Office Furniture Tenders

Office Furniture Tenders

Province Of Lanao Del Sur Tender

Furnitures and Fixtures
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 250 K (USD 4.3 K)
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Province Of Lanao Del Sur Request For Quotation The Provincial Government Of Lanao Del Sur, Through Its Bids And Awards Committee (bac), Intends To Procure The Project/s Specified Below Through Section 53.9 Negotiated Procurement – Small Value Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Viz: Lot 1. Project Reference No. 25g0104c, Procurement Of Office Furniture To Be Used By The Peo, With Php 250,000.00 As Its Abc. Location: Marawi City, Lds Source Of Fund: Local Fund Please Submit Your Duly Signed Quotation Addressed To The Bac Chairperson And To The Given Address Below, On Or Before 12: 00 Pm, March 07, 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Engr. Dimasira D. Macabando, Jr., Ph.d. Bac Chairperson Bac Office, 2nd Floor Admin. Bldg. New Capitol Complex, Buadi Sacayo, Marawi City Interested Service Provider Shall Also Submit A Copy Of The Following Documents And Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Mayor’s Permit B. Omnibus Sworn Statement C. Philgeps Reg. D. Income/business Tax Return (for Abcs Above P500k) E. Pcab License (for Infra. Project Only) F. Professional License/curriculum Vitae (for Consulting Services Only) The Head Of The Procuring Entity (hope) Of The Provincial Government Of Lanao Del Sur Reserves The Right To Reject Any And All Quotations Declare A Failure Of Procurement, 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. 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 Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4) Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. 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, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Provincial Government Of Lanao Del Sur Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 8. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Procuring Entity. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 9. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents. 10. 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 Provincial Government Of Lanao Del Sur 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. 11. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 12. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. For Any Clarification, You May Contact The Bac Secretariat Head, Engr. Aliyah C. Datumanong, On Mobile Phone Number 09541827534. By The Authority Of The Bids And Awards Committee: (sgd) Engr. Dimasira D. Macabando, Jr., Ph.d. Bac Chairperson

Land Bank Of The Philippines Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 13.9 Million (USD 237 K)
Details: Description Project/services Requirement: With At Least Five (5) Years Minimum Experience As A General Contractor Related To Construction/renovation Of Commercial Buildings, Hospitals, Multi-storey School Buildings, Bpo’s And Banks With At Least Two (2) Fit-out Projects. Fit-out Projects Shall Refer To Projects Which Include The Electrical, Data And Communications, Mechanical, Water And Sanitary Systems With Inferior Finishes, Fixtures, Office Furnishings And Equipment- I.e Workstations, Air-conditioning Units And Generator Sets. Major Scope Of Works Includes The Following: Site Works; Concrete Works Including Rebarworks & Formworks; Masonry Works; Carpentry Works; Finishing Works; Metal/steel Works; Glass & Aluminum Works; Doors & Door Jambs; Painting Works; Plumbing Works; And Electrical Works. Likewise, Dismantling, Re-orientation/relocating/hauling And Reinstallation Of Existing (i) Cash Vault System; And (ii) Steel Cabinets; And Supply, Delivery, Installation, Testing And Commissioning Of The Following Office Furnishing And Equipment (ofe): (i) Various Chairs; (ii) Steel Cabinets; (iii) Roller Blinds; (iv) Office Furniture; (v) Systems Furniture; (vi) Various Signages And Branch Merchandising; (vii) Air-conditioning Units (acus);and (viii) Closed Circuit Television (cctv) 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operations Budget Intends To Apply The Sum Of Thirteen Million Nine Hundred Two Thousand Seven Hundred Sixty-six Pesos Only (₱13,902,766.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of A General Contractor For The Landbank Masbate Branch Relocation/ Fit-out Located At Osmeña St., Corner Quezon St. Brgy. Bagumbayan, Masbate City With Project Identification No. Itb-lbp-rbacv-0125-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Land Bank Of The Philippines Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 165 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Land Bank Of The Philippines- Regional Bids And Awards Committee V (rbac V) And Inspect The Bidding Documents At The Address Given Below During Banking Hours 8:30 A.m. To 3:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address 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 Twenty-five Thousand Pesos Only (p 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipt Issued By The Landbank Branch From Where The Bidding Documents Were Purchased Upon The Submission Of The Bidding Documents On The Day Of The Scheduled Opening Of Bids. 6. The Land Bank Of The Philippines Will Hold A Pre-bid Conference On January 31, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City Through Face-to-face Meeting And Videoconferencing Using Microsoft (ms) Teams Application, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Send A Request Email To Lbprbacv@yahoo.com For The Meeting Link. 7. Bids Must Be Duly Received By The Rbac V Secretariat Through Manual Submission At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City On February 12, 2025 Not Later Than 12:00 P.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 12, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Land Bank Of The Philippines Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.

Department Of Science And Technology Pcaarrd Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 1.3 Million (USD 22.6 K)
Description: Supply And Delivery Of Cy2025 Q1-q2 Office Supplies, Building And Utility Supplies, Furniture, And Devices , Office Supplies And Devices ,department Of Science And Technology-pcaarrd

Don Emilio Del Valle Memorial Hospital Tender

Housekeeping Services
Corrigendum : Tender Amount Updated
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 7 Million (USD 122.5 K)
Details: Description Unit Description Quantity Unit Cost Total Cost Month "hiring Of 33 Janitors And 1 Area Supervisor 9 787,550.00 7,087,950.00 Preferably Well-trained In Proper Hospital Cleaning And Janitorial Methods And Techniques In Order To Maintain Quality Cleanliness For The Service To The Patients. Well Disciplined With Good Moral Character, Physically And Mentally Fit. They Shall Report 10 Minutes Before Time With Proper Uniform. A Non-smoker And Non-drinker Of Any Alcoholic Beverages. The Company Must Have Tesda Certificate Or The Cleaners Have Certificate Of Training Of Tesda Housekeeping. Must Report Eight (8) Hours Per Shifting Day. They Shall Maintain Cleanliness And Orderliness To Protect And Safeguard The Directors, Officers, Employees, Visitors, Guest And Clients From Hazardous Infections. Implement Hospital Waste Management Rules And Policies Of Don Emilio Del Valle Memorial Hospital, Bood, Ubay, Bohol. The Company Must Have An Office In Tagbilaran City Or In Ubay, Bohol. From April 1, 2025 To December 31, 2025 Duties Of Janitorial Supervisor: A. Make Rounds To Check His/her Subordinates' Attendance, Attire And Hygienic Aspects, Provide Special Cleaning Instructions And/or Assignments, Use Of Equipment Safety Practices And Work Regulations, And Ascertain Compliance With Directives. B. Conduct Inspection To Check Cleanliness And Orderliness Of The Premises, And Inform His/her Subordinates Of Corrections Necessary. C. Determine Materials, Supplies Needed And Timely Inform The Head Of The General Services Division Of The Requirement. D. Train Subordinate On Proper Cleaning Methods, Use Of Equipment, Safety And Work Regulations. E. Shall Ensure The Janitors Comply With Policies And Procedures Implemented Especially The Rules On Safety. F. Shall Prepare Work Assignments And Schedules Subject To The Prior Approval Of The Client. G. Shall Report And Coordinate To Devmh Department Head. H. Conduct Regular Meeting (monthly Meeting). I. Remind All Housekeeping To Keep The Good Manner And Right Conduct. Technical Specifications I Performance Criteria 1. The Service Provider/contractor Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of Contract Based On The Following Set Of Performance Criteria: A. Quality Of Service Delivered B. Time Management C. Management And Suitability Of Personnel D. Contract Administration And Management E. Provision Of Regular Progress Report F. Attentiveness And Presence Of Mind G. Compliance With Devmh Instructions And Policies. One (1) Unsatisfactory Rate From The End-user Will Be The Grounds Of Replacement Of The Deployed Personnel. The Above Criteria Shall Be Used To Assess Quarterly The Level Of Performance Of The Janitorial Agency And Its Janitorial Personnel As Basis Of Continuity Of The Contract. Ii Technical Evaluation Parameters 1. Stability A. Years Of Experience: At Least 5 Years In The Business B. Liquidity Of The Contractor: At Least P5 Million (current Assets Minus Stocks Minus Current Liabilities Based On The Balance Sheet As Of December 31, 2023) C. Organizational Set-up: With Good Office Set-up, Personnel And Office Tools And Equipment 2. Resources A. Number And Kind Of Equipment And Supplies: With The Minimum Number And Kind Of Equipment & Supplies As Specified In Section Vi. Schedule Of Requirements. B. Number Of Janitors: With At Least 33 Janitors Who Can Be Assigned On Different Areas Regardless Of Risk Exposure To Infectious Diseases With Corresponding Relievers During Day Off. C. Number Of Supervisor: With At Least 1 Supervisor Who Will Monitor Cleanliness And Supervise All The Janitors On All Areas Of The Hospital. 3. Houskeeping Plan: Tailored Fit For Devmh In Accordance With The Minimum Requirements Below. State/enumerate The Specific Methodology To Execute Plan. A. State/enumerate The Specific Methodology To Execute The Plan. B. Recruitment And Selection Criteria: Trainings Conducted For The Janitors Before Deployment, Educational And Age Requirements And Others. C. Completeness Of Uniforms And Other Praphernalia. D. The Agency Must Be Able To Provide Quality Janitorial Services For The Hospital Buildings With The Necessary Manpower, Equipment, Training, Experience, Financial Resources And Capability To Provide The Needed Cleaning And Sanitary Requirements To Ensure Hygienic Environment For Its Personnel And Clients. Iii. Housekeeping Plan. 1. Daily Housekeeping Responsibilities: Common Office Areas, Conference Room, Hallways/corridors, Stairways, Tea Room, Storage Room And Ward Rooms (public And Private Rooms), Special Areas (or, Dr, Nicu & Septic Nicu), Waste Storage Area, Septic Vault Area. A. Report To Each Respective Assigned Area; Sweep The Floor And Pick-up With The Dustpan All Litters Scattered Around Devmh Premises. B. Scoop Off Any Sticky Substance Of Dirt On The Floor With Putty Knife And Clean With Damp Cloth Or Rag. C. Mop Floor With Damp Mop Head. Finish Cleaning With Clean And Dry Mop Head. D. Wipe With Damp Cloth Or Rag All Tables, Chairs, Computers, Steel And Wooden Cabinets, Electric Fans, Telephone Instruments, Refrigerators, All Bedside Tables, Chairs, Wooden Cabinets, Air Conditioning Grilles And Casing, And Other Office Equipment. Finish Cleaning With A Clean And Dry Cloth Or Rag. E. Empty Wastebaskets/trashcan. Clean Same With Liquid Detergent. Rinse Off With Water And Let Dry. Return Wastebaskets/trashcan To Their Respective Places. F. Wipe With Damp Cloth All Window Sills, Window Panes/glass, Mirrors, Roman Shades, Aluminum/stainless Steel Frame Doors And Stair Railings. G. Remove Stain Marks On Dirt On Walls, Doors And Building Posts With Chemical Removers Or With Cloth, Soak In Liquid Detergent Cleanser. Finish Cleaning With Damp Cloth Or Rag. H. Wash With Water The Whole Area Of The Comfort Room, Then Sweep Water And Drain. Drain Or Remove Water Inside Toilet Bowl Before Pouring Cleanser Or Toilet Cleanser. Let It Stay For A While Sprinkling Cleanser On Walls And Floor Tiles, Water Closet Tank, Lavatory Or Sink, And Toilet Bowl. Scrub Inside Of Toilet Bowl With Brush Or Sponge With Handle, Then Flush. Scrub With Brush Or Sponge The Whole Area Of The Comfort Room. Rinse Off With Water And Drain Area Of Excess Water. Finish Cleaning Floor Tiles With Dry And Clean Mop/cloth. Clean Mirror With Damp Newspaper Or Cloth And Finish Cleaning With Dry Cloth. Spray Comfort Room With Air Freshener. I. Clean And Disinfectas The Ward Rooms Upon Discharge Of Patients Both Public And Private Rooms. Clean The Bedside Tables, Beds, And Dispose Garbage. Coordinate With The Nurses For Rooms With Infectious Disease. J. Report Breakage, Electrical Malfunctions And Other Defeciences. K. Sweep And Clean Driveways. L. Cut/uproot Unsightly Grass Growth. M. Water Potted/indoor Ornamental Plants Inside And Outside Devmh Premises And Garden. O. Attend To The Needs Of The Scheduled Staff Meetings As Required. P. Report Any Necessary Maintenance Repairs Immediately. Q. Stay In Respective Post For Messengerial/errand Work. R. Report To Engineering Maintenance Any Leakage, Malfunction Of Water Faucet In Offices And Wards. S. Clean And Disinfect Waste Storage Holding Area After The Lgu Disposal. T. Collect And Place On Proper Storage Of Empty Vials. U. Collect Used Needles/syringes At Wards And Stored At Septic Vault. V. Collect Placenta (day Time) At Ob Ward Going To Placenta Vault. W. Operate Hospital Waste Autoclave Twice A Day. 2. Weekly Maintenance - General Cleaning Of All Areas Every Saturday. A. Scrub And Strip Off Sticking Dirt, Gums, And Other Similar Substances, Particularly Those Inner Areas And Corners. Wash Clean With Soap And Water And Dry. B. High Clean/sweep Cobwebs Of The Ceiling And Wipe Light Fixtures/diffusers And Inner Walls. C. Remove Dirt And Wash Clean With Soap And Water All Window Grills And Panes, Stairways, Balcony And Walls. D. Thoroughly Clean All Comfort Rooms Particularly The Toilet Bowls, Lavatories And Men's Urinals. Apply Disinfectant And Deodorized All Areas. E. Thoroughly Clean Office Furniture And Fixtures And Other Office Equipment, Taking Extra Care In Moving Same To Avoid Damage. F. Apply Floor Wax On Floors And Polish Shine. G. Spray Insecticide Inside Devmh Offices To Eradicate Rats, Flies, Mosquitoes, Termites, White Ants And Other Pests. H. Cultivate Soil And Fertilize Indoor And Outdoor Plants. I. Clean Catch Basins And All Other Planter Boxes. J. Clean/wash Garbage Cans K. Clean Inside, Top, Under And Back Of Regrigerator, Clean All Seals On Refrigerator/freezer. 3. Monthly Maintenance – Every Last Saturday Of The Month. A. Wipe/clean Venetian Blinds. B. Clean Inside Windows. C. Remove And Replace Curtains At All Areas. D. Clean Door Jams/balusters/handrails. E. Clean Glass Walls/partitions. F. Vacuum Clean All Upholstered Furniture. G. Wash Walls. 4. Miscellaneous Services To Be Performed Whenever Required. A. Provide Logistical Assistance During Meetings And Conferences. B. Haul/move Office Furniture, Fixtures & Equipment, Among Others. C. Messengerial And Errand Work Within Office Premises. D. Make Available At All Times Relievers And/or Replacements To Ensure Continuous And Uninterrupted Services In Case Of Absences. E. Exercise The Necessary Supervisory Work. F. Must Provide Office Supplies And Equipments To Be Used By The Area Supervisor For The Necessary Clerical Works. G. Must Provide Atleast 7 Sets Of Uniform To The Janitorial Personnel, That Will Be Used Daily, Such As But Not Limited To Janitor Scrubs, Customized Polo Uniform And Jockey Type Polo Uniform. H. Must Have Atleast One (1) Administrative Representative From The Agency That Will Be Assigned In Ubay Or Nearby Towns And Could Cater All The Concerns Pertaining Janitorial Services In The Hospital. I. All Janitorial Personnel Shall Assist After Crushing The Empty Vials. Other Services Offered (if Any) Cleaning Equipment/tools 1. Push Cart, Big, Heavy Duty - 6 Units (at Least 50kg Load) 2. Vacuum Cleaner, Heavy Duty - 2 Units 3. Squeezer - 10 Units 4. Other Equipment Offered (if Any) "

Camarines Norte State College Tender

Furnitures and Fixtures
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description The Camarines Norte State College Through Its Bids And Awards Committee (bac) Invites Interested Bidders Engaged In The Fabrication Of Office And School Furniture To Submit Their Bid To The Office Of The Head, Bac Secretariat, Records Office, 2nd Floor, Old General Administration Building, Camarines Norte State College, Viz: Stock No. Quantity Unit Item Description 1 4 Unit Fabricated Computer Table (4 Seaters) Please Find Attached Request For Quotation (rfq) To Submit To This Office Or Send Thru E-mail: Eloisalukban@cnsc Send. As Such, Kindly Attach The Following Documents. 1. Philgeps 2. Valid Mayor’s Permit, 3. Income/business Tax Return Covering The Previous Six (6) Months 4. Bir Registration For Manual Submission, Please Submit In Sealed Envelope Addressed To: Maria Cristina C. Azuelo, Ph.d. Vp For Administration And Finance Bac Chairperson

Department Of Agrarian Reform - DAR Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 899.9 K (USD 15.5 K)
Details: Description Procurement Of Office Equipment For Official Use In The Implementation Of Split Project Smart Tv Led At Least 43 Inches 1920 X 1080 Smart Tv Apps Tizen Os Hdmi + Wi-fi + Bluetooth Dex Wireless + Remote Access With Speakers 250 Cd 4ms Response Time 60hz Refresh Rate Va Panel Simple Stand Game Mode Google Duo Video Comm Office 365 Smart Things App Wall Mountable Do-it-all Screen Monitor Unit 45 ***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.

Department Of Agrarian Reform - DAR Tender

Chemical Products
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 77 K (USD 1.3 K)
Details: Description Procurement Of One(1) Lot Of Purified Drinking Water Covering The Period From February To December 2025 1. Purified Drinking Water (5gal/cont) Pcs 2200 Delivery 50 Containers Per Week Covering The Period From February To December 2025 *******************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.

Pasig City Tender

Furnitures and Fixtures
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Barangay Kapitolyo, Pasig City, Through The Bids And Awards Committee, Intends To Acquire Office Furniture Under Project Title Procurement Of Food Supplies For Various Meetings And Events With An Approved Budget For The Contract (abc) Of P200,000.00, In Accordance With Section 10 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 With Purchase Request No. Pbt2025-04 To Be Charged Through The Barangay's General Fund-mooe. Barangay Kapitolyo, Pasig City Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days. Bidders Should Have Completed, Within Three (3) 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. 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, According To Ra No. 5183. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Bid/s Received Exceeding The Total Approved Budget For The Contract Shall Be Rejected. Delivery Term: Within 10 Days Upon Receipt Of Notice To Proceed (ntp) Payment Schedule: Within 60 Days After Delivery Completion And Acceptance Submit Your Bid (duly Signed By The Company Owner Or Its Duly Authorized Representative) Not Later Than The Closing Date Specified In The Bid Notice Abstract Posted In The Philgeps Website Along With The Following Documents: Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Philgeps Registration; ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (c) 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 ⬜ (d) 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 ⬜ (e) 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 ⬜ (f) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) 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 ⬜ (h) The Supplier’s Audited Financial Statement; And ⬜ (i) 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 ⬜ (j) 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 ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). A Complete Set Of Bidding Documents May Be Acquired Starting February 20, 2025 From The Barangay Email Address Kapitolyobarangay@gmail.com And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of P500.00. The Bidder Or Authorized Representative Shall Present Its Proof Of Payment Upon Submission Of The Bid. All Documents Shall Be Submitted In A Sealed Brown Mother Envelope Addressed To The Bids And Awards Committee, Barangay Kapitolyo, Pasig City And Properly Marked With The Project Title On February 27, 2025, 8:00am At The Office Of The Barangay Secretary Within The Barangay Hall Of Kapitolyo, Pasig City. Late Bids Shall Not Be Accepted. The Bac Will Open Immediately The Submitted Bids After The Closing Time And Date. Barangay Kapitolyo Reserves The Right To Reject Any Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Before Contract Award Under Section 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder/s.

Department Of Agrarian Reform - DAR Tender

Software and IT Solutions
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Procurement Of One(1) Lot Of It Equipment 1. Laptop I5 12th Gen, 15.6” Led, 500gb Ssd, 8gb Ram Unit 1 2. Printer 3n1, (print, Scan, Photocopy) Unit 1 ***********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.

Pasig City Tender

Furnitures and Fixtures
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 180 K (USD 3.1 K)
Details: Description Barangay Kapitolyo, Pasig City, Through The Bids And Awards Committee, Intends To Acquire Office Furniture Under Project Title Procurement Of Executive Office Chair For Session Room With An Approved Budget For The Contract (abc) Of P180,000.00, In Accordance With Section 10 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 With Purchase Request No. Pbt2025-03 To Be Charged Through The Barangay's General Fund-mooe. Barangay Kapitolyo, Pasig City Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days. Bidders Should Have Completed, Within Three (3) 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. 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, According To Ra No. 5183. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Bids Received Over The Abc Shall Be Automatically Rejected At Bid Opening. Delivery Term: Within 10 Days Upon Receipt Of Notice To Proceed (ntp) Payment Schedule: Within 60 Days After Delivery Completion And Acceptance Submit Your Bid (duly Signed By The Company Owner Or Its Duly Authorized Representative) Not Later Than The Closing Date Specified In The Bid Notice Abstract Posted In The Philgeps Website Along With The Following Documents: Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Philgeps Registration; ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (c) 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 ⬜ (d) 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 ⬜ (e) 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 ⬜ (f) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) 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 ⬜ (h) The Supplier’s Audited Financial Statement; And ⬜ (i) 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 ⬜ (j) 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 ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). A Complete Set Of Bidding Documents May Be Acquired Starting February 20, 2025 From The Barangay Email Address Kapitolyobarangay@gmail.com And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of P500.00. The Bidder Or Authorized Representative Shall Present Its Proof Of Payment Upon Submission Of The Bid. All Documents Shall Be Submitted In A Sealed Brown Mother Envelope Addressed To The Bids And Awards Committee, Barangay Kapitolyo, Pasig City And Properly Marked With The Project Title On February 27, 2025, 8:00am At The Office Of The Barangay Secretary Within The Barangay Hall Of Kapitolyo, Pasig City. Late Bids Shall Not Be Accepted. The Bac Will Open Immediately The Submitted Bids After The Closing Time And Date. Barangay Kapitolyo Reserves The Right To Reject Any Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Before Contract Award Under Section 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder/s.
1931-1940 of 1990 archived Tenders