Office Furniture Tenders

Office Furniture Tenders

Province Of Lanao Del Sur Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 709.4 K (USD 12.2 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. 25g0076b, Procurement Of Office Equipment And Furniture To Be Used By The Sports Office, With Php 709,484.35 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, February 14, 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

Philippine Statistical Research And Training Institute Tender

Housekeeping Services
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 846.8 K (USD 14.4 K)
Details: Description Item No. Qty Unit Item/description Unit Price Total Amount Procurement Of 2025 Janitorial Services (april 1 – December 31, 2025) 1 Lot Terms Of Reference For Janitorial Services Responsibilities Of Janitorial Agency The Janitorial Services Contractor Shall Provide The Following: Description: Four (4) Janitors (male) Work Schedule: Monday To Friday: 7:00 Am To 4:00 Pm (2) 9:00 Am To 6:00 Pm (2) -at Least High School Graduate -physically And Mentally Fit -professionally Trained -with Valid Barangay, Police, And Nbi Clearance -good Moral Character With No Derogatory Record -must Have Relevant Experience For At Least Two (2) Years -preferably One Janitor Who Knows How To Do Minor Maintenance Repair Inclusion With Janitorial Cleaning Supplies, Including Cleaning Tools And Equipment, Including But Not Limited To The Following: •rags, Dusters •brooms And Dustpan •floor Polisher (at Least 2) •vacuum Cleaner (at Least 2) •mop With Squeegee (at Least 2) •floor Blower/dryer •liquid Floor Cleaner, Bleach, Detergent, Hand Soap, And Other Cleaning Agents •trash Cans And Garbage Bags Daily Routine Activities A.vacuuming Of Carpet, Sweeping, And Mopping Of Flooring Of The Offices, Conference Room, Training Rooms, Meeting Rooms, Lobby, And Hallway; B.dusting Of Furniture And Office Equipment Including Office Tables And Chairs, Cabinets, Computers, And Others; C.wiping Of Glass Doors And Panel Panes; D.collect And Dispose Of Trash And Clean The Trash Cans After Disposal; E.sweep And Mop The Flooring Of The Comfort Rooms, Scrubbing With The Disinfectant Of The Lavatories, Urinals, And Toilet Bowls; Ensuring Availability Of Toiletries Such As Liquid Hand Soap, Tissue Papers, And Deodorizers; F.perform Other Janitorial-related Functions As May Be Needed In The Operations Of The Agency; And G.regular Disinfection Of Various Surfaces Should Be Conducted To Avoid Covid-19 Infection And Other Infectious Disease. Weekly Cleaning Activities A.washing, Stripping, Scrubbing Of Carpets, Spray Buffing, And Polishing Of Floorings; B.dusting Of Windows, Partitions, And Venetian Blinds; C.spraying Of Insecticides; D.washing Of Doormats; E.general Cleaning-wash Down And Sanitizing Of Comfort Rooms, And F.conduct Thorough Disinfection Of Various Surfaces To Avoid Covid-19 Infection And Other Infectious Disease. Monthly Project Operations A.sweeping Of Cobwebs On Walls, Ceiling, And Lighting Fixtures; B.maintain And Deliver The Cleaning Supplies Every 1st Week Of The Month; C.dusting Of Light Fixtures Suspended From The Ceiling; D.cleaning Of Refrigerators, Water Dispensers, Microwave Ovens, And Other Pantry Appliances; E.as The Need Arises, Report Any Damage And/or Repairs/maintenance/replacement Needed Such As Busted Bulbs, Plumbing Concerns, Etc., To Fad, And F.prepare Monthly Report On The Accomplishments Of The Above Activities Mentioned. Other Responsibilities Attend Orientation Before The New Utility Staff's Deployment And Before The Service Contract Starts. An Assigned Agency Supervisor Should Monitor The Performance Of Functions Regularly. Accomplish Daily Tasks Monitoring Form For The Daily Routine Activities To Be Verified/evaluated By Psrti Staff Who Witnessed The Tasks Performed. Attend Monthly Meetings To Discuss Ways To Improve Janitorial Services. In Case Of Negligence Or Fault Of Janitorial Personnel, The Servicing Agency Will Be Held Liable. 846,807.84 846,807.84 ---nothing Follows--- Note: Please Attach Philgeps Accreditation, Mayor’s Permit, Bir 2303 Certificate Of Registration, Omnibus Sworn Statement Total 846,807.84

CARLOS HILADO MEMORIAL STATE UNIVERSITY Tender

Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 100 K (USD 1.7 K)
Description: Procurement Of Various Semi-expendable Furniture For The Office Of The Students Affairs - Alijis Campus , Furniture ,carlos Hilado Memorial State University

Province Of Occidental Mindoro Tender

Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 1 Million (USD 17.7 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang Under Reference No. B-8661-24-40/omsc Rfq 25-007 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Particulars Quantity/ Unit Total Abc (in Php) 1 Filing Steel Cabinet With 4 Drawers 15 Units 174,075.00 2 Graphicote Glass Writing Board (4ft X 8ft) 4 Units 94,600.00 3 Office Swivel Chair 10 Units 58,850.00 4 Teacher’s Table With One Main Drawer And Three Side Drawers, With Lock And Keys 11 Units 78,650.00 5 Laminated Modular Table Cubicle With Grommet Cable Port 42 Units 484,129.80 6 Open Shelf Cabinet, Five Adjustable Shelves 7 Units 65,450.00 7 Magazine Shelf Or Newspaper Shelf 1 Unit 4,654.00 8 Computer Table With Printer And Speaker Stand 5 Units 9,717.50 9 Whiteboard 6 Units 41,129.40 10 Steel Rack Shelves 1 Unit 13,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 10-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is 75-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 03 To 10, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 07, 2025 - 10:00 Am At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Delivery Of Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By 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. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The 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. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule Advertisement/ Posting Of Request For Quotation February 20 To 27, 2025 Availability Of Request For Quotation Beginning February 20 To 27, 2025 Pre-negotiation Conference February 24, 2025 (monday), 2:00 Pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 679 450 5071 Passcode: Bac2023 Deadline For Submission Of Quotations And Legal/ Technical Documents (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of February 27, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 27, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address (omscpmu.main@gmail.com) Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Cathelyn M. Alacaba Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 / Mobile No.: 09189574839 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 20, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp

Bureau Of Plant Industry Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 986.1 K (USD 16.8 K)
Details: Description Rfq No. 1396 Pr No. 4122-24bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement "supply, Delivery And Installation Of Modular Office Partition Table And Furnitures" Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: February 3, 2025 (9:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Thirty To Sixty (30-60) Calendar Days Upon Reciept Of Purchase Order (p.o.). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 986,168.00 End User: Npqsd-central Office Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Capital Outlay- Furnitures And Fixtures 1 Lot Supply And Installation Of Modular Office Partition Table And Furniture 986,168.00 "place Of Delivery: Bpi-malate, Manila Proposed Delivery Period: 30-60 Calendar Days From The Receipt Of Purchase Order" Grand Total 986,168.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________

Mindanao State University Tender

Machinery and Tools
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 537.3 K (USD 9.2 K)
Details: Description Mindanao State University Reference Nos. 385-25/02-24-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : February 28, 2025 Company Name __________________________ Quotation No. : 379-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quotation/offer Is Allowed, Suppliers Who Submitted More Than One Quotation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Upon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Suppliers Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. 11. Partial Bid Is Allowed, Evaluation, Comparison And Contract Award Shall Be Made Per Item; Partial Bid Is Not Allowed; The Goods Are Grouped In A Single Lot, Evaluation, Comparison, And Contract Award Shall Be Made Per Lot Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount "a. Tiles, Ceiling, Wall Partition & Painting " 1 695 40cm X 40cm Carpet Textured Vinyl Tiles Pieces 2 34 15cmx90cm Wood Texture Vinyl Pieces 3 6 Abc Multibond 4kg 4 20 0.60mm X 50mm X 75mm X 3m Lmf Studding Pieces 5 1 Angle Bar 1.5" Sched 40 Piece 6 7 9mm Fiber Cement Board Pieces 7 46 3.5mm Fiber Cement Board Pieces 8 1 Blind Rivets 1/8(500pcs) Box 9 2 Drill Bit 3/8" Pieces 10 610 Gypsum Screw 3.5mm X 38mm Pieces 11 77 T-runner 10' Pieces 12 371 Cross Tee 2' Pieces 13 26 Wall Angle Pieces 14 40 Metal Furrings Gallons 15 6 #12 Tie Wire Kilograms 16 2 Concrete Nail 2" Kilograms 17 2 Masonry Drill Bit 1/8 Pieces 18 20 Flat Latex Primer Gallons 19 20 Semi-gloss Latex White Gallons 20 3 Paint Roller 6" W/ Tray Foam Pieces 21 3 Paint Roller 6" W/ Tray Cotton Pieces 22 5 Paint Brush 4" Pieces 23 30 Sand Paper # 100 Pieces 24 30 Sand Paper # 120 Pieces 25 30 Sand Paper # 240 Pieces Page 1 Of 2 26 2 Concrete Putty Gallons 27 1 Non Sag Epoxy Gallon 28 2 Cutter Blade (big) Pieces "b. Electrical Works - Wires And Cables, Wiring Materials, Switches And Convenience Outlets, Lighting Fixtures And Conduit And Fittings " 29 2 Thhn Str. Copper Wire 2.0 Sq. Mm, 150m/box Boxes 30 2 Thhn Str. Copper Wire 3.5 Sq. Mm, 150m/box Boxes 31 20 Pvc Junction Box W/ith Cover Pieces 32 5 Pvc Utility Box Sets 33 10 Electrical Plastic Tape (big) Rolls 34 2 Pvc Solvent Cement (100cc) Cans 35 2 Tie Wire # 16 Kgs 36 2 Screw 1 Inch, 100pc/pack Packs 37 2 Concrete Tox 1 Inch, 100pc/pack Packs 38 2 Flush Mounted Switch 2-gang Sets 39 1 Flush Mounted Switch 3-gang Sets 40 16 Surface Mounted Convenience Outlet 2-gang With Ground Sets 41 8 T8 Rectangular Flush Mounted Modern Aluminum Lighting Fixture Sets 42 60 Rigid Electrical Upvc Conduit 20 Mm (3/4”) Lengths 43 50 Upvc Moulding 20 Mm Lengths 44 30 Electrical Upvc Male Adpter W/ Locknut 15 Mm (1/2") Pieces "c. Furniture (office Cubicles) " 45 1 Cubicle 1, 1.20 M X 1.10 M Set 46 1 Cubicle 2, 4.40 M X 1.10 M Set 47 1 Cubicle 3, 3.93 M X 1.60 M Set 48 1 Cubicle 4, 2.59 M X 1.45 M Set 49 1 Job Order Request For The Labor & Materials For The Ovcpd Renovation… Job Order ***nothing Follows*** For Renovation - Ovcpd Total Abc ₱537,370.50 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Page 2 Of 2 Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Jma

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Massachusetts city: Hanover delineated Area: Entire Town Limits Of Hanover, Ma. minimum Sq. Ft. (aboa): 6,160 maximum Sq. Ft. (aboa): 6,809 space Type: Office parking Spaces (total): 0 parking Spaces (surface): 0 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 15 Years - 180 Months firm Term: 10 Years – 120 Months option Term: N/a additional Requirements: offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 100-year Floodplain. entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. .agency Unique Requirements agency Tenant Improvement Allowance: $64.26 Per Aboa Sf building Specific Amortized Capital (bsac): $25.00 Per Aboa Sf additional Requirements: site Access Shall Be Via A Direct Route From A Primary Or Secondary Street. traffic Control Devices And Pedestrian Crosswalks Are Required Within Two Blocks. sidewalks And Pedestrian Walkways Shall Be Present Along Roadways And Access Roads. public Transportation Route Stops Shall Be Located Within .25 Mi Of The Offered Location. The Public Transportation Must Service This Location On An Hourly Basis (minimum) From 8:00 A.m. To 3:00 P.m., Except Saturdays, Sundays, And Federal Holidays. public Parking Shall Be Available On Site Or Within .25 Miles Of The Offered Space. Restricted Or Metered Parking Of One Hour Or Less Within .25 Miles Of The Space Does Not Meet Parking Requirements. there Shall Be No History Of Prior Heavy Industrial Use, Such As Dry Cleaning Operations, Gas Stations, Rail Yards, Or Machinery Maintenance Yards. the Site Shall Not Be Located Within .25 Mi Of Active Railroad Tracks, Airports Or Heavily Congested Highways. there Shall Be Adequate Eating Facilities Located Within .5 Miles. Other Employee Services, Such As retail Shops, Cleaners, Banks, Etc., Shall Be Located Within 2 Miles. mixed Use Sites With Residential Or Living Quarters Located Within The Building Are Not Acceptable. sites Located Immediately Adjacent To Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Marijuana Dispensaries, Firearms Sold/discharged, Drug Treatment, Or Detention Facilities Are Not Acceptable. the Site Shall Be Class A Standard Commercial Or Office Space Consistent With The Local Market. the Site Shall Not Be Located Below Grade. sites Located Above Street Level Are Required To Have A Minimum Of Two Accessible Elevators. One Of The Accessible Elevators May Be A Freight Elevator. Elevators Shall Not Discharge Directly Into Ssa Space. the Space Is Required To Be Contiguous. the Space Is Required To Be Level And Shall Not Utilize Interior Ramps To Resolve Changes In Grade. the Space May Not Be More Than Twice As Long As It Is Wide. the Space Must Be Conducive To Ssa’s Business Operation Design. Space Elements Such As Quantity And Size Of Columns, Load Bearing Walls, Irregular Shape, Etc., May Not Impede An Efficient Space Layout, The Use Of Modular Furniture, Or Office Work Flows. Ssa Shall Prepare A Test Fit To Confirm The Acceptability Of The Space. ceilings Shall Be 9’ To 12’ As Measured From Floor To The Lowest Obstruction. sufficient Space Shall Exist Between The Drop Ceiling And The Deck Of The Floor Above To Allow For Lighting, Hvac Equipment, Fire Suppression Piping, Etc. the Site Shall Have Two Lines Of Windows For Natural Lighting. interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission. reference Project Number:2ma0212 please Submit Your Offer No Later Than 4:00 P.m. Eastern Time On January 31, 2025 Using The Lease Offer Platform/requirement Specific Acquisition Platform (lop/rsap) Located Athttps://lop.gsa.gov/rsap expressions Of Interest Due: December 16, 2024 market Survey (estimated): Tbd occupancy (estimated): Tbd send Expressions Of Interest To: Clare Nawrocki 10 Causeway Street, 11th Fl., Boston, Ma 02222 617-513-1831 email Address: Clare.nawrocki@gsa.gov government Contact Information: lease Contracting Officer carrie Rosenman

GOVERNOR CELESTINO GALLARES MULTI SPECIALTY MEDICAL CENTER Tender

Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 12.9 Million (USD 225.6 K)
Details: Description Gov. Celestino Gallares Multi-specialty Medical Center Invitation To Bid For Supply And Delivery Of Janitorial Services And Supplies For Gov. Celestino Gallares Multi-specialty Medical Center The Gov. Celestino Gallares Multi-specialty Medical Center (gcgmsmc), Through General Appropriations Act (gaa) -maintenance And Other Operating Expenses (mooe) 2025 Intends To Apply The Sum Of Twelve Million Nine Hundred Forty-one Thousand Six Hundred Ninety Pesos And Eighty-eight Centavos Only (php 12,941,690.88) Being The Abc To Payments Under The Contract For Cb# 2025-02-0002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Through The General Appropriations Act (gaa)- Maintenance And Other Operating Expenses (mooe) 2025 Intends To Apply The Sum Of Twelve Million Nine Hundred Forty-one Thousand Six Hundred Ninety Pesos And Eighty-eight Centavos Only (php 12,941,690.88) Being The Abc To Payments Under The Contract For Each Lot/item.et Al. Lot No. Item No Items/description Quantity Unit Unit Cost Total Cost 1 Provisions Of Janitorial Services And Supplies 12,941,690.88 12,941,690.88 Janitorial Services Cleaning Supplies And Materials 1 Water Dipper 100 Pcs 83.00 8,300.00 2 Bolo, Long 5 Pcs 550.00 2,750.00 3 Bongay, Long 5 Pcs 550.00 2,750.00 4 Heavy Duty Garden Grass Scissor / Plant Trimmer Set 2 Pcs 700.00 1,400.00 5 Dust Mop Set, Standard, 36” 50 Pcs 1,595.00 79,750.00 6 Dust Mop Head Refill Standard, 36’ 100 Pcs 770.00 77,000.00 7 Dust Mop Set, Acrylic, 24” 50 Pcs 1,760.00 88,000.00 8 Dust Mop Head Refill , Acrylic, 24” 100 Pcs 1,070.00 107,000.00 9 Mop Head #400, Twine 500 Pcs 170.00 85,000.00 10 Mop Handle Aluminum 5ft. Blue 60 Pcs 418.00 25,080.00 11 Mop Handle Aluminum 5ft. Green 60 Pcs 418.00 25,080.00 12 Mop Handle Aluminum 5ft. Yellow 60 Pcs 418.00 25,080.00 13 Flat Mop Head Refill 120 Pcs 150.00 18,000.00 14 Flat Mop W/ Bucket Set 40 Pcs 720.00 28,800.00 15 Floor Sponge Magic Mop 25 Pcs 550.00 13,750.00 16 Floor Brush, 4ft. 40 Pcs 264.00 10,560.00 17 9 Ft. Extendable Micro Fiber Long Cob Web Duster 25 Pcs 500.00 12,500.00 18 Soft Broom / Silhig Ibjok 200 Pcs 130.00 26,000.00 19 Upright Dust Pan, With Cover 60 Pcs 1,040.00 62,400.00 20 Hand Brush 80 Pcs 55.00 4,400.00 21 Telescopic Pole, 2.4 With Aluminum Window Squeegee & Window Washer 40 Pcs 2,552.00 102,080.00 22 Calibrated Trigger Spray 60 Pcs 110.00 6,600.00 Micro Fiber Cleaning Cloth 23 Blue 150 Pcs 120.00 18,000.00 24 Yellow 150 Pcs 120.00 18,000.00 25 Green 150 Pcs 120.00 18,000.00 26 Chamois Cloth 60 Pcs 574.00 34,440.00 27 Hand Gloves Water Proof And Elastic, Medium,blue 400 Pcs 110.00 44,000.00 28 Hand Scrubbing Pad, #96etc Green 6"x 9" 1/4" 200 Pcs 46.00 9,200.00 29 Belt Bag, 4 Pocket 100 Pcs 220.00 22,000.00 30 Big Toilet Bowl Rubber Plunger Double Layer, Aluminum 30 Pcs 200.00 6,000.00 31 Toilet Bowl Brush Plastic W/ Cuddy 60 Pcs 220.00 13,200.00 32 Hand-held Tool Bucket 40 Pcs 424.00 16,960.00 33 Spatula 40 Pcs 30.00 1200.00 34 Floor Polishing Pad - Red (for Buffing) 100 Pcs 390.00 39,000.00 35 Floor Polishing Pad - Black (for Stripping) 75 Pcs 539.00 40,425.00 36 Floor Polishing Pad - White (for Polishing) 100 Pcs 385.00 38,500.00 Grand Total 12,941,690.88 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Now Invites Bids For The Above Procurement Project. Delivery Of The Required Goods For The First Three (3) Months Of Service Shall Be Delivered Within Ten (10) Calendar Days After Issuance Of Notice To Proceed. 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, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Gcgmsmc Through Electronic Mail Via Bacgcgmsmc@cpspecialtycenter.org Or Through The Cellular Number 09209437250. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders From Gcgmsmc Google Drive From (bacgcgmsmc@cpspecialtycenter.org) On February 19, 2025 - March 11, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below In Accordance With The Following Schedule: No. Of Item Item/description Total Cost Bidding Documents Fee (in Philippine Peso) 1 Supply And Delivery Of Janitorial Services And Supplies 12,941,690.88 ₱25,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcg Multi-specialty Medical Complex Account Number: 00-0-15490-780-5 "for Bidders Choosing To Pay Via Bank Deposit, Please Ensure That Proof Of Your Successful Transaction Is Promptly Sent To The Procurement Email Address: Bacgcgmsmc@cpspecialtycenter.org. In Compliance With Coa Circular Number 2021-014, Clause 5.2, An Acknowledgement Receipt Will Be Issued As Proof Of Verified And Received Payment. Access To Bidding Documents Will Be Granted Only Upon Presentation Of This Acknowledgement Receipt. The Gcgmsmc Will Hold A Pre-bid Conference On The 27th Day Of February 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before The 11th Day Of March 2025 At 0900h At Gcgmsmc Procurement Office Room 3c-w327 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur, Cortes, Bohol. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On The 11th Day Of March 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Together With Their Company Id. The Gcgmsmc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Submission Of Hardcopies: Bidders Shall Submit Their Original Eligibility And Technical Documents Described In Itb Clause 10 In One Sealed Envelope Marked "original - Technical Component", And The Original Of Their Financial Component In Another Sealed Envelope Marked "original Financial Component", Sealing Them All In An Outer Envelope Marked "original Bid". Each Copy Of The First And Second Envelopes Shall Have 2 Copies And Similarly Sealed Duly Marking The Inner Envelopes As "copy No. 1 Technical Component" And "copy No. 1- Financial Component” And "copy No. 2- Technical Component" And "copy No. 2- Financial Component" And The Outer Envelope As "copy No. 1" And "copy No. 2" Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. Please Take Note That All Notarized Documents Must Be Treated As Original Copies For All The Submitted Documents (original, Copy 1, And Copy 2). It Is Imperative That Each Copy Retains Its Original Notarization To Ensure Legal Validity And Compliance. The Original And The Number Of Copies Of The Bid As Indicated In The Itb Clause 15 Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters; B. Bear The Name And Address Of The Bidder In Capital Letters; C. Be Addressed To The Procuring Entity's Bac In Accordance With Itb Clause1; D. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1. 1.for Further Information, Please Refer To: Mary Grace L. Simbajon Jonah D. Gelicame Procurement Office Procurement Office Malayo Sur, Cortes, Bohol Malayo Sur, Cortes, Bohol Procurement@cpspecialtycenter.org Procurement@cpspecialtycenter.org +639209437250 +639302553849 February 14, 2025 Approved By, (signed) Doreen A. Lugo, Lpt Bac Chairperson Noted By, (signed) Laurence Elliot R. Tirol, Md, Fpcp Medical Center Chief I Head Of Procuring Entity ----------------------------------------------------------------------------------------------------------------------------- Item Number Quantity Unit Description 1 Lot Provision Of Janitorial Services And Supplies Janitorial Services Cleaning Supplies And Materials 1 100 Pcs Water Dipper 2 5 Pcs Bolo, Long 3 5 Pcs Bongay, Long 4 2 Pcs Heavy Duty Garden Grass Scissor / Plant Trimmer Set 5 50 Pcs Dust Mop Set, Standard, 36’ 6 100 Pcs Dust Mop Head Refill Standard, 36” 7 50 Pcs Dust Mop Det, Acrylic, 24” 8 100 Pcs Dust Mop Head Refill, Acrylic, 24” 9 500 Pcs Mop Head #400, Twine 10 60 Pcs Mop Handle Aluminum 5ft, Blue 11 60 Pcs Mop Handle Aluminum 5ft, Green 12 60 Pcs Mop Handle Aluminum 5ft, Yellow 13 120 Pcs Flat Mop Head Refill 14 40 Pcs Flat Mop W/ Bucket Set 15 25 Pcs Floor Sponge Magic Mop 16 40 Pcs Floor Brush, 4ft 17 25 Pcs 9 Ft Extendable Micro Fiber Lng Cob Web Duster 18 200 Pcs Soft Broom / Silhig Ibjok 19 60 Pcs Upright Dust Pan, With Cover 20 80 Pcs Hand Brush 21 40 Pcs Telescopic Pole, 2.4 With Aluminum Window Squeegee & Window Washer 22 60 Pcs Calibrated Trigger Spray Micro Fiber Cleaning Cloth 23 150 Pcs Blue 24 150 Pcs Yellow 25 150 Pcs Green 26 60 Pcs Chamois Cloth 27 400 Pcs Hand Gloves Water Proof And Elastic, Medium, Blue 28 200 Pcs Hand Scrubbing Pad, #96etc Green 6” X 9” ¼” 29 100 Pcs Belt Bag, 4 Pocket 30 30 Pcs Big Toilet Bowl Rubber Plunger Double Layer, Aluminum 31 60 Pcs Toilet Bowl Brush Plastic W/ Cuddy 32 40 Pcs Hand-held Tool Bucket 33 40 Pcs Spatula 34 100 Pcs Floor Polishing Pad - Red ( For Buffing) 35 75 Pcs Floor Polishing Pad - Black ( For Stripping) 36 100 Pcs Floor Polishing Pad - White ( For Polishing) Provision Of Janitorial Services And Supplies I. General Overview A. The Gov. Celestino Gallares Multi-specialty Medical Center Seeks For Qualified And Competent Bidders To Provide Janitorial Services With Equipment And Supplies. B. The Approved Budget For The Contract Is Inclusive Of All Government Taxes,services Charges, And Remunerations. C. Bidders Must Comply With All Specifications Contained In This Pr, Technical Specifications, And Supplemental Bid Bulletin, If Any. D. Any Other Term, Condition, Or Provision Not Stipulated In This Document Will Be Covered By A Separate Agreement Between Gcgmsmc And Thejanitorial Agency. Ii. Qualifications Of The Service Provider A. The Janitorial Agency Should Have At Least Ten (10) Years Of Experience In Providing Janitorial And/or Housekeeping Services. This Requirement Ensures The Reliability And Expertise Of The Company In Delivering High-quality Services. Additionally, The Agency Must Provide Training And Hands-on Orientation For All Workers, Especially Newly Hired Staff, Every Six (6) Months To Maintain Service Excellence And Efficiency. B. Must Have An Established Organizational Set-up – With Good And Efficient Office Set-up, Personnel, Office Tools, And Equipment. C. Must Be Duly Licensed And Registered With The Department Of Labor And Employment. D. Must Be Duly Registered With The Securities And Exchange Commission (sec) Or Department Of Trade And Industry (dti) E. Must Be Duly Registered With The Social Security System (sss), Home Development Mutual Fund (pagibig) , And Philippine Health Insurance F. Must Be Duly Registered With The Bureau Of Internal Revenue G. Well-trained, Physically And Mentally Fit, Of Good Moral Character And Covered By Appropriate Clearances From Doh-accredited Health Centers,nbi, Police And Barangay; H. Must Have A Very Satisfactory Rating From At Least One (1) Government Agency Or Private Corporations, With Whom The Bidder Has A Part Or Ongoing Contract, Evidenced Through One (1) Client / Customer Feedback Forms Iii. Logistics A. The Janitorial Agency Will Provide The Daily Time Record (dtr), Other Logistical Supplies Such As Logbooks, And Uniforms. B. Disinfectants, Chemicals, And Other Non-consumables Will Be Provided By The Hospital. C.the Janitorial Agency Shall Provide Relievers And/or Replacement At All Times In Case Of Absence Of Its Personnel D. The Janitorial Agency Must Submit Their Standard Cleaning Procedures Upon Seven (7) Calendar Days After The Receipt Of Po. E. The Service Provider Shall Comply With Existing Labor Laws, Rules And Regulations Governing Employee’s Compensation, Philhealth, Social Security And Other Labor Standards Applicable To Each Of Personnel Employed By The Service Provider. The Service Provider Shall Ensure That The Payment Of Salaries, Allowances And Other Applicable Benefits To Its Personnel Are Within Legal Rates Or Should Not Be Less Than The Minimum Wage As Mandated By Law. - The Schedule Of Contribution For Sss And Philhealth And Other Statutory Benefits Shall Be The Latest As Issued By The Respective Agencies. - The Employer May Require An Employee To Work On Any Holiday But Such Employee Shall Be Paid A Compensation Equivalent To Twice His Regular Rate. Iv. Scope Of Works Provision Of Janitorial Works And Related Services With Twenty-five (25) Personnel For Three (3) Months (april To June) And Fifty (50) For Another (6) Months (july To December) With An Eight (8)-hour Work Per Day, Six (6) Days A Week (monday To Saturday). The Services Shall Be In Accordance With The Scope Of Service/work, Standards, Approved Janitoral Plan, And Manpower And Deployment Plan. (refer To Table Iv.i For The Services To Be Observed By The Service Provider) Specified Exterior And Interior Locations Are Covered In This Janitorial In This Janitorial Services Contract. A. This Contract Includes The Supply Of Cleaning And Sanitizing Supplies For Three (3) Months Consumption To Be Turned-over To Gcgmsmc Supply Chain For Recording And Proper Storing. (refer To Table Iv.iii For The Supplies To Be Provided By The Service Provider) Table Iv.i Services Items/areas To Be Cleaned Frequency Minimum Requirements A Janitorial Services 1 Sweeping, Mopping, Spot Scrubbing Floor Areas Of The Office Building Daily 2 Dusting/damp Wiping And Polishing Vertical And Horizontal Surfaces, Tables, Chairs, Cabinets, Racks, Computers/printers And Other Furnitures/ Equipment Daily 3 Trash Removal: Emptying And Cleaning Of Waste Cans/baskets And Proper Disposal Of Garbage. Garbage Bins Daily/ At The End Of The Day 4 Cleaning, Deodorizing And Disinfecting Comfort Rooms, Washrooms, And Pantries Daily 5 Cleaning Window Glass Interior, Shelves Or Filing Cabinets Window Glass Exterior (west Side) Daily Weekly 6 General Cleaning With Disinfection All Areas Every Saturday B Miscellaneous Services 1 Carrying Or Hauling Of Furniture And Fixtures, Supplies, Records, Etc As Needed 2 Other Janitorial Activities And Related Services That Maybe Assigned From Time To Time By Gcgmsmc- Efmd Officials And Employees As Needed 3 Reporting Of All Breakage And Electrical Malfunction, Plumbing, Necessary Repair Works, Etc. Immediately Table Iv.ii Delivery Schedule Tools / Supplies Quantity April-june July-sept Oct-dec 1 Water Dipper 100 33 33 34 2 Bolo, Long 5 2 2 1 3 Bongay, Long 5 2 2 1 4 Heavy Duty Garden Grass Scissor / Plant Trimmer Set 2 1 1 - 5 Dust Mop Set, Standard, 36’ 50 10 20 20 6 Dust Mop Head Refill Standard, 36” 100 33 33 34 7 Dust Mop Det, Acrylic, 24” 50 10 20 20 8 Dust Mop Head Refill, Acrylic, 24” 100 33 33 33 9 Mop Head #400, Twine 500 200 200 100 10 Mop Handle Aluminum 5ft, Blue 60 20 20 20 11 Mop Handle Aluminum 5ft, Green 60 20 20 20 12 Mop Handle Aluminum 5ft, Yellow 60 20 20 20 13 Flat Mop Head Refill 120 40 40 40 14 Flat Mop W/ Bucket Set 40 15 15 10 15 Floor Sponge Magic Mop 25 10 10 5 16 Floor Brush, 4ft 40 15 15 10 17 9 Ft Extendable Micro Fiber Long Cob Web Duster 25 10 10 5 18 Soft Broom / Silhig Ibjok 200 75 75 50 19 Upright Dust Pan, With Cover 60 20 20 20 20 Hand Brush 80 30 30 20 21 Telescopic Pole, 2.4 With Aluminum Window Squeegee & Window Washer 40 15 15 10 22 Calibrated Trigger Spray 60 20 20 20 Micro Fiber Cleaning Cloth 23 Blue 150 50 50 50 24 Yellow 150 50 50 50 25 Green 150 50 50 50 26 Chamois Cloth 60 20 20 20 27 Hand Gloves Water Proof And Elastic, Medium, Blue 400 140 140 120 28 Hand Scrubbing Pad, #96etc Green 6” X 9” ¼” 200 75 75 50 29 Belt Bag, 4 Pocket 100 35 35 30 30 Big Toilet Bowl Rubber Plunger Double Layer, Aluminum 30 10 10 10 31 Toilet Bowl Brush Plastic W/ Cuddy 60 20 20 20 32 Hand-held Tool Bucket 40 15 15 10 33 Spatula 40 15 15 10 34 Floor Polishing Pad - Red ( For Buffing) , 17” Diameter 100 35 35 30 35 Floor Polishing Pad - Black ( For Stripping), 17” Diameter 75 25 25 25 36 Floor Polishing Pad - White ( For Polishing), 17” Diameter 100 35 35 30 V. Duties And Responsibilities Of The Service Provider A. The Service Provider Shall Be Held Responsible For Any Damage/destruction To Any Office Furniture And Fixtures, Equipment, And Plumbing Fixtures Due To The Fault And Negligence Of Its Personnel. B. Observe Office Rules And Regulations Prescribed By The Gcgmsmc Including Subjecting All Janitors To Appropriate Security Inspection Every Time They Enter And Leave The Premises. C. Require Their Employees To Always Wear The Prescribed Uniform, Identification Card And Safety Gadgets. D. The Service Provider Must Provide All Necessary Equipment And/or Transportation Services, If Necessary, To Its Personnel In Case Of Community Emergencies Or Calamities To Continuously Provide Its Service To Gcgmsmc. E. The Service Provider In The Performance Of Its Services, Shall Secure,maintain At Its Own Expense All Registration, Licenses Or Permits Required By National Or Local Laws And Shall Comply With Rules And Regulations And Directives Of Oversight Regulatory Authorities/agencies And Commissions. F. Should There Be A Law And Other Social And Labor Legislation Enacted After The Execution Of This Contract Mandating Additional And/ Or Increase In Wages, Allowance, And Other Benefits To Service Providers Janitorial Personnel, The Service Provider And The Gcgmsmc Will Discuss And Negotiate On The Adjustment Of The Rate, Provided That, Such Adjustment In The Contract Rate Shall Only Cover The One "due To The Janitorial Personnel" And "due To The Government". The Corresponding Incremental Rate (agency Fee) For The Service Provider Shall Not Be Adjusted During The Contract Period. V. Manpower And Deployment Schedule A. The Houskeeping Agency Must Provide Twenty Five (25) Janitorial Personnel Starting In April To June 2025 For 3 Months And July And December 6 (six) Months Of Which One Janitorial Personnel Will Be Designated As The Team Leader Who Will Be In-charge With The Supervision Of Janitorial Attendants. B. The Schedule Of Deployment Shall Be As Follows: * Monday To Friday Shift 1 - 6:00 Am To 3:00pm (with 1 Hour Breaktime) Shift 2 - 10:00 Am To 7:00pm (with 1 Hour Breaktime) Shift 3 - 8:00 Am To 5:00pm (with 1 Hour Breaktime) *saturday All Janitorial Personnel - 8:00 Am - 5:00 Pm (with 1 Hour Breaktime) Refer To Annex A C. The Housekeeping Agency, Through A Designated Team Leader, Shall Provide The Schedule For The Month Indicating The Attendant On-duty. Reshuffling Of Personnel Should Not Be Done Without Approval Of The Procuring Entity. D. The End-user Requires A Team Leader With At Least Five (5) Years Of Practical Experience In Janitorial And Housekeeping Operations And With Knowledge In Operating Different Housekeeping Equipment. E. Sleeping While On Duty Is Not Allowed. The Housekeeping Agency Must Impose Disciplinary Action To Its Janitorial Personnel Caught Sleeping While On His/her Duty. F. The Housekeeping Service Provider Must Provide Appropriate Uniform With Id And Protective Gears, If Necessary, And Ensure That They Shall Observe Proper Personal Hygiene And Appear Neat And Clean At All Times G. Minimum Qualifications Of Janitorial Service Personnel G.1 Janitorial Attendants - Must Be Presentable In Physical Appearance - Must Be At Least 18 Years Of Age - Must Be Physically Fit To Work. Medical Certificate From A Government Physician, As Well As Drug Test Results Are Required. - Must Have Finished At Least High School Level Duly Supported By A Biodata/curriculum Vitae - Preferably, Has Acquired Tesda Nc Ii - Housekeeping Certification For The Supervisor - Must Have At Least 6-12 Mons Work Experience In Housekeeping A Government/private Facility - The Individual Bio-data Or 201 File Of Janitorial Service Personnel Shall Be Submitted Upon Bid Submission. Other Supporting Documents Such As Medical Certificate, Drug Test Results, Nbi Clearance, Will Be Required Upon The Issuance Of Po. - The Designated Team Leader Shall Submit A Curriculum Vitae Upon Bid Submission, Indicating The Educational Background And Work Experience Or Certificate Of Employment If Applicable. Other Supporting Documents Required Such As Medical Certificate, Drug Test Results, Nbi Clearance, Will Be Required Upon The Issuance Of Po. H. The Service Provider Shall Pay Its Personnel Not Less Than The Minimum Wage And Other Benefits Mandated By The Laws, Rules, And Regulations. They Shall Provide Their Personnel Their Monthly Payslip Containing The Necessary Information On It. I. The Service Provider Shall Ensure That Safety Shall Be The First Priority In The Performance Of Its Functions, And Avoid Creation Of Safety Hazards Both In The Condition Of The Work Performed And While Doing The Work. J. The Service Provider Shall Endorse And Submit The Names And Information Of The Fifty (50) Janitorial Personnel Before June 01, 2025 Vi. Services And Methodology - Annex B Vii. Payment Terms Monthly Payment For The Goods Delivered And Services Rendered Will Be Processed Upon Receipt Of Monthly Billing Statement, Daily Time Record (dtr), Summary Of Attendance And Accomplishment Report Of Utility Personnel And Upon Issuance Of Certificate Of Acceptance Of Output By The End-user, And The Proof That The Sss, Philhealth, And Pag-ibig Monthly Remittance Have Been Made In Favor Of The Janitorial Personnel Deployed At The Gcgmsmc. Annex A Manpower And Deployment Schedule April - June (25) Personnel For Bldg. (c) And In Preparation For Bldg. (a) No. Of Janitorial Attendants Areas Of Coverage Duty Schedule (monday To Saturday) 1 Male/female Bldg C Public Toilet Male, Female (5c) (*s3) 8:00 - 5:00 Pm Covered Function Area Pantry Open Function Area 5c East (2) Lobbies 2 Male/female Bldg C 4th Floor (4c) (*s3) 8:00 - 5:00 Pm 4c East (2) Lobbies 4c East And West Hallway 4c Public Toilet Male, Female And Pwd 4c East And West Occupied Office 4 Male/female Bldg C 3rd Floor (3c) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 3c East (2) Lobbies 3c East Hallway 3c Offices E301-e311 3c Public Toilet Male, Female And Pwd 3c West Hallway 3c Offices W301-w328 2 Male/female Bldg C 2nd Floor (2c) (*s3) 8:00 - 5:00 Pm 2c East (2) Lobbies 2c East Hallway 2c East Occupied Offices 2c Public Toilet Male, Female And Pwd 2 Male/female Bldg C Upper Ground Floor (ugc) (*s3) 8:00 - 5:00 Pm Ugc West (2) Lobbies Ugc West Hallway Ugc West Occupied Office Ugc Public Toilet Male, Female And Pwd 3 Male Bldg C Lower Ground Floor (lgc) (*s3) 8:00 - 5:00 Pm Lgc West (2) Lobbies Lgc East And West Hallway Lgc West Occupied Office Lgc Public Toilet Male, Female And Pwd Lgc Storage Rooms Parking , Stairs And Pavillion 2 Male/female Hospital Grounds (*s3) 8:00 - 5:00 Pm Grounds Around Building A Grounds Around Building C 2 Male Material Recovery Facility ( Mrf ) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Garbage Collection 2 Male Polishing Team (*s3) 8:00 - 5:00 Pm All Vinyl Covered Floors Upon Daily Schedule 4 Male Building Exterior Of A & C (*s3) 8:00 - 5:00 Pm Building Wall Glass Window Wall & Steel Frames Glass Window 1 Male/female Gardener Take Care Of All Plants Within The Hospital (*s3) 8:00 - 5:00 Pm July To December (50) Personnel For Building A , B & C No. Of Janitorial Attendants Areas Of Coverage Duty Schedule (monday To Sunday) Male/female Bldg A 5th Floor Roofdeck (*s3) 8:00am - 5:00pm (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 1 Rumed Cssr 2 Picu Non-infectious, Lounge 2 Picu Infectious, Toilet 3 Male/female Bldg A 4th Floor (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Clean Icu, Patient Rooms, Lounge, Toilets 2 Neuro Icu Patient Rooms, Nurse Stations , Toilets 3 Airborne Icu , Patient Rooms, Hallways, Toilets 3 Male/female Bldg A 3rd Floor (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Major Operating Rooms Cath Lab 2 Recovery Room Nurse Area Watchers Lounge, Public Toilets 3 Male/female Bldg A 2nd Floor (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Operating Rooms Pacu 1 Holding Area, Waiting Lounge, Nurse Station 3 Male/female Bldg A Upper Ground Floor Er Infectious Pod 2 (*s1) 6:00am - 3:00pm Nurse Station, Rest Rooms, Hallways, Patient Rooms (*s2) 10:00am - 7:00pm 3 Er Pod 1 , Suspected Cases (*s1) 6:00am - 3:00pm Nurse Station, Rest Rooms, Hallways, Patient Rooms (*s2) 10:00am - 7:00pm 3 Emergency Room Waiting Area , Conference Room, Hems, Pantry, Hallways (*s1) 6:00am - 3:00pm Vawc, Acute Care Unit, Minor Or (*s2) 10:00am - 7:00pm 1 Male/female Bldg A Lower Ground Floor (*s3) 8:00 - 5:00 Pm Car Park Autopsy Room Public Toilet Waiting Room Male Material Recovery Facility ( Mrf ) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 2 Garbage Collecting 1 2 Male Polishing Team (*s3) 8:00 - 5:00 Pm All Vinyl Covered Floors Upon Daily Schedule No. Of Janitorial Attendants Areas Of Coverage Duty Schedule (monday To Saturday) 1 Male/female Bldg C Public Toilet Male, Female (5c) (*s3) 8:00 - 5:00 Pm Covered Function Area Pantry Open Function Area 5c East (2) Lobbies 1 Male/female Bldg C 4th Floor (4c) (*s3) 8:00 - 5:00 Pm 4c East (2) Lobbies 4c East And West Hallway 4c Public Toilet Male, Female And Pwd 4c East And West Occupied Office 3 Male/female Bldg C 3rd Floor (3c) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 3c East (2) Lobbies 3c East Hallway 3c Offices E301-e311 3c Public Toilet Male, Female And Pwd 3c West Hallway 3c Offices W301-w328 1 Male/female Bldg C 2nd Floor (2c) (*s3) 8:00 - 5:00 Pm 2c East (2) Lobbies 2c East Hallway 2c East Occupied Offices 2c Public Toilet Male, Female And Pwd 1 Male/female Bldg C Upper Ground Floor (ugc) (*s3) 8:00 - 5:00 Pm Ugc West (2) Lobbies Ugc West Hallway Ugc West Occupied Office Ugc Public Toilet Male, Female And Pwd 1 Male Bldg C Lower Ground Floor (lgc) (*s3) 8:00 - 5:00 Pm Lgc West (2) Lobbies Lgc East And West Hallway Lgc West Occupied Office Lgc Public Toilet Male, Female And Pwd Lgc Storage Rooms Parking , Stairs And Pavillion 2 Male/female Hospital Grounds (*s3) 8:00 - 5:00 Pm Grounds Around Building A Grounds Around Building C 2 Male Building Exterior Of Building A & C (*s3) 8:00 - 5:00 Pm Building Wall Glass Window Wall & Steel Frames Glass Window 1 Male/female Gardener Take Care Of All Plants Within The Hospital (*s3) 8:00 - 5:00 Pm *s1 - Shift 1 *s2 - Shift 2 *s3 - Shift 3 Annex B Services And Methodology Scope Of Service/subject Areas/items Standard Methodology Frequency Floors, Stairways, Ceiling And Other Horizontal Surfaces Free From Dirt, Dust, Marks, And Stains, Glossy And Non-slippery Floors And Other Horizontal Surfaces Resilient Flooring - Dust Mop To Remove Loose Dirt, Dust And Litter. - Damp Mop With Water And Mild Liquid Soap. - Pick The Rinse Water With A Mop Or Wet/dry Vacuum Cleaner - Polish The Floor With A Floor Polisher - Vacuum Clean Dusty Areas - Remove Stubber Dirt On The Floors With Spatula And Cleaning Solution - Brush, Rinse, And Mop Wet/muddy Areas - Dust, Wash/wipe Light Diffusers To Keep Brighter Illumination - Remove Cobwebs From Ceiling - Report To Efmd Any Damage Or Water Marks. - Daily - Daily - Daily - Weekly - Weekly - As Needed - Weekly - Weekly - Daily - Immediately Walls, Doors, Partitions, And Other Vertical Surfaces Walls, Air Vents, Outlets, Glass Partitions, And All Vertical Surfaces Within The Premises Free From Dirt, Dust, Marks, And Stains -clean/wipe Off Smudges On Walls, Doors, Partitions, Etc. -wipe All Door Knobs With Disinfectant -report Any Damaged Surfaces To Efmd - Daily - Daily - Immediately Windows, Frames, And Glass Panes Free From Dirt, Dust, Marks, And Stains, Clear,and Polished - Wash And Squegee All Glass Panes Inside And Outside For A Clean And Clear View - Polish All Frames Of Windows To Minimize Rust And Dust Accumulation - Weekly - Weekly Patient Rooms - Clean Bed Linens And Mattress Covers, Floors, Walls, And Ceilings, Furniture And Equipment - Daily - Daily - Immediately Comfort Rooms Toilet Fixtures, Mirrors, Resilient Walling And Flooring, Should Be Free From Stains, Dirt, And Foul Smell - Empty, Wash, And Disinfect Trash Receptacles. Tie Up Old Liner And Insert New Liner - Scrub, Rinse, And Wipe Vents, And Ledges - Brush, Rinse, And Wipe The Resilient Floors And Wall -apply Cleaning Solution To Urinals And Water Closets. Clean Interior And Exterior Of Urinals And Water Closets Including The Flush Valves - Spray Glass Cleaner And Wipe Mirrors - Scrub, Rinse, Wipe And Disinfect Sinks, Countertops And Faucets -dust And Wipe Wall Partitions - Declog Lavatories, Sinks, And Floor Drains - Report Defective Toilet Fixtures/others To Efmd - Daily - Daily - Daily - Daily - Daily - Daily - Daily - Monthly Or As The Need Arises - Immediately Other Janitorial Services - Make Available Janitors To Attend To Urgent Requests For Additional Cleaning Works - Daily

Government Of New Brunswick Tender

Machinery and Tools
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Description: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Movers, Furniture And Office Equipment And Storage Scope This Invitation To Tender Consists Of Moving Services As Per The Attached Specifications On Behalf Of The Department Of Transportation And Infrastructure, For A Period Of Two (2) Years From February 1, 2025 Until January 31, 2027 With The Option To Renew For Two (2) Additional One (1) Year Periods In One (1) Year Increments Upon Written Agreement By Both Parties. Option Year Pricing Shall Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index. Contract Award Criteria Contract Will Be Awarded To The Lowest Compliant Bid Which Meets The Requirements Detailed Within The Attached Specifications For Items 3 To 13 Of The Tender Documents. The Criteria For Awarding This Tender Will Be Based On The Total Lowest Compliant Bid Of The Hourly Rates (both Regular And Overtime, Items 3 Through 13) Required To Perform The Work. Note See Appendices A, B & C Located In The Attached Specification. Requirements Prior To Award, References, Criminal Record Checks, Insurance And Worksafe Nb Registered And In Good Standing, Will Be Required As Per Section 4, 9, 15 And 16 Respectively. Prior To Award, Appendix "c" (located In Specifications) Must Be Completed And Submitted. It Is Recommended To Submit The Completed Document With Your Bid Submission. How To Fill In Pricing There Are No Additional Pricing Sheets To Be Completed With This Bid. Vendors Should Bid Directly On This Invitation To Tender. How To Fill In Pricing: Unit Price = Price Per Hour The Price Bid Shall Not Include Hst. Vendors Are Required To Sign And Date Their Bid In The Space Provided Below Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time.

City Of Bayawan Tender

Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 61.6 K (USD 1 K)
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0091 Date February 25, 2025 Pr Reference 100-25-02-076 Philgeps Reference No. End-user Admin Closing Date 03/11/2025 @ 5:00 Pm 03/11/2025 @9:00 Am Bid Opening 03/13/2025 @ 9:00 Am "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). The Basis Of Evaluation For This Rfq Is: ⬜ By Lot ⬜ By Item Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0091 Total Abc: Php 61,600.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Supply And Delivery Of Office Supplies For City Admin Office Use Lot. I Furniture And Furnishings 1 Visitor Chair, With Arm Rest, Heavy Duty 7 Unit 1,800.00 [ ] [ ] 2 Executive Chair, With Lumbar Support Arm Rest, Mid Back, Rollng Swivel Adjustable 4 Unit 5,000.00 [ ] [ ] Lot. Ii Information And Communication Technology Equipment, Devices And Accessories 3 Printer, Inkjet Printer, Print, Scan & Copy, 33ppm/15ppm, A4, Usb 2.0, Inclusion: Starter Consumables + Accessories, One Year Warranty. 2 Unit 11,000.00 [ ] [ ] Lot. Iii Other Supplies 4 Rice Cooker, 30cups/5.6 Liters Capacity, Good Quality 1 Unit 4,000.00 [ ] [ ] 5 Steamer Iron, Good Quality 1 Unit 3,000.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
2031-2040 of 2044 archived Tenders