Paint Tenders
Paint Tenders
Department Of Agriculture Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 776 K (USD 13.2 K)
Details: Description 32 Unit Power Sprayer 1. 4-5 Hp Gasoline Engine 2. Pressure: 175 Psi Max 3. With Pressure Relief Valve And Pressure Gauge 4. With Stainless Boom And Adjustable Nozzle 5. Cut Off Valve, Gun Type With Stainless Boom And Adjustable Nozzle 6. Discharge Hose: Pressurized, (250 Psi Max) 8.5 Mm (inside Diameter Or Compatible To The Pump), 100m Length 7. Suction Hose: 25mm Diameter With Stainless End Fittings' Other Requirements: A. Valid Amtec Test Report B. Valid Permit To Operate Issued By Bafe And Certificate Of Namdac Accreditation Issued By Pcaf; Certificate Of Conformity Of The Engine C. Certificate Of Company Owned/affiliated/authorized Service Ceter Within The Region And Service Center Must Have A Permit To Operate Issued By Bafe D. Notarized Affidavit Of Undertaking After Sales Service That Supplier Must Render Within 72 Hours Upon Receipt Of Notice From The Recipients/procuring Entity E. Certificate Of Availability Spare Parts Of The Brand/model Being Offered Within The Region To Be Issued By The Distributor/manufacturer/company Owned/affiliated/authorized Service Center F. Notarized Certificate Of Stock Allocation To Be Submitted During Bid Opening Issued By The Distributor/importer Specifying The Name Of Project To Da Rfo 1 G. Certificate To Conduct On-site Technical Briefing For Operators On Operation, Maintenance, And/or Repair Of The Supplied Goods By The Supplier H. With Metal Plate Bearing The Name, Address And Contact Number Of Supplier (embossed/engraved) I. With Spray Painted Da Logo (6" X 6"), Labelled With "rfo1-amia" Below The Da Logo J. With Heavy Duty Polyethylene Tarpaulin (trapal) Enough To Cover The Delivered Items K. 1 Unit Delivered Shall Be Subjected To Acceptance Testing
City Of Tarlac Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.1 K)
Details: Description Project Billboard Safety And Health Railings And Windows Grills Tile Works Painting Works Scaffoldings Downspouts Signages Prospective Bidders Must Have Completed A Contract Similar To The Project With The Amount Of At Least 50% Of The Abc. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Documents Are Available From The Date Of This Advertisement Until The Opening Of Bids At The City General Service Office, 2nd Floor, Main Building, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Opening Of Bids Shall Commence At Exactly 2:00 P.m. On February 5, 2025 At The Bid And Awards Committee Conference Room. Pre-bid Conference Is Set January 23, 2025 At 2:00 P.m. At The Bids And Awards Committee, Conference Room, City Legislative Building, 2nd Floor, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Interested Bidders Should Submit Their Duly Accomplished Bid Proposals To The Bac Secretariat Not Later Than 2:00 P.m. On The Date Of Opening Of Bids. Bid Form/s Shall Be Paid Directly To The City Treasurer’s Office. Payment Of Bid Form/s Is Non-refundable. All Other Matters Not Specified Herein Shall Be Governed By Pertinent Provisions Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. Government Reserves The Right To Reject Any Or All Bids Waive Minor Defect Contained Herein; And Accept The Offer Most Advantageous To The Government
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: 36c248-25-q-0247
questions-answers Requirement-re-pad Service Seclusion Room-
vamc West Palm Beach
1-14-25
question- Good Morning, Sir. I Was Reaching Out For The Full Specifications Of The Notice Id 36c24825q0247.â Can We Please Have The Details Of The Seclusion Room Including Size And Diameter Of Room And All Pertinentâ information Ifâ possible. Thank You. the Rfp Scope Of Work States That The Walls And Floor Are To Be Covered With Safety Padding. Yet There Are Statements That A Portion Of The Safety Padding Must Be Removed To Accommodate A Bolt-down Seclusion Bed. This Statement Indicates That The Floor Currently Has Safety Padding. Are We To Provide New Safety Padding For The Floor Or Modify Some Existing Floor Safety Padding And Tie The Wall Padding To An Existing Floor Padding? Can You Also Confirm If We Are To Replace The Full Room Of Padding Shall It Already Be Installed In This Room? answer- Contractor Will Need To Replace The Existing Padding With New Padding. Only Section That Was Removed For Bed Will Need To Be Replaced. the Company Installing The Bed Will Need Enough Room To Get To The Bolts And Bed Out.
areas That Have Wear Can Be Sanded And Painted Without Replacing The Floor Or Walls. You Will Be Responsible For Disposing Of The Existing Bed And Installing New Padding Around The Area That Was Removed. contractor Will Need To Follow All Icra And Pcra Requirements And Provide Me With Osha 10 And 30 Certs Before Work Can Begin.
question- We Will Need The Room Size Length X Width X Height For The Material Take-off. Â answer- Measurements Are Attached. question- Is The Bed At Least 1 -0 Away From Any Adjacent Wall To Allow For A Proper Installation?
answer- Yes, Bed Is 30 ½ In From Wall. Attached Is Measurements.
please See The Attached Pictures Of The Room.
City Of Tarlac Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.1 K)
Details: Description Project Billboard Safety And Health Demolition Excavation Backfill Concrete Works Formworks And Scaffoldings Masonry Works Steel Works Roofing Works Plumbing Works Painting Works Prospective Bidders Must Have Completed A Contract Similar To The Project With The Amount Of At Least 50% Of The Abc. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Documents Are Available From The Date Of This Advertisement Until The Opening Of Bids At The City General Service Office, 2nd Floor, Main Building, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Opening Of Bids Shall Commence At Exactly 2:00 P.m. On January 30, 2025 At The Bid And Awards Committee Conference Room. Pre-bid Conference Is Set January 17, 2025 At 2:00 P.m. At The Bids And Awards Committee, Conference Room, City Legislative Building, 2nd Floor, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Interested Bidders Should Submit Their Duly Accomplished Bid Proposals To The Bac Secretariat Not Later Than 2:00 P.m. On The Date Of Opening Of Bids. Bid Form/s Shall Be Paid Directly To The City Treasurer’s Office. Payment Of Bid Form/s Is Non-refundable. All Other Matters Not Specified Herein Shall Be Governed By Pertinent Provisions Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. Government Reserves The Right To Reject Any Or All Bids Waive Minor Defect Contained Herein; And Accept The Offer Most Advantageous To The Government.
City Of Tarlac Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.5 K)
Details: Description Project Billboard Safety And Health Demolition Scaffoldings Roofing Works Ceiling And Carpentry Works Doors And Windows Tile Works Electrical Works Painting Works Plumbing Works Prospective Bidders Must Have Completed A Contract Similar To The Project With The Amount Of At Least 50% Of The Abc. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Documents Are Available From The Date Of This Advertisement Until The Opening Of Bids At The City General Service Office, 2nd Floor, Main Building, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Opening Of Bids Shall Commence At Exactly 2:00 P.m. On February 5, 2025 At The Bid And Awards Committee Conference Room. Pre-bid Conference Is Set January 23, 2025 At 2:00 P.m. At The Bids And Awards Committee, Conference Room, City Legislative Building, 2nd Floor, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Interested Bidders Should Submit Their Duly Accomplished Bid Proposals To The Bac Secretariat Not Later Than 2:00 P.m. On The Date Of Opening Of Bids. Bid Form/s Shall Be Paid Directly To The City Treasurer’s Office. Payment Of Bid Form/s Is Non-refundable. All Other Matters Not Specified Herein Shall Be Governed By Pertinent Provisions Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. Government Reserves The Right To Reject Any Or All Bids Waive Minor Defect Contained Herein; And Accept The Offer Most Advantageous To The Government
City Of Tarlac Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 4.9 Million (USD 83.5 K)
Details: Description Project Billboard Safety And Health Excavation Backfill Embankment Concrete Works Formworks And Scaffoldings Masonry Works Steel Works Roofing Works Ceiling Works Basketball Hoop Plumbing Works Painting Works Signages Prospective Bidders Must Have Completed A Contract Similar To The Project With The Amount Of At Least 50% Of The Abc. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Documents Are Available From The Date Of This Advertisement Until The Opening Of Bids At The City General Service Office, 2nd Floor, Main Building, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Opening Of Bids Shall Commence At Exactly 2:00 P.m. On January 30, 2025 At The Bid And Awards Committee Conference Room. Pre-bid Conference Is Set January 17, 2025 At 2:00 P.m. At The Bids And Awards Committee, Conference Room, City Legislative Building, 2nd Floor, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Interested Bidders Should Submit Their Duly Accomplished Bid Proposals To The Bac Secretariat Not Later Than 2:00 P.m. On The Date Of Opening Of Bids. Bid Form/s Shall Be Paid Directly To The City Treasurer’s Office. Payment Of Bid Form/s Is Non-refundable. All Other Matters Not Specified Herein Shall Be Governed By Pertinent Provisions Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. Government Reserves The Right To Reject Any Or All Bids Waive Minor Defect Contained Herein; And Accept The Offer Most Advantageous To The Government.
Department Of Human Settlement And Urban Development Quezo Tender
Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 64.5 K (USD 1.1 K)
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 01-0003, S. 2025 Procurement Activity Procurement Of Various Supplies And Materials For Dhsud Central Office Use (gsd) Mode Of Procurement Negotiated Procurement – Small Value Procurement [section 53.9] Approved Budget For The Contract (abc) Sixty-four Thousand Five Hundred Eighty-seven Pesos (php64,587.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposals On Or Before 1:00 Pm, January 14, 2025. Delivery Schedule Delivery Of Goods/items Shall Be Within Seven (7) To Fourteen (14) Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Said Activities Are As Follows: Item No. Qty. Unit Item, Description, & Minimum Specifications 1 6 Pail White Permacoat Flat Latex Paint, B-701 2 6 Pail White Semi-gloss Latex Paint, B-715 3 5 Bags Skim Coat 4 3 Gal Wall Putty 5 10 Pcs 7” Roller Brush 6 10 Pcs Baby Roller 7 5 Pcs No. 2 Paint Brush 8 20 Pcs No. 80 Sandpaper 9 20 Pcs No. 100 Sandpaper 10 1 Liter Acry-color Raw Sienna 11 1 Liter Acry-color Lamp Black 12 1 Can Vulca Seal 13 10 Pcs Sealant 14 1 Box Black Screw 3” (pointed) 15 2 Gal Red Oxide Primer, B-310 16 4 Gal Automotive Lacquer White, B-1300 17 6 Pcs Marine Plywood, ¾ X 4 X 8 18 20 Pcs Ppr Plain Elbow, ½” 19 3 Set Tank Fittings 20 1 Pc Deadbolt Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; And (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); And Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. D. Latest Tax Clearance; And E. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of Various Supplies And Materials For Dhsud Central Office Use (gsd) Request For Quotation No.: 01-0003, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Qty Unit Description Price/ Unit Total Price I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Municipality Of Jasaan , Misamis Oriental Tender
Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 75 K (USD 1.2 K)
Details: Description Request For Quotations Date: January 29, 2025 Rfq Reference No.: 2025-rfq-009 Company / Business Name : _______________________________________________________________ Address : _______________________________________________________________ Business / Mayor's Permit : _______________________________________________________________ Tax Identification Number : _______________________________________________________________ Philgeps Registration No. (required): _______________________________________________________ The Local Government Unit Of Jasaan, Jasaan, Misamis Oriental, Through Its Bids And Awards Committee (bac), Intends To Procure Hardware Materials- Sef Through Section 53.9 Negotiated Procurement – Small Value Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before 11:00 Am Of February 3, 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Allan A. Jumuad Bac Chairperson Office Of The Bids And Awards Committee, Ground Floor, New Municipal Hall Building, Pres. Quirino St., Upper Jasaan, Jasaan, Misamis Oriental, Mindanao, Philippines 9003 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 And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. The Head Of The Procuring Entity (hope) Of The Local Government Unit Of Jasaan, 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. For Any Clarification, You May Visit Us At The Bac Secretariat, Bac Office, Ground Floor, New Municipal Hall Building, Upper Jasaan, Jasaan, Misamis Oriental. By The Authority Of The Bids And Awards Committee: Date: January 29, 2025 Allan A. Jumuad Bac Chairperson 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 May Be Submitted In Person At Bac Secretariat, Bac Office. 5. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The E-mail Shall Be Considered. Terms And Conditions A. Bidders Shall Provide Correct And Accurate Information Required In This Form. B. 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. C. Price Quotation/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. D. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. E. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. F. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Head Of The Procuring Entity (hope) Of The Local Government Unit Of Jasaan 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. G. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. H. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. I. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Lgu - Jasaan. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. J. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. K. 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 Head Of The Procuring Entity (hope) Of The Local Government Unit Of Jasaan 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. L. 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. M. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Procurement Reference No. : 2025-rfq-009 Project Name : Procurement Of Hardware Materials- Sef Approved Budget For The Contract (pesos) : 62,020.00 This Procurement Is For Various Training And Consultation Activities. Exact Dates And Number Of Participants Per Activity Will Be Confirmed Within Three (3) To Five (5) Calendar Days Before The Activity. Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Item No. Technical Specifications Quantity Unit Of Statement Of Compliance Issue (“comply” / “not Comply”) 1 Corrugated Roof In Pre-painted 52 Shts ____________________________ (dep-ed Required Color Green) 0.9m X 8’ X 0.4mm Thk. 2 Ridge Roll Corrugated In 16 Pcs ____________________________ Pre-painted (dep-ed Required Color Green) 24” X 8’ X 0.4mm Thk. Financial Offer: Terms Of Payment Payments Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer Facility, Within Thirty (30) Days After Receipt Of Billing. In Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details Banking Institution : ________________________________________________ Account Number : ________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank) : ________________________________________________ Bank Branch : ________________________________________________ Note: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Procurement Reference No. : 2025-rfq-009 Project Name : Procurement Of Hardware Materials- Sef Approved Budget For The Contract (pesos) : 62,020.00 Item No. Technical Specification Quantity Offered Price Total Offered / Unit Per Unit Per Item 1 Corrugated Roof In Pre-painted 52 Shts ____________________________ (dep-ed Required Color Green) 0.9m X 8’ X 0.4mm Thk. 2 Ridge Roll Corrugated In 16 Pcs ____________________________ Pre-painted (dep-ed Required Color Green) 24” X 8’ X 0.4mm Thk. Approved Budget Total Offered Quotation: In Words _____________________________ For The Contract ______________________________________________________________________ (abc): P 65,020.00 _______________________________________________________________________ In Figures (pesos): ______________________________ _________________________________________ Signature Over Printed Name _________________________________________ Position/designation _________________________________________ Office Telephone/fax/mobile Nos. _________________________________________ Email Address/es
Ilocos Training And Regional Medical Center Tender
Furnitures and Fixtures
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 83.2 K (USD 1.4 K)
Details: Description Request For Quotation Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Below. Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date And Time. --------------------------------------- 1 Ecofor Wood 2" X 5" X 8" S4s Quality 399.00 11,970.00 30 Pc 2 Piano Hinges 3/4" X 6' Stainless 210.00 10,500.00 50 Pc 3 Cabinet Handle 5" Stainless 50.00 5,000.00 100 Pc 4 Magnetic Catches Big 20.00 2,000.00 100 Pc 5 Wood Primer Quality Brand 690.00 13,800.00 20 Gal 6 Qde Water-base Paint, Quality Brand 935.00 28,050.00 30 Gal 7 Sandpaper #100 Quality Brand 11,900.00 11,900.00 1 Gal --------------------------------------- Note: 1. Bidder Must Provide All Information Required In This Form; 2. Bidder Must Attach An Original Or Scanned Colored Copy Of Brochure/s Showing Specifications Of The Product/s Being Offered; 3. Bidder Must Submit A Sample, If Required, Within Two (2) Working Days Upon Notice; 4. Price Quotation/s Must Include All Taxes, Duties, And/or Levies Payable; 5. Price Quotation/s Must Be Valid For A Period Of At Least 30 Calendar Days From The Date Of Submission; 6. Price Quotation/s Exceeding The Abc Shall Be Automatically Rejected; 7. Interlineations, Erasures, Or Over Writings Shall Be Valid Only If They Are Signed By You Or Any Of Your Duly Authorized Representative/s; 8. Unless Otherwise Indicated, Evaluation And Award Shall Be Made On A Per-item Basis; 9. Contract Shall Be Awarded To The Bidder With The Lowest Calculated 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; 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Responsive Quotation, "toss Coin" Shall Be Employed As The Tie-breaking Method To Determine The Final Bidder To Whom The Contract Shall Be Awarded; 11. Bidder Must Submit Within Two (2) Calendar Days Upon Notification From The Bac Secretariat, Thru E-mail, Text Message, Or Phone Call, The Following Documents: Mayor's Permit, Philgeps Registration Number, Professional License/curriculum Vitae (additional For Consulting Services), Pcab License (additional For Infra), Income/business Tax Return (for Abcs Above Php500,000.00), And Omnibus Sworn Statement With Original Notarized Secretary's Certificate In Case Of A Corporation, Partnership Or Cooperative, Or Original Special Power Of Attorney In Case Of A Sole Proprietorship (for Abcs Above Php50,000.00). Failure To Submit Any Of The Documentary Requirements Within The Given Period Will Render Your Quotation Failed. 12. All Quotations Must Be In This Request For A Quotation Form. Quotations In Any Order Form Shall Be Rejected; 13. All Abcs Are Vat-inclusive Except For Medicines Under Ra 10963 Train And Ra 11534 Create 14. All Notices/purchase Orders Are Deemed Received/confirmed On Email Date 15. If Quotations Are Sealed In An Envelope, It Must Bear The Particular Rfq No. On The Face Of The Envelope Brenda I. Rosuman, Md Hbac Chairperson Ilocos Training And Regional Medical Center Parian, San Fernando City, La Union For Further Inquiry, You May Contact The Hbac Secretariat: Myron Jek C. Almodovar Tel. No. (072) 607-6418/642 Loc. 223 Telefax No. (072) 610-3639 E-mail Address: Bac_amp@itrmc.doh.gov.ph
Indian Army Tender
Healthcare and Medicine
GEM
India
Closing Date10 Jan 2025
Tender AmountINR 3.3 Million (USD 38.4 K) This is an estimated amount, exact amount may vary.
Details: Sodium Valproate Oral Solution 200 Mg 5 Ml Bott Of 100 Ml , Sterile Water For Amp Of 10 Ml , Sulphamethoxazole 400 Mg And Trimethoprim 80 Mg Tab , Calcium Acetate 667 Mg Tab , Cyclophosphamide 50 Mg Tab , Deflazacort 6mg Tab , Tab Isosorbide Dinitrate 20 Mg Plus Hydralazine 37.5 Mg , Tab Lacosamide 100mg , Sofosbuir 400mg Plus Ledipasvir 90mg Tab , Mebeverine Hcl 135mg Tab , Tab Mebeverine 200mg , Pantoprazole 40mg Plus Itopride 150 Mg Sr Tab , Prednisolone 10 Mg Tab , Prednisolone 5 Mg Tab , Tizanidine 2mg Tab , Zonisamide 50 Mg , Tamoxifen Citrate 20 Mg Tab , Tenofovir 300 Plus Lamivudine 300mg Plusdolutegravir 50mg , Tenofovir 300 Plus Emtricitabine 200mg Plusefavirenze 600 Mg Tab , Tetrabenazine 25mg Tab , Tab Thiocolchicoside 4mg , Tolvaptan 15mg Tab , Tramadol 50 Mg Plus Paracetamol 500 Mg Tab , Tranexamic Acid 500 Mg Plus Mefanimic Acid 250 Mg , Trazodone 50 Mg Tab , E D Tropicamide Eye Solution 1 Per Bott Of 5 Ml , Trypsin With Chymotrypsin Tab , Venlafaxine 37.5mg Tab , Vildagliptin 50mg Tab , Vitamin B Complex With A Minimum Conectration Of Vit B1 5 Mg Vit B6 3 Mg And Vit B12 5 Mcg Therapeutic Tab Cap , Zolpidem 5 Mg Tab , 5 Amino Salicylic Acid 400 Mg Tab , Clotrimazole Mouth Paint 1per Bott Of 15 Ml , Thiocolchicoside 8mg Tab , Pramipexole 0.5 Mg Tab , Ursodeoxycholic Acid 300 Mg Tab , Tab Rasagilline 0.5 Mg , Cefpodoxime 200 Mg Tab , Tab Ezetimibe 10 Mg , Diclofenac 25 Mg Ml Ip 3 Ml Inj , Risperidone 4 Mg Tab , Tadalafil 20mg Tab , Tab Betahistin 16mg , Sitagliptin 50 Mg Plus Metformin 1000 Mg Tab , Sodium Bicarbonate 1000mg Tab , Ethambutol 800 Mg Tab , Lamotrigine 100 Mg Tab , Tab Sexagliptin 5mg , Levetiracetam 1 Gm Tab , Paroxetine 25 Mg Tab , Lenalidomide 10 Mg Cap , Tab Ticagrelor 60mg , Ornidazole 500mg Tab , Finasteride 5 Mg Tab , Piracetam 800mg Tab , Gliclazide 40 Mg Tab , Simvastatin 20 Mg Tab , Syp Levetiracetam 100 Mg Ml , Tab Prucalopride 1 Mg , Aceclofenac 100 Mg Tab , Clobetasol Plus Neomycin Propygenta Cream , Rizatriptan 10mg Tab , Zolpidem 10 Mg Tab , Glimepiride 1mg Plus Metformin 500mg Tab , Pramipexole Er 1.5 Mg Tab , Chlorthalidone 6.25mg Tab , Oint Tretinoin 0.025per Tube Of 15gm , Clobetasolplus Miconozoleplusgentamycin Oint , Cefixime 200mg Plus Clavulanate 125 Mg Tab , Flunarizine 5mg Tab , Tab S Adenosyl L Methionine 400mg , Tab Eplerenone 50mg , Donapezil 10mg Tab , Brimonidine 0.2perplusbrinzolamide 1per Bott Of 5ml Eye Drop , Zidovudine 300 Mg Tab , Duloxetine 30 Mg Tab , Torsemide 20mg Tab , Faropenem 300 Mg Tab , Glimepiride 2 Mg Plus Metformin 1000 Mg Sr Tab , E D Loteprednol 0.5per Plus Moxiflox 0.5per , Tab Ropinirol 2mg , Rotacap Fluticasone 100mcg Plus Salmetrol 50mcg , Forglyn Formoterol 6mcg Plus Glycopyrrolate 25mcg Respicaps
8981-8990 of 9623 archived Tenders