Office Furniture Tenders
Office Furniture Tenders
Haldimand County Tender
Others
Canada
Closing Date1 Jan 2025
Tender AmountNA
Details: Notice Of Participation In Cooperative Buying Groups In Accordance With The Canadian Free Trade Agreement (cfta) And The Comprehensive Economic And Trade Agreement (ceta), This Advertisement Is A Public Notification That Haldimand County Is A Participating Agency In One Or More Procurements Conducted By The Following Cooperative Buying Group(s): Oecm – Ontario Education Collaborative Marketplace – Www.oecm.ca Las – Local Authority Services – Www.las.on.ca Mgs – Ministry Of Government Services – Www.doingbusiness.mgs.gov.on.ca/ The Following Provides A List Of Programs/services That May Be Procured Through One Of The Buying Groups Listed Above. In Addition, Haldimand County Reserves The Right To Participate In Other Buying Group Procurements Not Identified Below, At Their Sole Discretion. Office Supplies Furniture Janitorial Services Led Retrofitting Courier Services Supply & Delivery Of Bulk Fuels Managed Print Services Collection Agencies Fleet Vehicles Mobile Devices Software Licenses
Public Services And Procurement Canada Tender
Others
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Amd 001 Answer Questions ***************** Corporate Accommodations With Public Services And Procurement Canada Is Seeking A Contractor To Carry Out Office Relocation Services For Moving Offices, Workplaces, And Other Various Government Facilities, Including Office Equipment, Supplies And Furniture On An ''as And When Requested ? Basis Within The National Capital Region. This Contract Is For A Period Of Two (2) Year, With The Irrevocable Option To Extend The Term Of The Contract By Up To Three (3) Additional One (1) Year Periods. See Statement Of Work Is Attached As Annex “a”. This Rfp Contains A Security Requirement.
Land Bank Of The Philippines Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 12.7 Million (USD 217 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, Rebars And Form Works; Masonry Works; Carpentry Works; Finishing Works; Metal/steel Works; Specialty Works; Glass And Aluminum Works; Doors And Door Jambs; Painting Works; Plumbing And Sanitary Works; Electrical Works; Structured Cabling; And Permanent Power. Likewise, Supply, Delivery, Installation, Testing And Commissioning Of The Following Equipment And Furnishing: (i) Cash Vault Items; (ii) Various Chairs; (iii) Steel Cabinets; (iv) Roller Blinds: (v) Office Furniture; (vi) System Furniture; (vii) Various Signages And Branch Merchandising Materials; (viii) Air-conditioning Units (acus); (ix) Generator Set; And (x) Closed Circuit Television (cctv) Are Also Included In The Contractor’s Scope Of Works. 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operations Budget Intends To Apply The Sum Of Twelve Million Seven Hundred Twenty-eight Thousand Seven Hundred Forty-six Pesos Only (₱12,728,746.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of A General Contractor For The Proposed Landbank Daraga Branch Relocation/ Fit-out Located At General Luna St., Lgu Compound, Daraga, Albay With Project Identification No. Itb-lbp-rbacv-0125-002. 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 135 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, 10:00 A.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 Given Address Below On February 12, 2025 Not Later Than 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 12, 2025, 10:00 A.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.
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.
City Of Naga Tender
Furnitures and Fixtures
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 128.2 K (USD 2.1 K)
Details: Description The Local Government Unit - City Of Naga, Cebu (lgu-naga), Through Its Procurement Management Division Office (pmdo), Will Undertake A Procurement Transaction Through Small Value Procurement In Accordance With Section 53.9of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act". Name Of Project: Procurement Of Office Furniture & Fixtures For Various Offices Use(item# 1-5) Approved Budget Of The Contract: One Hundred Twenty-eight Thousand Two Hundred Fifty Pesos Only Deadline Of Submission: On Or Before January 30, 2025 At 2:00 P.m. Place Of Delivery: Gso Warehouse, City Of Naga, Cebu Delivery Period: 15 Calendar Days Upon Receipt Of Po Method Of Procurement : Negotiated Procurement – Small Value Procurement (sec.53.9) Interested Suppliers Are Required To Submit Their Duly Accomplished Supplier's Quotation Form (annex "a"), Subject To The Terms And Conditions Provided Below, On Or Before The Deadline Of Submission Of Quotation At The Procurement Management Division Office (pmdo), Second Floor, City Hall Bldg., East Poblacion, City Of Naga, Cebu. Open Submission May Be Submitted, Manually Or Through Facsimile At Fax Nos. (032) 239-1427 Or Email Us At Nagageps@gmail.com / Bacseccityofnagacebu@gmail.com / Pmdnagacebu@gmail.com . Note: Award Of Contract Shall Be Made On A Per Item Basis. You May Opt To Submit A Quotation/proposal For Each Item, And The Lowest Calculated And Responsive Offer For Each Item Shall Be Selected A Copy Of Current And Valid Mayor's/business Permit And Philgeps Registration Certificate/number Are Required To Be Submitted Along With The Quotation/proposal. Otherwise, Said Quotation/proposal Will Not Be Accepted. Additional Requirements For Submission: - Omnibus Sworn Statement (using The Prescribed Form) - Dti / Sec Registration Certificate - Bureau Of Internal Revenue (bir) Registration • Office / Branch / Satellite In Cebu. (registered/ Valid) • The Winning Bidder /supplier Shall Provide Samples/ Brochure/menu For Approval Of The Procuring Entity Upon Receipt Of Notice Of Award • Supplier Must Be Ready To Replace Damaged Goods That Were Delivered. (damage Items/goods Upon Delivery) The Lgu-naga Reserves The Right To Accept Or Reject Any Bid, To Annul The Procurement Process, And To Reject All Quotation At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Suppliers. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Minimum Period Of Forty-five (45) Calendar Days From The Date Of Submission. 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. Award Of Contract Shall Be Made To The Lowest And Responsive Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialled By You Or Any Of Your Duly Authorized Representative/s. 7. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications 8. The Lgu-naga Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. No Notice Of Award Will Be Issued Unless Complete And Accurate Documentary Requirements Are Submitted Within Deadline. 10. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Lgu-naga 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. 11. Payment Shall Be Made Within A Minimum Period Of Thirty (30) Calendar Days After Delivery And Upon The Submission Of The Required Supporting Documents Required By Lgu-naga. 12. 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 Lgu-naga Shall Rescind 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. For Inquiries And Information, You May Contact Thru These Numbers: Mobile No. 09272379088 Tel. Nos. (032) 272-6655/56 Telefax (032)239-1427 Or Email Us At Nagageps@gmail.com / Bacseccityofnagacebu@gmail.com / Pmdnagacebu@gmail.com
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
Machinery and Tools
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 112 K (USD 1.9 K)
Details: Description Procurement Of One (1) Lot Office Supplies 1 Bond Paper A4 Size, 70gsm Ream 200 2 Bond Paper Legal Size, 70gsm Ream 300 3 Bond Paper Letter Size, 70gsm Ream 10 4 Bond Paper A3 Size, 70gsm Ream 20 ********nothing Follows*********** A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 216 K (USD 3.6 K)
Details: Description Procurement Of One(1) Lot For The Notarization Of Legal Documents Covering The Period From January To December 2025 1. Notarization Of Dar Negros Occidental 2 Legal Documents For The Month Of January To December 2025 Pcs 720 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
Software and IT Solutions
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 409 K (USD 6.9 K)
Details: Description Procurement Of One(1) Of It Equipment (laptop) 1. Laptop I7, 15.6” Led, 500gb Ssd, 8gb Ram Unit 2 2. Laptop I5, 15.6” Led, 500gb Ssd, 8gb Ram, Nvidia Rtx 3050 Unit 5 3. Laptop I3, 15.6” Led, 500gb Ssd, 8gb Ram Unit 2 *****************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.
741-750 of 763 archived Tenders