit The Properly Accomplished Trip Tickets To The Msd At The End Of Each Trip With Details Such As Date Of Trip, Destination, Purpose Of Trip, Time Of Departure And Arrival, Names Of Passengers, Etc. 11. Surrender The Vehicle Keys To The Guard-on-duty Before Logging Out Of The Office. A.2 Vehicle Maintenance 1. Vehicles Shall Undergo Preventive Maintenance In Accordance With The Approved Vehicle Maintenance Schedule Per Office Vehicle Or As Often As May Be Necessary. Total Distance Travelled Shall Be Monitored For Purposes Of Maintenance Reference. 2. Visual Checking Of Vehicles Should Be Done Regularly. This Includes Checking Of Engine For Leaks, Condition Of Engine Belts And Liquids, Ensure That Vehicle Is Free From Dents And Scratches, Tire Condition, Etc. 3. Renewal Of Vehicle Registration Should Be Done At Least One (1) Week Prior To Its Expiration. A.3 Use Of Office Vehicles 1. The Use Of Office Vehicles Shall Always Be Covered By A Duly Accomplished And Signed Trip Ticket, Indicating The Following: I. Date, Time, Destination, And Other Required Information; Ii. Initials Of The Msd Chief Or Designated Property Officer Affixed Below The Printed Name Of The Authorized Official Iii. Signature Of The Regional Director, Asst. Regional Director Or In Their Absence, The Officer-in-charge. 2. Requests To Avail Of Transportation Services Shall Be Submitted To The Msd At Least 3 Days Before The Scheduled Trip, Using The Prescribed Request For Utility Vehicle (ruv) Form, With A Copy Of The Approved Office Order Of The Requesting Party. 3. Approval Of The Request For The Use Of A Utility Vehicle Shall Be On A First-come-first-served Basis, Subject To Availability Of Drivers And Vehicles. 4. Vehicles May Be Used To Perform Messengerial And Support To Liaison Services. 5. In No Case Shall An Office Vehicle Be Used Without Proper Authorization From The Management Through The Msd. B. Janitorial Services 1. Washing Of Inside Windows And Doors, Frames And Screen; 2. Cleaning And Polishing Of Office Furniture And Fixtures And Counter Excluding Items Or Equipment That Require Specialized Maintenance, Furniture Such As Davenport And Chairs Showing Signs Of Spill Due To Any Caused Shall Be Washed And Cleaned; 3. Washing, Scrubbing And Polishing Of Floors; 4. Application Of Special Sanitizing And Waxing Solution To Hallways, Lobbies And Offices; 5. Dusting And/or Damp Wiping Of Glass Tops, Glass Door, Counters And Furniture; 6. Dusting Of Inside Windows, Window Ledges, Air-vents, Stair Railing And Other Horizontal And Vertical Surfaces; 7. Cleaning Of Glass Walls And Glass Partitions; 8. Cleaning Of Trash Receptacles; 9. Assist In Transferring Of Tables, Chairs, Cabinets And Counter, Etc. Upon Instruction By Authorized Officer Of The Office; 10. Daily Collection Of Garbage And Waste Materials To Be Disposed Of; 11. Frequent Spraying Of Air Fresheners In Work Areas And Other Designated Places; 12. Washing And Cleaning Of All Windows And Glasses Either By Hands Or With The Use Of Class Wiper; 13. Cleaning Of All Light Diffusers; 14. Thorough General Cleaning Of All Areas. 15. Other Services Within The Building Which May Be Assigned By The Management From Time To Time Within The Scope Of Janitorial Services. 2. Miscellaneous Services A. To Provide Extra Manpower Or Extension Of Authorized Tour Of Duty On Christmas And Other Special Occasions And In Case Of Emergencies Or Natural Calamities Necessitating Relief Operations, A Team Of Trained Personnel Within The Authorized Work Force Shall Be Provided To Undertake Such Job Receipt Of Five (5) Days Advanced Notice; B. Provide Minor Carpentry, Electrical And Plumbing Services; C. Clerical/messengerial Services. 3. Obligations Of The Agency A. Equipment And Uniform The Agency Shall Provide Complete Uniform With Proper Identification Card To Its Employees Assigned To The Entity And Shall Also Provide Standard Carpentry Small Tools Needed For Maintenance Services Such As But Not Limited To The Following: Hammer, Saw And Tape Ruler. B. Responsibilities It Is The Responsibility Of The Agency To Provide The Entity Of The Following: 1. Qualified Employees To Perform The Assigned Tasks: 2. Reliever In Case The Assigned Employee (s) Is Absent; 3. Ensure That All Employee Assigned In The Area Shall Follow House Rules And Regulations; 4. Discipline, Supervise And Control All Employees By Following Entity’s Rules And Regulations; 5. Replacement Of Any Employee (s) Assigned At The Office; 6. Conduct Inspection; 7. Monthly Meeting Of Agency With Their Personnel And Regular Check-up/supervision In Site Of The Assigned At The Office; 8. Regular Debriefing Of Personnel Assigned At The Office; 9. Duly Signed Monthly Accomplishment Report To Be Attached To Disbursement Voucher. C. Quality Assurance And Control The Agency Shall Conduct Regular Onsite Inspection And Evaluation Of The Services Performed By The Assigned Employees To The Entity To Ensure And Keep The Quality Of Work With Highest Standard Requirement. D. Human Resource Development The Agency Shall Provide Free Semi-annual Skills Development Seminar To Its Employees Assigned To The Entity To Enhance And Improve Their In-house Driving And Cleaning Skills, Maintenance Of Equipment And Use Of New Cleaning Materials And Supplies (supplied By Entity). Also, The Agency Shall Require All Their Employees Assigned To The Entity To Wear The Proper Uniform To Appear Neat And Clean In Their Work Place. Wearing Of Id Should Always Be Observed At All Times For Proper Identification And Security Purposes. 4. Timeline/schedule Of Delivery The Selected Agency Will Ensure And Deliver The Manpower Services Of One (1) Driver And Two (2) Janitors Who Meet The Qualifications As Stated In The Items Of The General Conditions. The Personnel Shall Render An Eight (8) Hour Service A Day, Five (5) Days A Week, Including Holidays To The Csc Regional Office. The Agency Shall Ensure That A Reliever Be Deployed Immediately In Case Of Changes Or Modifications To The Duty Of Its Assigned Personnel. 5. Duration Of Contract The Contract Shall Commence From The Date Of Signing Until December 31, 2025 Or Until The Execution Of A New Contract Pursuant To Government Procurement Policy Board (gppb) Resolution No. 23-2007 Dated September 28, 2007 “approving And Adopting The Revised Guidelines On The Extension Of Contracts For General Support Services”, Subject To The Agreement Of Both Parties. 6. Terms Of Payment For And In Consideration Of The Services Rendered By The Selected Agency, Cscro Vi Shall Pay The Contract Amount On A Monthly Basis. 7. Other Conditions Mode Of Payment To The Winning Security Agency Shall Be Made Via Issuance Of Mds/commercial Checks.
Closing Date2 Jan 2025
Tender AmountPHP 636 K (USD 10.9 K)
1541-1550 of 1565 archived Tenders