Printing Tenders
Printing Tenders
Casisang Central Integrated School Tender
Publishing and Printing
Philippines
Details: Description Alcohol, Ethyl, 68%-72% ,500 Ml Alcohol, Ethyl, 68%-72% ,1 Gallon Ballpen, Black Ballpen, Red Broom (walis Tambo) Broom (walis Ting-ting) Brown Long Envelope Cartolina, Assorted Colors (20 Pcs/pack) Clip,backfold, 19mm (12 Pcs/box) Clip,backfold, 25mm (12 Pcs/box) Clip,backfold, 32mm (12 Pcs/box) Clip,backfold, 50mm (12 Pcs/box) Construction Paper , Assorted (legal) Correction Tape Data File Box Detergent Bar Detergent Powder ,all Purpose (1 Kilo) Dust Pan Fastener, Metal/plastic Floor Wax,paste Type, Red 900 Grams Folder With Tab, A4 (100 Pcs/pack) Glue, All Purpose (240 Ml) Hand Soap, Liquid 500 Ml Laminating Film A4 Marker, Permanent Black Paper Clip,vinyl/plastic Coated 33mm Paper Clip,vinyl/plastic Coated 50mm Paper, Multi Purpose A4 70 Gsm Paper ,multipurpose Legal 70 Gsm Pencil, Lead With Eraser Printer Ink 003-black Printer Ink 003-magenta Printer Ink 003- Cyan Printer Ink 003- Yellow Printer Ink 664- Yellow Printer Ink (brother)-black Printer Ink (brother)-magenta Printer Ink (brother)-cyan Printer Ink (brother)-yellow Scissors (big) Sign Pen,black Staple Wire, Standard Stapler, Standard Type Tape Dispenser, Table Top Tape Double-sided, 12mm Tape, Masking 24mm Tape, Masking 48mm Tape,packaging 300m Tape, Transparent 24mm Tape, Transparent 48mm Toilet Tissue Paper,2 Ply (12 Rolls) Vellum Board Paper, A4 White (10 Pcs/pack) 200 Gsm Vellum Board Paper, Legal White (10 Pcs/pack) 200 Gsm
Closing Soon7 Feb 2025
Tender AmountPHP 88.9 K (USD 1.5 K)
DINGLE POTOTAN WATER DISTRICT Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Dingle-pototan Water District Pototan, Iloilo _____________________________________________________________________________________________________ Request For Quotation No Np-25-001 The Dingle-pototan Water District, Through Its Bids And Awards Committee (bac), Intends To Procure Services For The Installation Of Dingle-pototan Water District Billing And Collection System Of Commercial Division In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republict Act No. 9184. The Bids And Awards Committee (bac) Will Hold A Pre-bid Conference On February 6, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Qoutation (rfq). Kindly Submit Your Quotation Duly Signed By You And Your Duly Authorized Representative Not Later Than February 18, 2025 At 8:30 Am At Dingle-pototan Water District, Brgy. Abangay, Pototan. A Copy Of Your 2025 Business/mayor’s Permit And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Mayor’s/business Permit. The Duly Accomplished And Notarized Omnibus Sworn Statement (gppb-prescribed Forms), Income/business Tax Return Will Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (033)-529-6057 Or Email Us At Dpwdcomdiv2023@gmail.com And/or Bacdpwd2025@gmail.com. Request For Quotation (rfq) May Also Be Downloded From The Dingle-pototan Water District Website: Http://dinglepototanwd.gov.ph (original Signed) Sweden Joy R. Lesondato Bac Secretariat Date: Name Of Company: Address: Tin: Philgeps Registration Number: Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Installation Of Billing And Collection System Program: Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares Re-open Re-open/new Connection Disconnected Temporary Close Permanent Close Renewal Of Service Contract Change Name/ownership Change Of Service Type Active Inactive • View Account Ledger View And Print Water Meter Billing Ledger View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading Pull-out/change Meter (old And New Meter) Generate Bill Remove Reading • Print List Of Meter Reading Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable Create Other Account Receivable View Other Account Receivable Print List Of Other Account Receivable Generate Bill Delete Other Account Receivable (ungenerated Bill) Remove Other Accounts Receivable Billing Statement Discounts For Senior Citizen And Others Collection • Manage Account Receivable Other Collection Transactions O Create Payment For Other Charges Consumer Payment Online O Create Payment For Water Bills Print Accounts Receivable • Mange Detailed Account Receivable Create Bill Adjustment Memo Record Multiple Payment/billing View And Print Billing History Search/filter Detailed Account Receivable Filter Concessionaires With Zero Balance Bill • Manage Collection Adjust Paid Account Apply Penalty Post Arears Print Receipt Unpost Paid Accounts Print List Of Payments Reports • Collection Report List Of Collection Report Daily Collection Report Monthly Collection Report Monthly Summary Collection Report • Billing Report Daily Billing Summary Monthly Billing Report Monthly Billing Summary Repport Total Billed Unbilled Concessionaire • Aging Report Daily Aging Report Detailed Monthly Aging Report (no Movement) Monthly Aging Summary Report • Consumption Report Monthly Zero Consumption Individual Consumption Analysis Monthly Consumption Pattern Top Users On Water Usage Average Consumption Report Percentage Concessionaire Rate Consumption Per Barangay • Concessionaire Report Concessionaire Per Barangay Total Number Of Concessionires Monthly (barangay/zone/service Type) Total Number Of Service Type Per Barangay And Per Zone Categorize Number Of Concessionaires Per Barangay With Consumption Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report Monthly Penalty Charge Summary Daily Penalty Report Monthly Penalty Report • Connection Status Report Monthly Connection Status Report Connection Status Report As Os Date Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholding Tax, Additional Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Schedule Of Requirements Bidder’s Statement Of Compliance A. Services For The Installation Of Dingle-pototan Water District Billing And Collection System (bcs) Of Commercial Division. February 19, 2025 Financial Offer Approved Budget For The Contract Total Offered Quotation Four Hundred Seven Thousand Eighty-one Pesos And 50/100 (p407,081.50) In Words: In Figures: Payment Details: Payment Shall Be Made Through Dbp Check After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/or Test Of The Program And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Bank Institution Account Number Account Name Branch Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es Terms And Conditions: 1. Service Providers Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 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 Calculated And Responsive Quotation For Services Which Complies With 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 Initialed By You Or Any Of Your Duly Authorized Representative/s. 7. Billing And Collection System (bcs) Shall Be Installed According To Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/ Or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Full Payment Shall Be Processed After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After The Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With The Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: A) Project Name; B) Approved Budget For The Contract; C) Contract Period; D) Name Of The Winning Bidder And Its Official Business Address; E) Amount Of Contract Awarded F) Date Of Award And Acceptance G) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. (original Signed) Marie Lyannbeth C. Sindingan Signature Over Printed Name Oic Commercial Division Position/designation (033) 529 - 6057 Office Telephone No. Fax/mobile No. Dpwdcomdiv2023@gmail.com Email Address/es Republic Of The Philippines Dingle-pototan Water District Pototan, Iloilo Proposed Approve Budget Of The Contract (abc), Technical Specifications And Terms And Conditions For The Installation Of Billing And Collection System (bcs) Of Dingle-pototan Water District Approved Budget Of The Contract (abc) - Four Hundred Seven Thousand Eighty-one Pesos And 50/100. (p407,081.50) Technical Specification Important Note: State “comply” In The Column “statement Of Compliance” Against Each Of The Individual Parameters Of The Each “specifications”. Technical Specifications Statement Of Compliance Software Components: Concessionaires • Create Concessionaires (account Number Auto Generared) • Update Concessionares Re-open Re-open/new Connection Disconnected Temporary Close Permanent Close Renewal Of Service Contract Change Name/ownership Change Of Service Type Active Inactive • View Account Ledger View And Print Water Meter Billing Ledger View And Print Other Accounts Billing Ledger • View Concessionare Information • Print Concessionaire Information • Search/filter Concessionaire Water Rates • Create Water Rates • Update Water Rates • View Water Rates • Print Water Rates • Search Water Rates • Generate Water Rates Meter Reading • Create Meter Reading • View Meter Reading • Edit Reading Pull-out/change Meter(old And New Meter) Generate Bill Remove Reading • Print List Of Meter Reading Monthly Per Zone • Print Bills • Search/filter Meter Reading Billing • Billing Schedule • Other Accounts Receivable Create Other Account Receivable View Other Account Receivable Print List Of Other Account Receivable Generate Bill Delete Other Account Receivable (ungenerated Bill) Remove Other Accounts Receivable Billing Statement Discounts For Senior Citizen And Others Collection • Manage Account Receivable Other Collection Transactions O Create Payment For Other Charges Consumer Payment Online O Create Payment For Water Bills Print Accounts Receivable • Mange Detailed Account Receivable Create Bill Adjustment Memo Record Multiple Payment/billing View And Print Billing History Search/filter Detailed Account Receivable Filter Concessionaires With Zero Balance Bill • Manage Collection Adjust Paid Account Apply Penalty Post Arears Print Receipt Unpost Paid Accounts Print List Of Payments Reports • Collection Report List Of Collection Report Daily Collection Report Monthly Collection Report Monthly Summary Collection Report • Billing Report Daily Billing Summary Monthly Billing Report Monthly Billing Summary Repport Total Billed Unbilled Concessionaire • Aging Report Daily Aging Report Detailed Monthly Aging Report (no Movement) Monthly Aging Summary Report • Consumption Report Monthly Zero Consumption Individual Consumption Analysis Monthly Consumption Pattern Top Users On Water Usage Average Consumption Report Percentage Concessionaire Rate Consumption Per Barangay • Concessionaire Report Concessionaire Per Barangay Total Number Of Concessionires Monthly (barangay/zone/service Type) Total Number Of Service Type Per Barangay And Per Zone Categorize Number Of Concessionaire Per Barangay With Consumption Total Monthly Concessionaires O New Connection O Re-open O Re-open/new Connection O Disconnected O Temporary Close O Permanent Close O Active O Inactive O Change/pull Out Meter • Penalty Report Monthly Penalty Charge Summary Daily Penalty Report Monthly Penalty Report • Connection Status Report Monthly Connection Status Report Connection Status Report As Os Date Disconnection List • List Of Pull Out/change Meters • Monthly Adjustment Report (penalty, Withholdig Tax, Additioanal Adjustments) • Incorporated Reporting Conversion (data) • Disconnection Order • Read And Bill Ready Settings • Zone • Manage Services • Manage Concessionaires • Manage Pament History • Manage Meter • Manage Arrears • Manage Status • Manage Bill • Adjustmemt System Maintenance Terms And Conditions: 1. Service Providers Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of (60) Calendar Days From The Date Of Submission Of Quotation. 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 Calculated And Responsive Quotation For Services Which Complies With 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 Initialed By You Or Any Of Your Duly Authorized Representative/s. 7. Billing And Collection System (bcs) Shall Be Installed According To Requirements Specified In The Technical Specifications. 8. The Dingle-pototan Water District Shall Have The Right To Require A Dry Run And/ Or Test The Program To Confirm Their Conformity To The Technical Specifications For Period Of (30) Calendar Days. 9. In Case Two Or More Programmers/bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Dingle-pototan Water District Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Winning Programmer/bidder In Accordance With Gppb Circular 06-2005. 10. Payment Shall Be Processed After Completion Of Billing And Collection System (bcs) And After The Required Dry Run And/ Or Test Of The Program, And Upon Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Total Cost Of The Program Not Installed Within The Prescribed Period Shall Imposed Per Day Of Delay. The Dingle-pototan Water District May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Programmer/bidder Shall Complete The Updating Of Billing And Collection System Program For 60 Calendar Days. 13. Any Time After Completion Of The Updating Of Billing And Collection System, The Programmer/bidder Shall Provide The Client Attention To Answer Any Questions Or Assist In Solving Any Problems With Regard To The Operation Free Of Charge And Hour For Any Assistance Thereafter, That The System Has A 24-hours And 7 Days A Week System Support In Case The System Has A Concern That Includes On Site And On –line Repair. The Programmer/bidder Agrees To Respond Any Reasonable Request For Assistance. 14. The Programmer/bidder Shall Provide A Cumulative 15 Hours Of Training With The End User. 15. The System Maintenance Will Be Free Of Charge For A Duration Of One (1) Year From The System Is Fully Operation Or Installed. 16. Notice To Proceed Will Follow After The Procurement Of Hardware. (hardware Specifications Will Be Provided By The Winning Programmer/bidder) 17. In Compliance With Section 4.3 Appendix 33 Of The 2016 Revised Irr Of Ra No. 9184 And Consistent With The Administrative Order No. 34, S. Of 2020, The Dingle-pototan Water District Shall Publish In Its Official Website And Social Media Platform The Following Post-award Information: H) Project Name; I) Approved Budget For The Contract; J) Contract Period; K) Name Of The Winning Bidder And Its Official Business Address; L) Amount Of Contract Awarded M) Date Of Award And Acceptance N) Implementing Office/unit/division/bureau Of The Concerned Agency Or Instrumentality. Prepared By: (original Signed) Marie Lyannbeth C. Sindingan Oic Commercial Division Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] 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]
Closing Soon7 Feb 2025
Tender AmountPHP 407 K (USD 6.9 K)
TAMPALON NATIONAL HIGH SCHOOL KABANKALAN CITY Tender
Publishing and Printing
Philippines
Details: Description Bond Paper(a4) Subs.20 Bond Paper (a4) Sub 30 Printer Ink Refill Black (epson) Printer Ink Refill (blue/epson) Printer Ink Refill (red/epson) Printer Ink Refill (yellow/epson) Printer Ink Refill (magenta/epson) Printer Ink Refill (red/canon) Printer Ink Refill (yellow/canon) Printer Ink Refill (blue/canon) Printer Ink Refill (black/canon) Staple Wire # 35 Stapler # 35 Staple Gun Tucker Sticker Photopaper Staple Gun Tucker Wire Long Expanded Envelope(green) Long Expanded Envelope(yellow) Long Expanded Envelope (red) Long Expanded Envelope (blue) Long Expanded Envelope (brown) Long Expanded Folder (red) Brown Envelope (long) Pentel Pen Pentel Pen Ink Refill (black) Photopaper A4 White Board Ink Refill (red) White Board Ink Refill (blue) White Board Ink Refill (black) White Board Eraser Long Size Folder Short Size Folder Scotch Tape (2 Inches) Scotch Tape 1" Double Sided Tape Masking Tape Fastener (box) Paper Clip (big) (box) Paper Clip (small) (box) Office Stationary Clip (25 Mm) Office Stationary Clip (32mm) Record Book (150 Leaves) Refillable Clear Book (a4, Yellow) Refillable Clear Book (a4, Red) Filing Tray Graphing Paper A4(ream) Stick Glue (small) Glue Gun
Closing Soon7 Feb 2025
Tender AmountPHP 75.6 K (USD 1.2 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
qualification Requirements (feb 1995)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
annual Representations And Certifications (jan 2025)|13|335932|1000||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation.
a Material Irpod Is Available At The Bpmi Website.
please Specify (if Other Than 60 Days) ______________ Days.if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To 'issue' Contractual Documents Asdetailed Herein.
please See Irpod For Shelf Life.
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents;
technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At
(https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To
the Award.
this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
3. Requirements
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents:
1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided.
2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod).
the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s)
Which Are Part Of The Total Requirement Of The Contract/purchase
Order.
block C: Is The Category Of Data Required, Tdp Is Defined
In Mil-t-31000. Tm Is Defined In Part 1x, Section B
Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's
Included In Our Solicitations Meet The Requirement Of Tdp As
Navsup-wss Does Not Regularly Purchase Only Technical Manuals
Without Purchasing Hardware And Related Tdp Software. Therefore,
Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item
Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number,
Invitation For Bid Number Or Another Number For Tracking And
Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The
Individual Who Prepared The Dd Form 1423 And Included The
Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content
And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If
The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual
Technical Manual Contract Requirements Number. In The Event
The Dd Form 1423 Is Requiring A Technical Manual The Numbered
Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement
Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval,
Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And
Acceptance Of The Deliverable Item. The Definition Of The
Codes Is As Follows:
Dd Form 250 Code Inspection Acceptance
Ss (1) (2)
Dd (3) (4)
Sd (1) (4)
Ds (3) (5)
Lt (6) (7)
No (8) (8)
Xx (9) (9)
(1) Inspection At Source.
(2) Acceptance At Source.
(3) No Inspection Performed At Source. Final Inspection
Performance At Destination.
(4) Acceptance At Destination.
(5) Acceptance At Source. Acceptance Based On Written
Approval From The Contract Officer.
(6) Letter Of Transmittal Only. Lt Should Not Be Used When
Inspection Is Required. The Data Is Sent By The
Contractor Directly To The Personnel Listed In Block 14
Of The Dd Form 1423. Lt Is Used When The Contracting
Agency Does Not Desire To Have A Dd Form 250 For Each
And Every Piece Of Data Developed By The Contractor.
The Only Other Authorized Use Of Lt Is The Special
Case Where The Contracting Agency Does Not Desire To
Have Separate Dd Forms 250 But Desires To Have A
Government Quality Assurance Representative Perform
Inspection. The Government Quality Assurance
Representative Shall Be Listed On The Distribution
In Block 14 And Requested To Provide Comments Via
The Quality Assurance Letter Of Inspection.
Use Of The Symbol Lt Is Not Authorized For Data Comprising
Final Delivery Of Technical Data Package Of For Technical
Manuals. (lt May, However, Be Used For Delivery Of
Preliminary Tdp's Or Tm's).
(7) As Specified In Block 8 Of The Dd Form 1423.
(8) No Inspection Or Acceptance Required. No Dd Form 250 Or
Letter Of Transmittal Required.
Use Of The Symbol No Is Not Authorized For Data Comprising
Technical Data Packages Or For Technical Manuals.
(9) Inspection And Acceptance Requirements Specified Elsewhere
In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring
Specific Advanced Written Approval Prior To Distribution Of
The Final Data Item Will Be Identified By Placing An "a"
In This Field. This Data Item Requires Submission Of A
Preliminary Draft Prior To Publication Of A Final Document.
When A Preliminary Draft Is Required, Block 16 Of The Dd
Form 1423 Will Show Length Of Time Required For Government
Approval/disapproval And Subsequent Turn-around Time For The
Contractor To Resubmit The Data After Government
Approval/disapproval Has Been Issued. Block 16 Will Also
Indicate The Extent Of The Approval Requirements, E.g.,
Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The
Government Can Circulate The Deliverable Item. The Definition
Of Codes A, B, C, D, E, Or F Is As Follows:
A. Distribution Of The Item Is Unrestricted.
B. Distribution Of The Item Is Limited To Agencies Only.
C. Distribution Of The Item Is Limited To Contractors With
A Cage Code And Have A Dd Form 2345 On File With The
Dla Logistics Information Services (dlis) Battle Creek,
Mich. Or Government Activities.
D. Distribution Of The Item Is Limited To Dod Activities
And Dod Contractors Only.
E. Distribution Of The Item Is Limited To Dod Components
Only.
F. Distribution Of The Item Is Restricted From Foreign
Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To
Be Delivered To The Government. The Abbreviations And
Their Meaning.
Annly Annually
Asgen As Generated
Asreq As Required
Bi-mo Every Two Months
Bi-we Every Two Weeks
Daily Daily
Dfdel Deferred Delivery
Mthly Monthly
One/r One Time With Revisions
Qrtly Quarterly
Semia Every Six Months
Wekly Weekly
Xtime Number Of Times To Be Submitted
(1time, 2times...9times)
Use Of These Codes Requires Further Explanation In Block 16
To Provide The Contractor With Guidance Necessary To Accurately
Price The Deliverable Data Item.
Other Abbreviations Not Appearing On The Above List May On
Occasion Be Used In Block 10 Of The Dd Form 1423. When Other
Abbreviations Are Used They Will Be Fully Explained In Block 16
Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day
Format, The Deliverable Item Is To Be Received By The
Requiring Office Cited In Block 6 Of The Dd Form 1423
For An Item With A Block 10 Entry Indication A Single
Delivery. If The Item Is To Be Submitted Multiple
Times, The Number Stated Is The Number Of Calendar Days
After The Frequency Cited In Block 10 The Item Is To Be
Received By The Requiring Office Cited In Block 6 Of The
Dd Form 1423. On Occasion The Deliverable Item Will Be
Required To Be Submitted Prior To The End Of The Frequency
Cited In Block 6. In That Event The Requirement Will Be
Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To
The Requiring Office (block 4) Expressed In
Year/month/day Format. The Abbreviations And Their
Meaning Are As Follows:
Asgen As Generated
Asreq As Required
Dac Days After Contract Date
Dfdel Deferred Delivery
Eoc End Of Contract
Eom End Of Month
Eoq End Of Quarter
Specific Instructions For These Requirements Will Be Provided In
Block 16. If The Deliverable Item Is Constrained By A Specific
Event Or Milestone The Constraint Will Be Fully Explained In Block 16
Of The Dd Form 1423. "as Generated", "as Required", And "deferred
Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After
The Initial Submission. Subsequent Submission Is Only Used To
Indicate The Specific Time Period. The Data Is Required When
Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is
Required. This Does Not Apply To Resubmission Of A Deliverable
Item That Has Been Reviewed By The Requiring Office And Determined
To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To
Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full
Name, Address (including Code) Will Be Specified. That Specific
Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To
Be Submitted. When Final "repro" Copies Are To Be Submitted
Block 16 Will Clarify The Type Of Repro Copies Required.
(e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required
By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information
Blocks 1 Through 15. This Block Is Also The Only Area Used To
Tailor The Document Listed In Block 4. Only Deletions To The
Minimum Requirements Stated In The Document In Block 4 Are
Allowed. Block 16 May Also Be Used To Specify The Medium For
Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The
Appropriate Price Group. The Price Groups Are Defined As Follows:
A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This
Type Of Data To Perform The Rest Of The Contract. Price
Would Be Based On Identifiable Direct Costs, Overhead, General
And Administrative (g&a) And Profit.
B. Group Ii - Data Essential To Contract Performance Which Must Be
Reworked Or Amended To Conform To Government Requirements.
The Price For Data In This Group Would Be Based On The Direct
Cost To Convert The Original Data To Meet Government Needs And
To Deliver It, Plus Allocable Overhead, G&a And Profit.
C. Group Iii - Data Which The Contractor Must Develop For His Own
Use And Which Requires No Substantial Change To Conform To
Government Requirements Regarding Depth Of Content, Format,
Frequency Of Submittal, Preparation, And Quality Of Data. Only
The Costs Of Reproducing, Handling And Delivery, Plus Overhead,
G&a And Profit, Are Considered In Pricing Data In This Group.
D. Group Iv - Data Which The Contractor Has Developed As Part
Of His Commercial Business. Not Much Of This Data Is Required
And The Cost Is Insignificant. The Item Should Normally
Be Coded "no Charge." An Example Is A Brochure Or Brief Manual
Developed For Commercial Application Which Will Be Acquired
In Small Quantities, And The Added Cost Is Too Small To Justify
The Expense Of Computing The Charge That Otherwise Would Go
With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total
Price Which Is Estimated To Be Attributable To The Production
Or Development For The Government Of That Item Of Data. The
Entry "n/c" For "no Charge" Is Acceptable.
the Packaging Label Shall Be Marked With The Nomenclature As Cited On Irpod.
date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
date Of First Submission=eoc
submit At Time Of Material Delivery, A Cure Date Certificate Iaw Di-misc-81318 To Navsup-wss Code N9433.
a Separate Certificate Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services.
di-misc-a81318 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Certification Package To Be Iaw Did Di-misc-81318(latest Rev).
Closing Date3 Mar 2025
Tender AmountRefer Documents
Municipality Of Bontoc, Southern Leyte Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Description: Purchase Of Photocopier Machine & Heavy- Duty Printer For Various Office , Printing Services ,municipality Of Bontoc, Southern Leyte
Closing Date26 Feb 2025
Tender AmountPHP 390 K (USD 6.6 K)
BARANGAY UPPER SEPAKA SURALLAH, SOUTH COTABATO Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description 1 Dozen Hand Gloves-cotton 2 Pcs Hard Hat-yellow 2 Pcs Hard Hat-blue 4 Pairs Rubber Boots-high Cut(black) Heavy Duty(assorted Size) 4 Pairs Reflector Vest (free Sizes) 64 Sq.ft 8' X 8' Tarpaauline (inclusive Design & Printing 50 Bf 15 - 2 X 2 X 10 Coco Lumber 1 Kls Cwnails # 3 20 Length 1.2mm X 50mm X 100mm Cee Purlins 3 Kls Cwnails # 4 200 Bf 50 X 2 X 2 X 12 Coco Lumber 3 Cu.m Selected Gravel 3/4''ø 520 Pcs 4 X 8 X 16 Chb 222 Kgs 60-10mm Rsb 40 Cu.m Selected Gravel 11/2''ø 630 Bags Portland Cement 39 Cu.m Wash Sand 70 Cu.m Selected Gravel 2,063 Kls 387-12mm X 6m Rsb 6 Kls Tie Wire # 16 6 Pcs Cutting Disk
Closing Soon10 Feb 2025
Tender AmountPHP 542.1 K (USD 9.2 K)
MUNICIPALITY OF BUHI, CAMARINES SUR Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description I Excavation Works Cu.m. 684 Ii Backfilling Works Cu.m. 800 Iii Concrete Works Cu.m. 4 Iv Tile Works Sq.m. 21.25 V Transmission Pipeline Lm 3,780 Vi Distribution Pipeline Lm 2,700 Vii Hauling Cost Of Materials Lot 1 Viii Spl - Project Billboard, Bunkhouse, Traffic Sq.m. 1 Signage And Safety & Health Invitation To Bid For The Expansion Of Level Ii/iii Water System, Iraya, Buhi, Camarines Sur (buhiinfra202501-007) The Local Government Of Buhi, Through The Lgsf-sbdp 2023 Intends To Apply The Sum Of Four Million Pesos (php 4,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Expansion Of Level Ii/iii Water System, Iraya, Buhi, Camarines Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Buhi Now Invites Bids For Expansion Of Level Ii/iii Water System, Iraya, Buhi, Camarines Sur. Completion Of The Works Is Required 85 Days. Bidders Should Have Completed, Within 10 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 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 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With Ate 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 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From The Local Government Of Buhi And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Local Government Of Buhi Will Hold A Pre-bid Conference On February 6, 2025 At 9:00 Am At Municipal Budget Office, New Municipal Building, San Buena, Buhi, Camarines Sur, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Submit Their Letter Of Intent (loi) For Each Specific Project Prior To The Scheduled Aforementioned Pre-bid Conference, Including The Following: 1. Valid Mayor’s Permit For 2025 2. Philgeps Certificate Of Registration (photocopy & Original, For Authentication); 3. Pcab License & Registration, For The Procurement Of Infrastructure Projects; 4. Statement Of All On-going Government & Private Contracts, Including Contract Awarded But Not Yet Started, If Any, Which Are Similar In Nature To The Contract To Be Bid With Supporting Documents (notice Of Award, Notice To Proceed, Contract, Certificate Of Completion & Certificate Of Acceptance); 5. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid With Supporting Documents (notice Of Award, Notice To Proceed, Contract, Certificate Of Completion & Certificate Of Acceptance); And 6. Drl/log-in Print-out The Bids And Awards Committee Will Not Entertain Authorized Representative & Accept And/or Receive Any Letter Of Intent With The Aforementioned Corresponding Supporting Documents All Interested Bidders Who Submitted Their Loi Shall Be Present On The Time & Day Of The Scheduled Pre-bid Conference. Bid Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 19, 2025 9:29 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instructions To Bidders. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On February 19, 2025 9:30 Am At Municipal Budget Office, New Municipal Building, San Buena, Buhi, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Local Government Of Buhi 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 Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ely Z. Yapan, Enp Municipal Budget Office New Municipal Bldg., Buhi, Camarines Sur 4433 -or- Vincent C. Dasmariñas General Services Office Old Municipio Bldg., Buhi, Camarines Sur 4433 (sgd.) Ely Z. Yapan, Enp Municipal Budget Officer Bac Chairman
Closing Soon7 Feb 2025
Tender AmountPHP 4 Million (USD 68.4 K)
Department Of Labor And Employment Tender
Textile, Apparel and Footwear
Philippines
Details: Description Inclusive Of: Tupad Work Uniform Set A. Long Sleeved Shirt (1) - Color: - Body: White, - Sleeves: Red - Material: Cotton 200 Gsm - Design Front: - Tupad Logo Printed On Upper Chest Area - Left Side: 3" To 4" From The Collar - Logo Size: 74.2mm W X 105mm H Back: - Dole Logo Size: 92.8 Mm (w) X 80 Mm (h) (center) - 1.5" From The Collar Text Size: 300mm W X 300mm H - 2" From The Logo - Fonts: Tupad Title - Museo Sans Rounded 1000 Color: Red -rest Of The Text - Museo Sans Rounded 900 Color: Black B. Unisex Bucket Hat (waway Comboy Hat) (1) Material: Katrina (210 Gsm Polyester) Adult Size, Adjustable Fit (approx 62.8 Head Circumference) Color: Red Casual Plain With Print: Tupad Logo C. Working Gloves (2 Pair) Material: Cotton Yarn 600gsm Adult Size 2 Pair Per Beneficiary (40,000 Beneficiaries) Place Of Delivery: Based On The Framework Agreement To Be Issued Together With The Call-off Order
Closing Date24 Feb 2025
Tender AmountPHP 10 Million (USD 171 K)
3181-3190 of 6559 active Tenders