Shoes Tenders

Shoes Tenders

Province Of South Cotabato Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 1 Job Order , Labor And Materials For The Repair, Installation And Replacement Lot Of Various Defective Parts Of Ambulance Vehicle Toyota Hi-ace With Plate No. 1201-488845 (property No. 480025) Description Of Work: • Replacement Of Wiper Blade, Rear Shock Absorber, Front Shock Absorber, 12v Blinker Assy, Atf Oil, Coolant And Brake Fluid • Installation Of Car Tint, Cabinet Holder, Oxygen Holder And Front Bumper Materials: • 1 Set Wiper Blade • 1 Set Rear Shock Absorber • 1 Set Front Shock Absorber • 1 Set 12v Blinker Assy • 4 L Atf Oil • 12 L Coolant • 3 L Brake Fluid • 1 Unit Car Tint • 1 Unit Front Bumper • 1 L ½’’ Stainless Steel 1 2 Job Order , Labor And Materials For The Replacement Of Wiper Blade, Clutch Lot Set And Release Concentric Cylinder Assy Of Service Vehicle Mitsubishi Strada With Plate No. B4j265 (property No. 410217) Labor: • Replacement Of Wiper Blade, Clutch Set And Release Concentric Cylinder Assy Materials Needed: • 1 Set Wiper Blade • 1 Set Clutch Set (disc And Pressure Plate) • 1 Unit Release Concentric Cylinder Assy 1 3 Job Order , Labor And Materials For The Replacement Of Wiper Blade, General Lot Overhauling And Reconditioning Of Garbage Dump Truck With Plate No. 1226-106460 (property No. 480011) Labor: • Replacement Of Wiper Blade • General Overhauling And Reconditioning 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 1 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost Materials Needed: • 1 Set Wiper Blade • 1 Set Overhauling Gasket • 1 Set Piston Assy • 1 Set Piston Ring Std • 1 Set Liner Std • 1 Set Main Bearing Std • 1 Set Connecting Rod Bearing Std • 1 Set T-washer • 2 Pcs Radiator Hose (upper/lower) • 1 Pc Air Filter • 1 Pc Alternator Hose (pressure Line) • 1 Pc Alternator Hose (return) • 4 Pcs Injector Nozzle Kit • 1 Pc Clutch Disc Assy • 1 Pc Release Bearing • 1 Pc Pilot Bearing • 2 Pcs Engine Support • 2 Pcs Transmission Support • 1 Set Alternator Belt • 1 Pc Water Pump Assy 4 Job Order , Labor And Materials For The Repair And Replacement Of Various Lot Defective Parts Of Ambulance Vehicle Toyota Hi-ace With Plate No. Yb 3001 (property No. Tf001) Labor: • Replacement Of Brake Pad, Brake Shoe, Clutch Master Assy, Wiper Blade And Floor Matting Materials Needed: • 2 Sets Brake Pad • 2 Sets Brake Shoe • 1 Set Clutch Master Assy • 1 Set Wiper Blade • 4 Mtrs Floor Matting 1 5 Job Order , Labor And Materials For The Replacement Of Wiper Blade And Lot Installation Of Various Parts Of Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057) 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 2 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost Labor: • Installation Of Rain Visor, Seat Cover, Back Rest And Steering Wheel Cover • Replacement Of Wiper Blade Materials Needed: • 1 Set Rain Visor • 1 Set Seat Cover (black Leather) • 1 Pc Back Rest • 1 Pc Steering Wheel Cover (leather) • 1 Set Wiper Blade 6 Job Order , Labor And Materials For The Repair And Replacement Of Various Lot Defective Parts Of Service Vehicle Toyota 2l 4x2 Pick-up With Plate No. Sgl 795 (property No. 410124) Labor: • Replacement Of Cross Joint, Center Bearing, Tail Light, Wiper Blade, Starter Magnetic Switch And Auxiliary Fan Materials Needed: • 3 Pcs Cross Joint • 1 Pc Center Bearing • 1 Set Tail Light • 1 Set Wiper Blade • 1 Pc Starter Magnetic Switch • 2 Pcs 12v Auxiliary Fan 1 7 Job Order , Labor And Materials For The Transmission Overhauling, Installation Lot Of Floor Matting And Replacement Of Various Defective Parts Of Service Vehicle Toyota Hilux With Plate No. Sfm 912 (property No. 411063) Labor: • Transmission Overhauling • Installation Of Floor Matting • Replacement Hydrovac W/ Brake Master Assy, Rear Wheel Cylinder Brake, Front Brake Caliper Kit, Brake Caliper Piston Assy (l/r), Clutch Master Assy, Clutch Booster Assy, Door Lock Remote System, Wiper Blade, Front Hood Lock Kit, Power Window Motor Assy, Aircon Vent Duct, Door Rubber Seal & Rear Camper Shield Sealant 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 3 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost Materials Needed: • 1 Pc Main Drive Bearing • 1 Pc Rear Main Drive Bearing • 1 Pc Center Bearing • 2 Pcs Counter Gear Bearing • 1 Pc Oil Seal (front Main Drive) • 1 Pc Oil Seal (rear Main Drive) • 2 Pcs Alpha Grey • 1 Pc Transfer Case Oil Seal • 4 Pcs Bearing (transfer Case 4x4) • 1 Pc Center Oil Seal (4x4) • 2 Gal Gear Oil • 4 M Spaghetti Matting (grey) • 1 Set Hydrovac W/ Brake Master Assy • 2 Pcs Rear Wheel Cylinder Brake • 1 Set Front Brake Caliper Kit • 1 Set Brake Caliper Piston Assy (l/r) • 1 Pc Clutch Master Assy • 1 Pc Clutch Booster Assy • 1 Unit Door Lock Remote System • 1 Set Wiper Blade • 1 Set Front Hood Lock Kit • 1 Pc Power Window Motor Assy • 1 Set Aircon Vent Duct • 1 Set Door Rubber Seal • 1 Unit Rear Camper Shield Sealant 8 Job Order , Labor And Materials For The Installation Of Seat Cover And Floor Lot Matting And Replacement Of Various Defective Parts Of Ambulance Vehicle Nissan Nv350 With Plate No. F21950 (property No. 480020) Labor: • Replacement Of Wiper Blade, Wiper Washer Sensor And Coolant • Installation Of Seat Cover And Floor Matting Materials Needed: • 1 Set Wiper Blade • 1 Pc Wiper Washer Sensor • 1 L Coolant • 1 Set Seat Cover (black Leather) 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 4 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 30 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost • 1 M Floor Matting 9 Job Order , Labor And Materials For The Replacement Of Wiper Blade, Seat Lot Cover And Brake Shoe Assy Of Service Vehicle Toyota Commuter With Plate No. S2q150 (property No. 410199) Labor: • Replacement Of Wiper Blade, Seat Cover And Brake Shoe Assy Materials Needed: • 1 Set Wiper Blade • 1 Set Seat Cover (black Leather) • 1 Set Brake Shoe Assy 1 10 Job Order , Labor And Materials For The Repair Of Ambulance Stretcher, Lot Replacement Of Wiper Blade And Coolant And Installation Of Floor Matting Of Ambulance Vehicle Toyota Tourer With Plate No. P5w274 (property No. 480027) Labor: • Repair Of Ambulance Stretcher • Replacement Of Wiper Blade And Coolant • Installation Of Floor Matting Materials Needed: • 1 Set Wiper Blade • 1 L Coolant • 1 Set Floor Matting • 1 M Stainless Steel 1 Total Abc: P 613,850.00 X-x-x Page 6 Follows X-x-x Note: For The Use Of Scph. Total Amount Of Bid: Source Of Fund: 2025-scph-5-02-13-060-mmoe-25-01-10555 Approved Budget: P 613,850.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 5 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within As Schedule Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 11 Job Order , Labor And Materials For The First Change Oil (month Of March) Lot Of The Following Vehicle: Service Vehicle Toyota Commuter With Plate No. S2q150 (property No. 410199): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter Service Vehicle Toyota 2l 4x2 Pick-up With Plate No. Sgl 795 (property No. 410124): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Ambulance Vehicle Toyota Hi-ace With Plate No. 1201-488845 (property No. 480025): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter 1 12 Job Order , Labor And Materials For The Second Change Oil (month Of June) Lot Of The Following Vehicle: Service Vehicle Toyota Commuter With Plate No. S2q150 (property No. 410199): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter Service Vehicle Toyota 2l 4x2 Pick-up With Plate No. Sgl 795 (property No. 410124): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter Ambulance Vehicle Toyota Hi-ace With Plate No. 1201-488845 (property No. 480025): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 1 Pc Fuel Filter 1 13 Job Order , Labor And Materials For The Third Change Oil (month Of Lot September) Of The Following Vehicle: Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter 1 14 Job Order , Labor And Materials For The Fourth Change Oil (month Of Lot December) Of The Following Vehicle: Service Vehicle Isuzu Dmax With Plate No. D3h559 (property No. 411057): Materials: 8 Liters Synthetic Diesel Engine Oil, 1 Pc Oil Filter, 2 Pcs Fuel Filter 1 Total Abc: P 86,560.00 X-x-x Page 7 Follows X-x-x Note: For The Use Of Scph. Total Amount Of Bid: Source Of Fund: 2025-scph-5-02-13-060-mmoe-25-01-10555 Approved Budget: P 86,560.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 6 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0089 February 11, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 20, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 15 Tire , 215/70 R15c, Tubeless 12 Pcs 16 Tire , 265/60 R18, Tubeless 4 Pcs 17 Tire , 205/70 R15c, Tubeless 4 Pcs 18 Tire , 235/70 R16, Tubeless 4 Pcs Total Abc: P 171,600.00 X-x-x Nothing Follows X-x-x All Tires Are Free Of Installation And Wheel Balancing -item No. 15 For Service Vehicle Toyota Pick-up With Plate No. Sgl 795 (property No. 410124), Ambulance Vehicle Toyota Commuter With Plate No. Yb3001 (property No. Tf001) & Ambulance Vehicle Nissan Nv350 With Plate No. F21950 (property No. 480020) -item No. 16 For Service Vehicle Isuzu D-max With Plate No. D3h559 (property No. 411057) -item No. 17 For Ambulance Vehicle Toyota Commuter With Plate No. 1201-488845 (property No. 480025) -item No. 18 For Service Vehicle Toyota Hilux With Plate No. Sfm 912 (property No. 411063) Note: For The Use Of Scph. Total Amount Of Bid: Source Of Fund: 2025-scph-5-02-13-060-mmoe-25-01-10555 Approved Budget: P 171,600.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0110a Page 7 Of 7
Closing Date20 Feb 2025
Tender AmountPHP 872 K (USD 15 K)

DEPARTMENT OF ENVIRONMENT AND NATURAL RES PENRO, APAYAO Tender

Automobiles and Auto Parts
Philippines
Details: Description Request For Quotation Pr No. : 2025-01-004 Mode Of Procurement Small Value Proc. Pr Date : January 23, 2025 Rfq No. 2025-01-017 End- User : Penro Date Prepared January 29, 2025 Abc : Php:64,100.00 Closing Date : February 3, 2025 Philgeps Reference No.: Closing Time : 10:00:00 Am Purpose: Procurement Of Spareparts, Accessories And Change Oil Of Penro Service Vehicle Nissan Navarra Model 2019 Including Installation. . Sir/madam : Item No. Description Quantity Unit Denr-apayao Abc Unit Cost Name Ofcompany Supplier's Quoted Price Unit Price Total Price 1 Brake Shoe 1 Set 2,800.00 2 Brake Pad 1 Set 2,500.00 3 Side Fender 1 Set 3,500.00 4 Wiper 1 Set 850.00 5 Side Clading 1 Set 7,500.00 6 Aircon Filter 1 Pc 650.00 7 Air Filter 1 Pc 950.00 8 Oil Filter 1 Pc 650.00 9 Fog Light 2 Pc 1,250.00 10 Synthetic Oil 7 Liters 750.00 11 Double Sided Tape 2" 15m 2 Pc 225.00 12 Head Light Assembly ( Nissan Navvara Model 2019, Left Side) 1 Pc 33,000.00 13 Labor & Installation 1 Lot 3,500.00 Xxxxxxxxxxx Total Notes: 1. Please Fill In Supplier's Quoted Price And Submit The Form To Bac Secretariat Of Denr-penro Apayao 2. Quotation Must Be Compliant With The Requirements Of The Project, Including The Technical Specification. 3. Terms & Condtions Are Specified At The Second Page Of The Rfq. Quotation Received In Excess Of The Abc Shall Automatically Be Rejected. Delivery Must Be Fifteen (15) Days Upon Receipt Of Purchase Order A. Eligibility Documents Must Be Attached To The Quotation ( Gppb Reso No. 21-2017 Dated May 30,2017 Sec. 53.9) 1. Philgeps Registration Number 2. Current Mayor's Permit Cy 2025 3. Dti/ Sec/cda 4. Omnibus Sworn Statement ( If The Abc Is Above 50k) 5.income/ Business Tax Return ( For Abc Above 500k) Notes: 1. Kindly Attach The Complete Eligibilty Documents To Avoid Disqualification 2. Scan The Documents In A Manner That The Entries Are Legible/readable. 3. Please Specify Brand. 4. Kindly Sign All Pages Of The Rfq. Failure To Submit/ Comply All Requirements Stated Above Shall Automatically Be Disqualified. Should Your Company Be Interested, You May Submit Your Proposal/ Quotation Thru Email Or Personal Appearance In The Office With Sealed Envelop At Denr-penro ,apayao San Isidro, Luna, Apayao Thru Email: Bacdenrapayao@yahoo.com ,you May Contact Mr. Raul T. Castro . ,bac Chairman , Cp. No. 0915-3345-293. Denr-apayao Reserves The Right To Reject Any And All Proposal , Delcare Failure, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 Of Its Irr Without Thereby Incuring Any Liability To The Affected Supplier. Raul T. Castro Bac Chairman Kindly Provide Details Below As A Sign Of Conforme To The Requirements As Specified Above Name Of Company ( Signature Over Printed Name Of The Authorized Representative) Address: Date Contact Number Terms And Conditons 1. Service Providers Shall Provide Correct And Accurate Information Required In This Form 2. Service Provider May Quote For Any Or All Items, Unless Otherwise Stated. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Days From The Closing Date. 4. Price Quotation Shall Include All Taxes, Duties And Or Levies Payable. 5. Price Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Initialed By The Authorized Representative Of The Service Provider. 8. The Item/s And/ Or Service S Shall Be Delivered According To The Requirements Specified Herein/ Attached Terms Of Reference. 9. Warranty Shall Cover The Following: A. Minimum Period Of Three (3) Months, In The Case Of Expendables Supplies After Acceptance Of The Deliveries By The Denr-apayao Authorized Signatory. B. Minimum Period Of One (1) Year (unless Otherwise Stated) , In The Case Of Non Expendables Supplies After Acceptance Of The Deliveries By The Denr-apayao Authorized Signatory. 11. Payment Shall Be Made In Accordance With The Terms Of Conditons Of The Contract. 12. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of Contract Not Delivered Within The Prescribed Completion Period Shall Be Imposed Per Day Of Delay.the Denr May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reches Ten Percent (10%) Of The Contract, Without Orejudice To Other Courses Of Action And Remedies Open To It.
Closing Date3 Feb 2025
Tender AmountPHP 64.1 K (USD 1 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Is A Sources Sought Notice Only. this Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources To Perform The Potential Requirement. This Sources Sought Notice Is Part Of Market Research Effort And Invites Contractors Capable Of Fulfilling The Requirement In Accordance With The Statement Of Work And Salient Characteristics.â  The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following:â  statement Of Work mold Remediation Services introduction/background air Quality Testing In A Va Building, Revealed Levels Of Airborne Microbial Particles That Exceed An Acceptable Level For A Healthcare Facility. Due To This Hazard, The Building Has Been Vacated Of All Patients And Staff And Will Remain So Until It Is Safe To Occupy. project Objective remediation Services To Remove Or Clean All Surfaces And Materials Located Inside Building. Building To Be Placed Under Negative Pressure, With Additional Units To Be Used As Air Filtrations. Hvac System To Be Isolated, All Diffusers Removed, Cleaned, Then Set Aside, All Flex Ducting To Be Removed (to Later Be Replaced), And All Duct Openings To Be Sealed. All Carpet In The Building To Be Removed. All Ceiling Tiles In The Building To Be Removed. All Drywall (including Above The Drop Ceiling) That Has Microbial Growth Or Moisture Damage To Be Removed. All Pipe And Ductwork Insulation Showing Evidence Of Growth Or Moisture Damage To Be Removed. All Building Semi And Non-porous Surfaces - Such As But Not Limited To Cabinetry, Countertops, Metal, Glass, Rubber Baseboards, Lighting And Plumbing Fixtures - Needs To Be Thoroughly Disinfected Via Appropriate Cleaning Methods. specifications mold Remediation Technical Specifications part 1 General scope this Specification Covers The Remediation Of Mold Including Removal, Cleanup And Disposal Of Mold Contaminated Materials From A Va Building. The Methods And Procedures In This Specification Are Based On The Observations And Previously Collected Background Air Samples. an Estimate Of The Amount Of Material To Be Removed Or Cleaned Is Not Given. The Determination Of The Actual Amounts, For Bidding Purposes, Is The Responsibility Of The Contractor. By Submitting A Bid, The Contractor Acknowledges That He Has Investigated And Satisfied Himself As To: the Conditions Affecting The Work, Including, But Not Limited To, Physical Conditions Of The Site Which May Affect Site Access, Handling And Storage Of Tools And Materials, Access To Water, Electricity Or Other Utilities, Or Otherwise Affect Performance Of Required Activities. the Character And Quantity Of All Surface And Subsurface Materials Or Obstacles To Be Encountered As Far As This Information Is Reasonably Ascertainable From An Inspection Of The Site, Including Exploratory Work Done By The Building Owner Or A Designated Consultant, As Well As Information Presented In Drawings And Specifications Included With This Contract. Any Failure By The Contractor To Acquaint Himself With Available Information Will Not Relieve Him From The Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Building Owner Is Not Responsible For Any Conclusions Or Interpretations Made By The Contractor On The Basis Of The Information Made Available By The Building Owner. description the Work Specified Herein Shall Be The Remediation Of Mold By Competent Persons trained, Knowledgeable And Qualified In The Techniques Of Remediation, Handling And Disposal Of Mold Contaminated Materials And The Subsequent Cleaning Of Contaminated Areas, Who Comply With All Applicable Federal, State And Local Regulations And Are Capable Of, And Willing To Perform, The Work Of This Contract. the Contractor Shall Supply All Labor, Materials, Services, Insurance, Permits, licenses, Patents, And Equipment Necessary To Carry Out The Work In Accordance With All Applicable Federal, State And Local Regulations And These Specifications. the Contractor Is Responsible For Restoring The Work Area And Auxiliary Areas Utilized During The Remediation To Conditions At Least Equal To Original Conditions. (this Excludes Any Material Removed As Part Of Scope.) Any Damages Caused During The Performance Of Remediation Activities Shall Be Repaired By The Contractor (e.g., Paint Peeled Off By Barrier Tape, Nail Holes, Water Damage, Broken Glass) At No Additional Expense To The Owner. applicable Standards And Guidelines all Work Under This Contract Shall Be Done In Strict Accordance With All Applicable Federal, State, And Local Regulations, Standards, And Codes Governing Mold Remediation And Any Other Trade Work Done In Conjunction With The Remediation. the Most Recent Edition Of Any Relevant Regulation, Standard, Document Or Code Shall Be In Effect. Where Conflict Among The Requirements Or With These Specifications Exists, The Most Stringent Requirements Shall Be Utilized. specific Requirements: title 29, Code Of Federal Regulations, 1926. Occupational Safety And Health Administration (osha), U.s. Department Of Labor. quality Assurance bidders Must Be Licensed As Required By The Iowa Bureau Of Labor. bidders Shall Demonstrate Prior Experience On Mold Remediation Projects Of Similar Nature And Scope Through The Submission Of Letters Of Reference From The Owners Including The Name, Address, And Telephone Numbers Of Contact Person (someone Specifically Familiar With The Contractor's Work) For At Least Three (3) Previous Users Of Service If Requested By The Owners. the Owner Reserves The Right To Reject Bids For Any Reason That Serves The Best Interests Of The Owner Or Building Occupants. The Owner Also Reserves The Right To Waive Any Technicality Or Irregularity In A Bid. Failure To Submit Requested information/documentation Can Result In Automatic Disqualification Of Bid Package. submittals And Notices pre-remediation: submit The Location Of The Landfill To Be Used For Disposal Of The Mold Contaminated Material. submit A List Of All Personnel Who Will Be Involved In The Remediation Activity Including, Supervisors, Workers, And Any Other Personnel Or Agent Who May Be Responsible For Any Aspect Of The Remediation Activities. submit Documentation From A Physician That All Employees Or Agents Have Been Medically Monitored To Determine Whether They Are Physically Capable Of Working While Wearing The Respirator Required Without Suffering Adverse Health Effects. submit Documentation Of Respirator Fit Testing For All Employees And Agents Who Must Enter The Work Area. Document Niosh Approval Of All Respiratory Protective Devices Utilized On-site. submit A List Of Equipment For This Project. with The Owner Or Owner's Representative, Inspect The Premises Wherein All Remediation And Remediation Related Activities Will Occur And Submit A Statement Signed By Both, Agreeing On Building And Fixture Condition Prior To The Commencement Of The Work. submit Manufacturer's Certification That Hepa Vacuums, Negative Pressure Ventilation Units, And Other Local Exhaust Ventilation Equipment Conform To Ansi 29.2-79. when Rental Equipment Is To Be Used In Remediation Areas Or To Transport Mold Contaminated Waste, A Written Notification Concerning Intended Use Of The Rental Equipment Must Be Provided To The Rental Agency With A Copy Submitted To The Owner. during Remediation Activities: submit Weekly Job Progress Reports Detailing Remediation Activities And Progress. submit Copies Of All Transport Manifests, Trip Tickets And Disposal Receipts For All Mold Waste Materials Removed From The Work Area During The Remediation Process. post In The Clean Room Area Of The Worker Decontamination Enclosure: a List Containing The Names, Addresses, And Telephone Numbers Of The Contractor, The Owner, The Assessment Professional, The Testing Laboratory And Any Other Personnel Who May Be Required To Assist During Remediation Activities. a Logbook To Record Names Of All Personnel Who Enter The Work Area. a Copy Of Emergency Procedures. telephone Numbers Of All Emergency Personnel And Principals For This Remediation Project. the Project Will Not Be Considered Completed Until All Submittals Are Received By The Owner. This Will Affect Payment For The Project. site Security the Work Area Is To Be Restricted Only To Authorized, Trained, And Protected Personnel. These May Include The Contractor's Employees, Employees Of subcontractors, Owner Employees And Representatives, State And Local Inspectors And Any Other Designated Individuals. entry Into The Work Area By Unauthorized Individuals Shall Be Reported Immediately To The Owner By The Contractor. access To The Work Area Shall Be Through A Single Worker Decontamination System. All Other Means Of Access (doors, Windows, Hallways, Etc.) Shall Be Blocked Or Locked So As To Prevent Entry To Or Exit From The Work Area. The Only Exceptions For This Rule Are The Waste Pass Out Airlock Which Shall Be Sealed Except During The Removal Of Containerized Mold Waste From The Work Area, And Emergency Exits In Case Of Fire Or Accident. Emergency Exits Shall Not Be Locked From The Inside; However, They Shall Be Sealed With Polyethylene Sheeting And Tape Until Needed. the Contractor Shall Have Control Of Site Security During Remediation Operations Whenever Possible, In Order To Protect Work Efforts And Equipment. contractor Will Have Owner's Assistance In Notifying Building Occupants Of Impending Activity And Enforcement Of Restricted Access By Owner's Employees. emergency Planning emergency Planning Shall Be Developed Prior To Remediation Initiation And Agreed To By Contractor And Owner. emergency Planning Shall Include Considerations Of Fire, Explosion, Toxic Atmospheres, Electrical Hazards, Slips, Trips And Falls, Confined Spaces, And Heat Related Injury. Written Procedures Shall Be Developed And Employee Training In Procedures Shall Be Provided. employees Shall Be Trained In Evacuation Procedures In The Event Of Work Place Emergencies. part 2 Materials And Equipment materials general: deliver All Materials In The Original Packages, Containers, Or Bundles Bearing The Name Of The Manufacturer And The Brand Name. store All Materials Subject To Damage Off The Ground, Away From Wet Or Damp surfaces, And Under Cover Sufficient Enough To Prevent Damage Or Contamination. polyethylene Sheeting For Walls And Stationary Objects Shall Be A Minimum Of 4 Mil Thick. For Floors And All Other Sheeting Of At Least 6 Mil Thickness Shall Be Used In Widths Selected To Minimize The Frequency Of Joints. tape - Duct, Glass Fiber, Or Other Type Capable Of Sealing Adjacent Sheets Of Polyethylene And Capable Of Sealing Polyethylene To Dissimilar Finished Or Unfinished Surfaces Under Both Wet And Dry Conditions Including The Use Of Amended Water. polyethylene Sheeting Utilized For Worker Decontamination Enclosure Shall Be Opaque White Or Black In Color. disposal Bags Shall Be Of 6 Mil Polyethylene. disposal Drums Shall Be Metal Or Fiberboard With Locking Ring Tops. equipment general: a Sufficient Quantity Of Negative Pressure Ventilation Units Equipped With Hepa Filtration Shall Be Utilized To Provide One Workplace Air Change Every 15 Minutes Or A Static Pressure Within The Work Area Of At Least -0.02 Inches Of Water Column. These Ventilation Units Must Be Commercially Produced Units And Not Self-manufactured. Ventilation Units To Be Exhausted Outside.the Contractor Shall Furnish A Copy Of Their Calculations To Obtain This Air Flow Or Static Pressure If Requested By The Owner. air Purifying Respirators Equipped With Hepa Filters Will Be Required. A Sufficient Supply Of Filters Shall Be Available In The Clean Change Area. This Requirement May be Modified By The Assessment Professional If Air Sampling Results Indicate The Need For More Protection. air Purifying Respirators With Dual High Efficiency (hepa) Filters May Be Utilized During Work Area Preparation Activities. Spectacle Kits And Eyeglasses Must Be Provided For Employees Who Wear Glasses And Who Must Wear Full Face Piece Respirators. Respirators Shall Be Provided That Have Been Tested And Approved By The National institute Of Occupational Safety And Health For Use In Mold Contaminated Atmospheres. full Body Disposable Protective Clothing, Including Head, Body And Foot Coverings (unless Using Footwear As Described In Section 2.02 (a)(6) Consisting Of Material Impenetrable By Mold (tyvek Or Equivalent) Shall Be Provided To All Workers In Sizes Adequate To Accommodate Movement Without Tearing. additional Safety Equipment (e.g., Hard Hats, Eye Protection, Safety Shoes Meeting The Applicable Ansi Standard, Disposable Pvc Gloves) As Necessary, Shall Be Provided To All Workers And Authorized Visitors. nonskid Footwear Shall Be Provided To All Remediation Workers. Disposable Clothing Shall Be Adequately Sealed To The Footwear To Prevent Body Contamination. a Sufficient Supply Of Disposable Mops, Rags And Sponges For Work Area Decontamination Shall Be Available. mobile Radios, Telephones, Etc. As Required By The Project Will Be Provided By The Contractor. removal/cleaning Equipment: sufficient Supply Of Scaffolds, Ladders, Lifts And Hand Tools Shall Be Provided As Needed. sprayers With Pumps Capable Of Providing A Water Stream Or Mist For Dust Control. rubber Dustpans And Rubber Squeegees Shall Be Provided For Cleanup. brushes Utilized For Removing Loose Mold Containing Material Shall Have Nylon Or Fiber Bristles, Not Metal. a Sufficient Supply Of Hepa Filtered Vacuum Systems Shall Be Available During Cleanup. part 3 Execution preparation post Caution Signs At Any Location And Approaches To A Location Where Airborne Concentrations Of Mold May Exceed Ambient Background Levels. Additional Signs May Need To Be Posted Following Construction Of Workplace Enclosure Barriers. shut Down And Lock Out Electric Power To All Work Areas As Necessary If Wet Conditions Warrant. Provide Temporary Power And Lighting. Ensure Safe Installation (including Ground Faulting) Of Temporary Power Sources And Equipment By Compliance With All Applicable Electrical Code Requirements And Osha Requirements For Temporary Electrical Systems. shut Down And Lock Out All Heating, Cooling And Air Conditioning System (hvac) Components That Are In, Supply Or Pass Through The Work Area. Seal All Intake And Exhaust Vents In The Work Area With Tape And 6 Mil Polyethylene. Also Seal Any Seams In System Components That Pass Through The Work Area. Remove All Hvac System Filters And Place In Labeled 6 Mil Polyethylene Bags For Staging And Eventual Disposal As Mold Contaminated Waste. due To Hvac Being Offline During Winter Conditions, Contractor To Provide Temporary Heat To Maintain Indoor Temperature Of 60 Degrees Fahrenheit Throughout Building. the Contractor Shall Provide Sanitary Facilities For Remediation Personnel Outside Of The Enclosed Work Area And Maintain Them In A Clean And Sanitary Condition Throughout The Project. seal Off All Windows, Doorways, Elevator Openings, Corridor Entrances, Drains, Ducts, Grills, Grates, Diffusers, Skylights, And Any Other Openings Between The Work Area And Uncontaminated Areas Outside Of The Work Area With 4 Mil Polyethylene Sheeting And Tape. barrier Walls Will Be Constructed Of 4 Mil Polyethylene Sheeting Extending From The Ceiling To Floor. workplace Exits worker Decontamination Enclosure System: worker Decontamination Enclosure Systems Shall Be Provided At All Locations Where Workers Will Enter Or Exit The Work Area. worker Decontamination Enclosure Systems Constructed At The Work Site Shall Utilize 6 Mil Opaque White Or Black Polyethylene Sheeting Or Other Acceptable Materials For Privacy. Detailed Descriptions Of Portable, Prefabricated Units, If Used, Must Be submitted For The Owner's Approval. Plans Must Include Floor Plan With Dimensions, Materials, Size, Thickness, Plumbing, And Electrical Utilities. the Worker Decontamination Enclosure System Shall Consist Of At Least A Clean Room And An Airlock. entry And Exit From The Decontamination Enclosure System Chamber Shall Be Through Curtained Doorways Consisting Of Two Sheets Of Overlapping Polyethylene Sheeting. One Sheet Shall Be Secured At The Top And Left Side, The Other Sheet At The Top And Right Side. Both Sheets Shall Have Weights Attached To The Bottom To Ensure That They Hang Straight And Maintain A Seal Over The Doorway When Not In Use. the Clean Room Shall Be Sized To Adequately Accommodate The Work Crew. Benches Shall Be Provided As Well As Hooks For Hanging Up Street Clothes. Shelves For Storing Respirators Shall Also Be Provided In This Area. Clean Work Clothes: Clean Disposable Clothing, Replacement Filters For Respirators, Towels, And Other Necessary Items Shall Be Provided In Adequate Supply In The Clean Room. A Location For Postings Shall Also Be Provided In This Area. Whenever Possible, A Lockable Door Shall Be Used To Permit Access Into The Clean Room From Outside The Work Area. Lighting, Heat, And Electricity Shall Be Provided As Necessary For Comfort. This Space Shall Not Be Used For Storage Of Tools, Equipment Or Materials, Or As An Office Space. waste Container Pass Out Airlock: the Waste Container Pass Out Airlock Shall Be The Same As The Exit Entry Airlock. emergency Exits: emergency Exits Shall Be Established And Clearly Marked With Duct Tape Arrows Or Other Effective Designations To Permit Easy Identification From Anywhere Within The Work Area. They Shall Be Secured To Prevent Access From Uncontaminated Areas And Still Permit Emergency Exiting. These Exits Shall Be Properly Sealed With Polyethylene Sheeting Which Can Be Cut To Permit Egress If Needed. These Exits May Be The Worker Decontamination Enclosure, The Waste Pass Out Airlock And/or Other Alternative Exits Satisfactory To Fire Officials. isolation Of The Workplace maintenance Of Enclosure Systems: following Completion Of The Construction Of All Polyethylene Barriers And Decontamination System Enclosures, Allow Overnight Settling To Ensure That Barriers Will Remain Intact And Secured To Walls And Fixtures Before Beginning Actual Remediation Activities. all Polyethylene Barriers Inside The Workplace, In The Worker Decontamination Enclosure System, In The Waste Container Pass Out Airlock And At Partitions constructed To Isolate The Work Area From Occupied Areas Shall Be Inspected At Least Twice Daily, Once Prior To The Start Of Each Day's Remediation Activities. Document Inspections And Observations In The Daily Project Log. damage And Defects In The Enclosure System Are To Be Repaired Immediately Upon Discovery. negative Pressure To Be Monitored With A Continuous Reading Device. A Record Of This Shall Be Furnished To The Owner. Use Smoke Tubes To Test The Effectiveness Of The Barrier System When Directed By The Owner. at Any Time During The Remediation Activities After Barriers Have Been Erected, If Visible Material Is Observed Outside Of The Work Area Or If Damage Occurs To Barriers, Work Shall Immediately Stop, Repairs Be Made To Barriers, And Debris/residue Cleaned Up Using Appropriate Hepa Vacuuming And Wet Mopping Procedures. install And Initiate Operation Of Negative Pressure Ventilation Equipment As Needed To Provide One Air Change In The Work Area Every 15 Minutes Or Produce A Static Pressure Of -0.02 Inches Of Water Column. (see Section 2.02 (a)) Openings Made In The Enclosure System To Accommodate These Units Shall Be Made Airtight With Tape And/or Caulking As Needed. If More Than One Unit Is Installed, They Should Be Turned On One At A Time, Checking The Integrity Of Wall Barriers For Secure Attachment And The Need For Additional Reinforcement. Ensure That Adequate Power Supply Is Available To Satisfy The Requirements Of The Ventilating Units. Negative Pressure Ventilation Units Shall Be Exhausted To The Outside Of The Building Whenever Feasible. Additional Negative Pressure Ventilation Units May Be Exhausted Inside The Work Area To Provide Continuous Air Cleaning. They Shall Not Be Exhausted Into Occupied Areas Of The building. Twelve-inch Extension Ducting Shall Be Used To Reach From The Work Area To The Outside When Required. Careful Installation, Air Monitoring And Daily Inspections Shall Be Done To Ensure That The Ducting Does Not Release Fibers Into Uncontaminated Building Areas. once Constructed And Reinforced As Necessary, With Negative Pressure Ventilation Units In Operation As Required, Test Enclosure For Leakage Utilizing Smoke Tubes. Repair Or Reconstruct As Needed. workplace Entry And Exit Procedures personnel Entry And Exit: all Workers And Authorized Personnel Shall Enter The Work Area Through The Worker Decontamination Enclosure System. Workers Shall Not Eat, Chew, Or Smoke Once They Have Entered The Work Area. Eating May Take Place Just Outside The Clean Room. Smoking, At Any Time During The Project, Is Prohibited On The Campus. all Personnel, Before Entering The Work Area, Shall Read And Be Familiar With All Posted Regulations, Personal Protection Requirements (including Workplace Entry And Exit Procedures) And Emergency Procedures. A Sign Off Sheet Shall Be Used To Acknowledge That These Procedures Have Been Reviewed And Understood By All Personnel Prior To Entry. all Personnel Shall Proceed First To The Clean Room And Appropriately Don Respiratory Protection And Launderable And/or Disposable Coveralls, Head Covering, And Foot Covering. Hard Hats, Eye Protection, And Gloves Shall Also Be Utilized If Required. Clean Respirators And Protective Clothing Shall Be Provided And Utilized By Each Person For Each Separate Entry Into The Work Area. personnel Wearing Designated Personal Protective Equipment Shall Proceed From The Clean Room Through The Airlock Into The Main Work Area. before Leaving The Work Area All Personnel Shall Remove Gross Contamination From The Outside Of Respirators And The Outer Protective Clothing By Brushing And/or Wet Wiping Procedures. Each Person Shall Clean Bottoms Of Protective Footwear Just Prior To Entering The Airlock. personnel Shall Proceed To The Airlock Where They Remove The Outer Protective equipment Except Respirators. Deposit Disposable And/or Launderable Clothing Back Into The Work Area Into Appropriately Labeled Containers For Disposal And/or laundering. reusable, Contaminated Footwear Shall Be Stored In The Airlock When Not In Use In The Work Area. Upon Completion Of Remediation, It Shall Be Disposed Of As Mold Contaminated Waste. Rubber Boots May Be Decontaminated At The Completion Of The Remediation Project For Reuse. still Wearing Respirators, Personnel Shall Proceed To The Clean Room, Clean The Outside Of The Respirators And The Exposed Face Area Under Running Water Prior To Removal Of Respirator. Various Types Of Respirators Will Require Slight Modification Of These Procedures. don Clean Disposable And/or Launderable Clothing If There Will Be Later Reentry Into The Work Area Or Street Clothes If It Is The End Of The Work Shift. these Procedures Shall Be Posted In The Clean Room And Equipment Room. waste Container Pass Out Procedures: mold Contaminated Waste That Has Been Containerized Shall Be Transported Out Of The Work Area Through The Waste Container Pass Out Airlock Or Through The Worker Decontamination Enclosure If A Separate Airlock Has Not Been Construction. waste Pass Out Procedures Shall Utilize Two Teams Of Workers, An "inside" Team And An "outside" Team. the Inside Team Wearing Appropriate Protective Clothing And Respirators For Inside The Work Area Shall Clean The Outside, Including Bottoms, Containers (bags, Drums, Or Wrapped Components) Using Hepa Vacuums And Wet Wiping Techniques And transport Them Into The Waste Container Pass Out Airlock. the Outside Team, Wearing Appropriately Assigned Respirators, Shall Enter The Airlock From The Outside Of The Work Area, Remove Them From The Airlock To The Outside. No Worker From The Outside Team Shall Further Enter The Work Area Through This Airlock. The Exit From This Airlock Shall Be Secured When Not In Use To Prevent Unauthorized Entry. personnel Protection Requirements training: prior To Commencement Of Remediation Activities, The Contractor Shall Have One Person Designated As A Competent Supervisor. This Person Shall Be On-site At All Times. special On-site Training On Equipment And Procedures Unique To This Job Site Shall Be Performed As Required. training In Emergency Response And Evaluation Procedures Shall Be Provided. respiratory Protection: all Respiratory Protection Shall Be Provided To Workers In Accordance With The Written Respiratory Protection Program, Which Includes All Items In osha 29 Cfr 1910.134 (b)(1-11). This Program Shall Be Posted In The Clean Room Of The Worker Decontamination Enclosure System. workers Shall Be Provided With Personally Issued, Individually Identified Respirators. respirator Types Shall Be Utilized According To The Following Schedule: full Face Air Purifying Respirators With Dual Hepa Filters Shall Be Utilized By Workers During Remediation Operations. full Face Powered Air Purifying Respirators Equipped With Hepa Filters May Be Used During Remediation Activities. fit Testing: workers Must Perform Positive And Negative Air Pressure Fit Tests Each Time A Respirator Is Put On, Wherever The Respirator Design So Permits. Powered Air Purifying Respirators Shall Be Tested For Adequate Flow As Specified By The manufacturer. workers Shall Be Given A Qualitative Fit Test In Accordance With Procedures Detailed In The Osha Lead Standard (29 Cfr 1910.1025, Appendix D, Qualitative Fit Test Protocols) For All Respirators To Be Used On This Remediation Project. An Appropriate administered Quantitative Fit Test May Be Substituted For The Qualitative Fit Test. documentation Of Adequate Respirator Fit Must Be Provided To The Owner. no One Wearing A Beard Shall Be Permitted To Don A Respirator And Enter The Work Area. protective Clothing: disposable Clothing Including Head, Foot, And Full Body Protection Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors. launderable Clothing, If Required, Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors. hard Hats, Protective Eyewear, Gloves, Rubber Boots, And/or Other Footwear Shall Be Provided As Required For Workers And Authorized Visitors. Safety Shoes May Be Required For Some Activities. commencement Of Work enclosure Systems Have Been Constructed And Tested. negative Pressure Ventilation Systems Are Functioning Adequately. all Pre-remediation Submissions, Notifications, Postings, And Permits Have Been Provided And Are Satisfactory To The Owner. all Equipment For Remediation, Cleanup, And Disposal Are On Hand. all Worker Training Is Completed. contractor Receives Written Permission From The Owner To Commence Remediation. removal/cleaning Procedures protection Of Materials Not Being Removed: materials That Are Not Being Removed Are To Be Protected From Any Damage That May Occur During Work. The Acoustic Ceiling Tile Suspension Grid Is To Be Cleaned Yet Remain In Place And Is Not To Be Damaged During The Removal Of The Tiles. level One: clean And Isolate Active Work Areas In Accordance With Section 3.01. wet All Mold Containing Materials With An Approved Biocide Solution Using Equipment Capable Of Providing A Fine Spray Mist, To Reduce Airborne Concentrations When The Material Is Disturbed. Keep All Removed Material Wet Enough To Prevent Release Until It Can Be Containerized For Disposal. removal And Cleaning: all Acoustic Ceiling Tiles, All Carpet Throughout The Entire Building Are To Be Removed And Properly Disposed Of. non-porous Materials - All Non-porous Surfaces Are To Be Cleaned Using A detergent Solution Or Solution Of Contractor's Choice That Will Re Move Mold. Hepa Vacuums May Be Used Along With The Solution For Cleaning. all Materials Need To Be Dried. Examples Of Non-porous Materials Include: metal glass hard Plastics plumbing Fixtures all Hvac Diffusers Are To Be Removed, Thoroughly Cleaned (as Detailed Above) And Set Aside Per Owner S Direction To Be Re-installed Later. semi-porous (e.g. Wood Doors, Unsealed Concrete) All Semi-porous Surfaces Are To Be Cleaned Using A Detergent Solution Or Solution Of Contractor's Choice That Will Remove Mold. This Solution Must Be Approved By Owner. Hepa Vacuums May Be Used Along With The Solution For Cleaning. All Materials Need To Be Dried. Examples Of Semi-porous Materials Include: wood concrete porous Materials - Remove All Porous Materials Where Visible Mold Growth Or Evidence Of Moisture Is Present. The Materials Should Be Removed, Bagged And Discarded. Examples Of Porous Materials Include: drywall insulation Of All Types carpet (all Being Removed, Regardless Of Evidence) acoustic Ceiling Tiles (all Being Removed, Regardless Of Evidence) containers (6 Mil Polyethylene Bags) Shall Be Sealed When Full. Bags Shall Not Be Overfilled. They Should Be Securely Sealed To Prevent Accidental Opening And Leakage By Tying Tops Of Bags In An Overhead Knot Or By Taping In gooseneck Fashion. Do Not Seal Bags With Wire Or Cord. Bags Shall Be Decontaminated On Exterior Surfaces By Wet Cleaning And Hepa Vacuuming. large Components Removed Intact May Be Wrapped In 2 Layers Of 6 Mil Polyethylene Sheeting Secured With Tape For Transport To The Landfill. mold Containing Waste With Sharp Edged Components (e.g., Nails, Screws, Metal Lath, Tin Sheeting) Will Tear The Polyethylene Bags And Sheet And Shall Be Reinforces With Extra Bags Or Wrapping. cleanup Procedure remove And Containerize All Visible Accumulations Of Mold Containing Material And Mold Contaminated Debris Utilizing Rubber Dust Pans, Rubber Squeegees, Hepa vacuums, Etc. remove All Containerized Waste From The Work Area And Waste Container Pass Out Airlock. decontaminate All Tools And Equipment And Remove At The Appropriate Time In The Cleaning Sequence. inspect The Work Area For Visible Residue. If Any Accumulation Of Residue Is Observed, It Will Be Assumed To Be Mold And The Work Area Must Be Re-cleaned. the Work Area Shall Be Cleaned Until It In Compliance With Criteria Agreed Upon By The Contractor And Owner Prior To Initiation Of Remediation Activities. following The Satisfactory Completion Of Clearance Criteria Remaining Barriers May Be Removed And Properly Disposed Of. A Final Visual Inspection By The Owner Shall Ensure That No Contamination Remains In The Work Area. Unsatisfactory Conditions May Require Additional Cleaning And Air Monitoring (see Section 3.11, Reestablishment Of The Work Area). clearance Testing following The Completion Of Cleanup Operations, The Remediation Contractor Shall Notify The Owner (or Industrial Hygiene Consultant Selected By Owner) When The Building Area Is Ready For Clearance Testing. Remediation Contractor Will Not Be Responsible For Performing Clearance Testing. The Owner (via Contracted Industrial Hygienist) Shall Arrange For Collecting Samples. 3.10 Disposal Procedures general: as The Work Progresses, To Prevent Exceeding Available Storage Capacity Onsite, Sealed And Labeled Containers Of Mold Containing Waste Shall Be Removed And Stored In The Dumpster On-site Until It Is Transported To The Prearranged Disposal Location. all Waste Shipment Records Shall Be Delivered To The Owner. A Recommended Record Keeping Format Utilizes The Waste Shipment Record (wsr) Which Includes The Names And Addresses Of The Generator (owner), Contractor, Transporter, And Disposal Site, The Estimated Quantity Of The Mold Waste And The Type Of Containers Used. transportation To The Landfill: once Drums, Bags And Wrapped Components Have Been Removed From The Work Area, They Shall Be Loaded Into An Enclosed Truck Or Dumpster For Transportation. any Debris Or Residue Observed On Containers Or Surfaces Outside Of The Work Area Resulting From Cleanup Or Disposal Activities Shall Be Immediately Cleaned Up Using Hepa Filtered Vacuum Equipment And/or Wet Methods As Appropriate. large Metal Dumpsters Are Sometimes Used For Mold Waste Disposal. These Should Have Doors Or Tops That Can Be Closed And Locked To Prevent Vandalism Or Other Disturbance Of The Bagged Mold Debris And Wind Dispersion Of Mold Fibers. Bags Shall Be Placed, Not Thrown, Into These Containers To Avoid Splitting. disposal At The Landfill: upon Reaching The Landfill, Trucks Are To Approach The Dump Location As Closely As Possible For Unloading Of The Mold Containing Waste. bags, Drums, And Components Shall Be Inspected As They Are Off Loaded At The Disposal Site. Waste Containers Shall Be Placed On The Ground At The Disposal Site, Not Pushed Or Thrown Out Of The Trucks. following The Removal Of All Containerized Waste, The Truck Cargo Area Shall Be Decontaminated Using Hepa Vacuums And/or Wet Methods To Meet The No Visible Residue Criteria. 3.11 Re-establishment Of The Work Area And Systems re-establishment Of The Work Area Shall Only Occur Following The Completion Of Cleanup Procedures And After Clearance Criteria Have Been Met And Documented To The Satisfaction Of The Owner. the Contractor And Owner Shall Visually Inspect The Work Area For Any Remaining Visible Residue. Evidence Of Contamination Will Necessitate Additional Cleaning Requirements In Accordance With Section 3.07. following Satisfactory Clearance Of The Work Area, Remaining Polyethylene Barriers May Be Removed And Disposed Of As Mold Contaminated Waste. at The Discretion Of The Contractor, Mandatory Requirements For Personal Protective Equipment May Be Waived Following The Removal Of All Barriers. re-secure Mounted Objects Removed From Their Former Positions During Area Preparation Activities. relocate Objects That Were Removed To Temporary Locations Back To Their Original Positions. reestablish Hvac, Mechanical And Electrical Systems In Proper Working Order. Remove Contaminated Hvac System Filters And Dispose Of As Mold Contaminated Waste. Decontaminate Filter Assembly Using Hepa Vacuums And Wet Cleaning Techniques. Install New Filters In Hvac Systems. Dispose Of Old Filters. repair All Areas Of Damage That Occurred Because Of Remediation Activities. period Of Performance upon Notice To Proceed, Contractor Shall Have 30 Calendar Days To Complete The Scope Detailed In This Document.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 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”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)

Agricultural Training Institute Lipa City Tender

Textile, Apparel and Footwear...+1Publishing and Printing
Philippines
Details: Description Pc 120l Plastic Drum With Lid 12 Pc Alcohol, 70% Isopropyl, 500 Ml 195 Pk Aluminum Foil, Big 5 Pk Bag, Plastic, 5x8, 1.4 Kg Cap, 100s 11 Pc Ball Valve ½ 20 Pc Balm Bottles 10 Pc Beaker, Plastic, 500 Ml 10 Pc Blade, Scalpel, #22 40 Pk Body Wash 1000ml 72 Pc Bolo Knife 10 Pair Boots, Ruber, Assorted Sizes 203 Pc Bottled Water, 50ml 20 Pk Boufant Caps, 100s 27 Pc Broom Stick, Kaong 17 Pc Camping Gas Burner 4 Pc Camping Gas, Refill 2 Pc Canister 50 Pc Catheter, Disposable, Spiral Tip 975 Pk Cottonballs,150 Balls/pk 21 Pk Coverslips, 200's 4 Pk Cup , Paper , 50s (12 Oz) 12 Pk Cup , Plastic,50s (12 Oz) 35 Pk Cup, Paper , 50s (8 Oz) 29 Pk Detergent Powder 17 Pc Digital Moisture Meter & Thermometer 2 Pc Digital Weighing Scale, 5 Kgs 4 Pk Dish Scrubbing Pad With Foam, 3's 2 Pk Dishwashing Liquid, Btl 7 Pk Disposable Underwear, 6s 250 Pc Diy Craft Materials, Assorted, Lot 19 Pc Dl-methionine 2 Pc Empty Spray Bottle (60ml) 14 Pc Exhaust Fan 6 Pk Face Mask With Garter, 6's 10 Pk Face Mask, 50s 110 Pc Fiber Glass Syringe, 10 Ml 22 Pc First Aid Kit 1 Pc Flag, Polyester 2 M Flexible Hose, 1/2 50 Pk Food Keeper, Rectangular, 5's 10 Pk Food Keeper, Round, 10's 10 Pc Forceps 20 Pc Funnel, Stainless 10 Pk Glass Slides, Ground Edges 4 Pk Gloves, Clear Plastic, Disposable, 100s 5 Pair Gloves, Rubber, Utility 75 Pk Gloves, Vinyl 13 Pc Grater/zester, Stainless, Pc 5 Pc Heavyduty Flashlight 6 Pk Hypodermic Needles 17g X 1",box 4 Pk Hypodermic Needles 21g X ½",box 5 Pk Hypodermic Needles, 18gx 1',10s 5 Pc Jar With Twist Lid 40 Kg Laundry, Garments 630 Pc Lpg Tank Refill 2 Pk Marker For Animal, Red/green, 10's 8 Pk Mdc Check, Boooklet 2 Pc Measuring Cups, Stainless, Set 38 Pc Medal (gold) W/ Print 5 Pc Medicine, Dextrolyte, Injectable, 100ml 28 Pc Medicine, Gonadin, Single Dose 120 Pc Iron Dextran, 100ml, 200mg/ml 26 Pc Medicine, Lutalyse, 30 Ml 3 Pc Medicine, Oxytocin, 50ml 12 Pc Medicine, Tincture Of Iodine, 1l 7 Can Medicine, Wound Spray, 86 Gms 12 Pk Milk Powder, 180g 2 Pc Mineral Premix 2 Pc Mixing Bowl, Stainless 28 Pc Morocco Folder, W/ Slide, Long 30 Pc Mugs, With Itcph Logo 94 Pc Needle, Suturing 20 Pk Nipple Tape. 50pcs 54 Pc Non-stick Skillet/pan, Pcs 5 Pc Pail, 10 L, Plastic 10 Pc Pail, Approx 20 Liters 10 Pk Petrolium Jelly 26 Pc Plastic, Pe For Vacuum Sealing 200 Pc Pointer, Laser 4 Roll Poly Bag Sealer Tape 2 Pc Prepaid Card, 300 12 Pc Puncher, 2 Hole 2 Pc Pvc Pipe, 6", 6 X 10 Ft 20 Pk Rice Hull And Wood Shavings 20 Pc Safety Glasses (eye Protection) 25 Pc Scalpel Holder #22 60 Pc Scissors, Stainless, Surgical 15 Pk Scrub Sponge, 3s 2 Pk Semen Bottle, 100ml Cap., 500's 3 Pk Semen Extenders, 10 Days 60 Pk Semen Extenders, 3 Days 150 Pc Semen Filter 2 Pc Semen, Extended, Stale 148 Pk Semen, Extended, Stale, Private Course/s 40 Btl Shampoo 1000ml 36 Pair Shoe Cover, Disposable, 25 Pairs 35 Pc Shovel, Flat 20 Pc Sickle, Karet 6 Pk Soap, Antibacterial, Liquid, Gal 19 Pk Soap, Dishwashing Liquid, Gal 4 Li Soda, Sprite/7 Up, 1.75 Li 4 Pc Soldering Iron 4 Pk Spatula, Silicon,3's, 5 Pc Squeeze Mop 6 Pc Stainless Boat, For Brining 1 Pc Surgical Blade, # 22 50 Pc Syringe, Disposable, 5ml, Terumo 200 Pc Tackle Box 5 Roll Tansi 20 Pc Tarpaulin, 4 X 8 Ft 20 Pc Tooth Clipper 15 Pc Tray, Stainless, Rectangular 2 Pc Water Bottle, Gal 5 Pc Water Sprinkler, Pressurized 2
Closing Date10 Feb 2025
Tender AmountPHP 821 K (USD 14.1 K)

Philippine Army Tender

Textile, Apparel and Footwear
Philippines
Details: Description The Philippine Army, Through The Philippine Army Appropriation Cy 2024 And The Dbm-approved Myca Dated 5 March 2024 Intends To Apply The Sum Of One Billion Six Hundred Thirty One Million Nineteen Thousand Pesos (php1,631,019,000.00) Being The Abc To Payments Under The Contract For Procurement Of Five Hundred Forty Three Thousand Six Hundred Seventy Three (543,673) Pairs Of Philippine Army Combat Boots, Olive Drab For Field Use. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In This Bidding Documents, We Will Refer To Php1,631,019,000.00 As Total Abc. While Stated Below As Annual Abc: Implementation Schedule Quantity Amount 2025 109,879 Pairs Php329,637,000.00 2026 109,605 Pairs Php328,815,000.00 2027 109,206 Pairs Php327,618,000.00 2028 109,068 Pairs Php327,204,000.00 2029 105,915 Pairs Php317,745,000.00 Total 543,673 Pairs Php1,631,019,000.00 2. The Philippine Army Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Two Hundred Forty (240) Calendar Days From The Receipt Of Notice To Proceed (ntp) By The Supplier For Each Year, Which Date Shall Not Be Later Than Seven (7) Days From The Issuance Of Ntp. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open Only To All Local Shoe Manufacturers As Prescribed Under Ra 9290 And Its Irr And Further Subject To The Conditions Of Eligibility Provided In The 2016 Revised Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From The Philippine Army And Inspect The Bidding Documents At The Address Given Below Office Hours (8:00am To 4:00pm) On Weekdays Only (except Holidays). Philippine Army Bids And Awards Committee 1 Qm Pabac1 033-25 Page 6 Procurement Of 543,673 Pairs Pa Combat Boots Od For Fu (rebid) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Seventy Five Thousand Pesos (php75,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Philippine Army Through Pabac1 Will Hold A Pre-bid Conference On The Time And Date As Specified Below At The Office Of The Pabac1, Fort Andres Bonifacio, Taguig, And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before The Date Of Submission. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On The Date As Specified Below And At The Given Address Below And/or Through Video Conferencing Or Webcasting. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Schedule Of The Bidding Activities Shall Be As Follows: Activities Time And Date Venue 1. Sale And Issuance Of Bidding Documents 8:00am To 4:00pm Mondays To Fridays Only Starting On _____________ Pabac1 Secretariat/ Conference Room, Pabac Building, Fort Andres Bonifacio, Taguig City 2. Pre-bid Conference January 06, 2025 08:30 A.m. 3. Deadline Of Submission Of Bids January 20, 2025 At 08:30 A.m. 4. Opening Of Bids And Evaluation January 20, 2025 At 08:30 A.m. Onwards 10. The Philippine Army 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Tie Breaking Method Shall Be Non-discretionary And Non-discriminatory. The Same Shall Be Based On Sheer Luck Or Chance (toss Coin) And In Chronological Order Based On The Submission Of Bids. 11. For Further Information, Please Refer To: Office Of The Pa Bids And Awards Committee 1 Fort Andres Bonifacio, Taguig City Philippine Army Bids And Awards Committee 1 Qm Pabac1 033-25 Page 7 Procurement Of 543,673 Pairs Pa Combat Boots Od For Fu (rebid) Bgen Jesus Jeffrey F Grapa Pa Pabac1 Chairperson Contact Nr. +63999-321-1164/+63977-488-0012 Telephone Nr. 845-9555 Local 6891 Email Address: Pabacsec@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: • Philgeps.gov.ph • Army.mil.ph Date Of Issue: ____________________ ___________________________ Bgen Jesus Jeffrey F Grapa Pa Pabac1 Chairperson
Closing Date20 Jan 2025
Tender AmountPHP 1.6 Billion (USD 27.8 Million)

Bureau Of The Treasury Tender

Manpower Supply
Philippines
Details: Description Description : Supply Of Security Services Brief Description : Provision Of Personnel To Perform Security Services To Btr Regional Office Located At Pres. Corazon C. Aquino Regional Government Center, Balintawak, Pagadian City, Zamboanga Del Sur And To The Provincial Offices Of Zamboanga City, Zamboanga Del Norte And Basilan No. Of Days Work : 365 Days Duration Of The Contract : January 01, 2025 To September 30, 2025 Approved Budget For The Contract : Regional Office 2 P 40, 870.00 X 9 Months = P 367, 830.00 Po - Zamboanga City/ Sibugay 1 20,336.00 X 9 Months = 183, 024.00 Po - Zamboanga Del Norte 1 20,336.00 X 9 Months = 183, 024.00 Po - Basilan 1 20,336.00 X 9 Months = 183, 024.00 Total P 101,878.00 P 916,902.00 I. Scope Of Work And Services A. The Security Guard/s Shall Perform The Following: Regional Office - Each Of The Two (2) Security Guards Shall Perform Work Of Eight (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices - Three (3) Security Guards For The Respective Provincial Offices To Perform Work Of (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. 1. Safeguard The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Their Attached Structures And Facilities From Fire, Criminal Infiltration, Economic Sabotage, Electronic Attack, Bomb Threats, Flood Damage, Vandalism, And Other Forms Of Physical Destruction. Term Of Reference: Security Agency For Cy 2025 Page 2 Of 9 2. Safeguard The Vehicles, Furniture And Other Materials Against Theft, Robbery, Fire, Arson And Other Form Of Crimes. 3. Safeguard The Btr Personnel, Clients And Visitors Against Harm Or Threats While Within The Offices’ Premises During Official Hours, Including Off-hours Whenever Their Access Are Authorized. 4. Promote And Maintain Peace And Order Within The Premises Of Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, The Assigned Areas Of Responsibility Including, But Not Limited To, The Designated Restricted And High-risk Areas Within The Premises. 5. Expedite Any And All Activities In Support Of The Mission And Objectives Of The Btr Including All Legal And Lawful Instructions Handed Down By The Higher Authority. 6. Record And Document In The Security Guard’s Logbook Or Journal All Significant Events Occurring In His Area Of Responsibility And/or Report In Writing Any Incident Inimical To The Safety And Integrity Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices. 7. Maintain Proper Decorum, Personal Discipline, Grooming, And Decent Uniform While On Duty And Refrain From Reading Newspapers, Using Cellular Phones And Gadgets, Drinking Alcoholic Beverages, Taking Prohibited Drugs, Or Any Other Activities That Will Cause Distraction In The Proper Performance Of His Duty. 8. Comply With Orders, Circulars, And Other Policies Of The Btr, Including Lawful Orders Of The Regional Director, The Heads Of Provincial Offices, Or Their Authorized Representatives. 9. To Strictly Comply With Republic Act No.5487, As Amended By P.d. 1919, Otherwise Known As The Private Security Law, And Its Implementing Rules And Regulations Issued By The Director General Of The Philippine National Police. Ii. Strategic Areas To Be Covered By Security Services A. Perimeter Area(s); B. All Floors From Ground Floor To Rooftop, Including The Garage And Utility Areas Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices; C. All Property Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Beginning From Ground Floor To Rooftop. Term Of Reference: Security Agency For Cy 2025 Page 3 Of 9 Iii. Schedule Of Requirements The Following Shall Be Provided By The Contractor: Item No. Qty. Description Bidder’s/supplier’s Compliance 1. *5 Sgs Security Guards Must Be: I. Filipino Male Citizen Ii. Preferably Those Who Have Completed 72 Units In College. Iii. Preferably With Experience In Guarding Government Facility Iv. Able To Communicate In Oral And Written English. V. Physical And Mentally Fit To Perform Security Duty. Vi. 25-45 Years Of Age. Vii. Minimum Height: 5 Ft. And 5 Inches Viii. Undergone Pre-licensing Training Administered Or Authorized By Pnpsosia. (provide Proof Of Training) Ix. Able To Prepare Investigation/spot Reports. X. Passed Np Evaluation And Drug Testing With Proof Of Compliance. Xi. Must Have Undergone Special Trainings On Anti-terrorism; Basic Fire Safety/prevention And Suppression; Basic First Aid And Self-defense Xii. Must Possess A Valid Security License As Of Bidding Date And During Tour Of Duty (submit Copy Of License). Xiii. Must Exhibit Good Moral Character, Honesty, Alertness. Xiv. Must Not Have Been Charged Nor Convicted Of Any Offense Involving Moral Turpitude (submit Appropriate Clearance, Barangay, Police And Nbi). 2 Materials/equipment/supplies To Be Provided By The Contractor, Per Sg: I. Prescribed Basic Uniforms Ii. Nightstick/baton Iii. Whistle Iv. Timepiece V. Writing Pen Term Of Reference: Security Agency For Cy 2025 Page 4 Of 9 Vi. Notebook And Duty Checklist (electronic Or Not) Vii. Flashlight Viii. First Aid Kit Ix. Service Firearms With Full Capacity Ammo. Load Plus Spare (subj. To Compliance With Pnp Guidelines On The Carrying Of Firearms And Ammunitions). X. Metal Detector Xi. Communication Radio (optional) Xii. Raincoat/pontio The Contractor Shall Provide The Abovementioned Security Personnel With Equipment That Should Be 100% Operational At All Times For The Duration Of The Contract. As To The Issued Firearms, They Must Be Of Genuine Brand Acquired From A Legitimate Source(s). No Paltiks Guns. Iv. Technical Specifications Technical Parameters Based On Gppb Circular No. 24-2007 Item No. Description Bidder’s/supplier’s Compliance 1. Stability Of The Company (a) Years Of Experience I. Has Been In The Business For At Least (3) Years; Ii. Has Experience In Providing Security Service (s) To Government Offices And Financial Institution; And, Iii. Bidders Shall Submit Certification Under Oath Of List Of Contracts Completed For The Past Three (3) Years. (b) Liquidity Of The Contractor Submit Audited Financial Statement For Cy 2020-2021 Duly Stamped By Bir Or Its Accredited And Authorized Institution. (c) Organizational Set-up Organizational Capability Of Any Agency Shall Be Based On Its Compliance With Organizational Structure Of Private Security Agencies Prescribed Under R.a. 5487 And Recent Irrs Implementing The Same. - Submission Of Organizational Chart Showing Key Management Personnel Are Themselves Term Of Reference: Security Agency For Cy 2025 Page 5 Of 9 Qualified And Licensed To Operate And Manage Security Business. - At Least (10%) Of Its Security Guard Force Are Currently Deployed On Important Posting Areas (e.g. Vital Installation, Airports, Power Plants, Banks And Similar Financial Institution And Government Offices). 2 Number Of Licensed Firearms - Agency Shall Have A Minimum Number Of Licensed And Serviceable Firearms (cal.38 Or 9mm For Handguns And/or 12 Gauge For Shotguns) Equivalent To 1/3 Of Their Total Number Of Security Guards; And, - Submit List Of Licensed Firearms 3 Other Factors (a) Recruitment And Selection Criteria - Show The Hiring Process For Security Guards And The Different Training Interventions Given To Security Personnel (b) Completeness Of Uniforms And Other Paraphernalia The Following Shall Comprise The Basic Equipment Of A Security Guard While On Duty: I. Prescribed Basic Uniform With Authorized Black Shoes Ii. Nightstick Or Baton Iii. Whistle Iv. Timepiece (synchronized To City Hall Time) V. Writing Pen Vi. Notebook And Duty Checklist (logbook Paginated And Smythe Sewn) Vii. List Of Emergency Numbers Viii. Flashlight Ix. First Aid Kit X. Service Firearms With Holster Xi. Handcuffs Xii. Communication Radio (optional) Xiii. Stun Devices (optional) Xiv. Raincoat/pontio Term Of Reference: Security Agency For Cy 2025 Page 6 Of 9 V. Other Responsibilities Of The Supplier/contractor A. The Supplier/contractor Shall Ensure That Their Assigned Security Guards To Btr Offices Are Physically And Mentally Fit For Duty During The Duration Of The Contract. Btr Reserves The Right To Require The Assigned Guards To Undergo Physical Fitness Test Before And During The Start Of The Contract. B. The Discipline And Administration Of The Security Guards Shall Conform To The Rules And Regulations Of The Contractor And The Btr. The Rules To Be Set By The Supplier/contractor Should Be Approved By Btr. C. The Supplier’s/contractor’s Personnel Rendering Unsatisfactory Performance, Questionable Actuations Or Behavior Including Repeated Violation Of Btr’s Internal Rules And Policies Shall Be Immediately Replaced Upon Receipt Of Written Memorandum From The Btr. On The Other Hand, The Supplier/contractor Shall Not Replace Security Guards To The Btr Without The Prior Approval From Its Management. D. The Supplier/contractor Shall Provide Its Security Personnel Stationed At The Client’s Offices With At Least (1) Unit License 9mm Handgun With Basic Ammunition Load Plus Extra Loaded Magazine; A Stand-by (1) Unit License 12 Gauge Shotgun To Be Issued Only During Extra-ordinary Situations, I.e., Like Existence Of Rebellion, Widespread Violence, Terroristic Attacks And Situations Calling For A More Heightened Alert. E. The Security Guards Of The Supplier/contractor Shall Never Be Employees Of The Btr. Hence, The Latter Shall Not Be Held Responsible For Any Claims For Compensation In The Event Of Injuries And Death Sustained By The Security Guards Or By Any Third Persons In The Performance By The Latter Of Its Duty With Btr. F. The Supplier’s/contractor’s Security Guards Shall Not Be Allowed To Stay In The Building Premises When On “off-duty”, Except During Times Of Emergency Situations. G. The Supplier/contractor Shall Require Its Security Guards Assigned To Their Respective Stations To Render Services In Accordance With The Contract And This Terms Of Reference. Security Guards Are Expected To Be On The Regional Office’ And Provincial Offices’ Premises At Least (30) Minutes Before The Start Of Duty. H. The Supplier/contractor Shall Prepare At Least Two (2) Relievers To Immediately Assume The Duty From Regular Guards In Case Of Their Absence. I. The Supplier/contractor Shall Require Its Security Guards To Render Services Exceeding The Scheduled Working Hours In The Exigencies Of The Service And/or As The Need May Arise. Absent Security Guards Shall Immediately Be Replaced By Relievers. Term Of Reference: Security Agency For Cy 2025 Page 7 Of 9 J. The Supplier/contractor Shall Assume Full Responsibility For Any Liabilities, Cause/s Of Action Or Claims Which May Be Filed By Any Of The Security Guards Under Labor Laws, Employees Compensation Laws Or Other Special Laws, Rules And Regulations Currently Mandated/implemented By The Department Of Labor And Employment. By Virtue Thereof, The Supplier/contractor Shall Render Btr, Its Officers And Employees, Free And Harmless From Any Such Liabilities, Cause Of Action Or Claims. K. The Supplier/contractor Shall Be Responsible For The Loss, Damage Or Injury That May Be Suffered By Btr Or Its Clients, Personnel And Properties, During The Tour Of Duty Of The Assigned Security Guards. Btr Shall Inform The Supplier/contractor In Writing Within Twenty Four (24) Hours From Its Occurrence Or Discovery. It Is Understood That The Contractor Shall Not Be Liable For Loss/es Or Damage/s Incurred By Btr Due To Fortuitous Events Or Force Majeure, Unless Accompanied By Negligent Acts By The Security Guards Or Their Failure To Take Positive Measures To Prevent Such Loss/es Or Damage/s In Line With Established Contractor And Btr Rules And Policies. Further, The Supplier/contractor Guarantees The Full Compensation For Whatever Loss/es Or Damage/s Which Btr May Sustain On The Occasion Of The Fault And Negligence Of Its Security Guards After Due Investigation Is Conducted On The Matter. L. The Supplier Or Contractor Is Obligated To Submit Proof Of Remittance In Compliance With Various Statutory Social Legislation Measures, Including But Not Limited To Contributions To Sss, Pag-ibig, Philhealth, And Ecc, Retirement Benefits For The Retirement Plan Established Or Remittance To Any Institution Responsible For The Administration And Maintenance Of Such Fund. The Supplier/contractor Shall Also Submit The Monthly Proof Of Payment Of The Basic Pay And Other Benefits Paid Directly To The Guards. This Documentation Must Be Provided To The Bureau Of The Treasury (btr) Within Fifteen (15) Days Following The Conclusion Of Each Month. Failure To Submit The Required Proof Of Remittance Shall Be A Ground For The Suspension Of Contract Payments Until Compliance Is Achieved. Additionally, Any Infringement Of These Standards Or Labor Laws May Result And Constitute As A Ground For The Blacklisting Of The Supplier Or Contractor. M. The Supplier/contractor Shall Comply With Existing Labor Standard Laws And Regulations, Especially In The Payment Of Minimum Wage And Other Statutory Benefits Implemented By Dole, Padpao, And The Pnp. N. In Addition, The Supplier/contractor Shall Submit To Btr The Following Upon Submission Of Their Rfq/proposal: 1. Certification Of Good Standing From The Pnp-sosia (formerly Pnp-sagds) And The Philippine Association Of Detective And Protective Agency Operators (padpao). 2. A Certified Copy Of The License To Operate As A Security Agency From The Pnp Term Of Reference: Security Agency For Cy 2025 Page 8 Of 9 3. Business Permit, Philgeps Certificate, Certificate Of Registration (bir), Tax Clearance, Itr (income Tax Return) O. The Supplier Shall Submit The Cost Distribution Schedule Of Security Services Following The Herein Format. Any Other Benefits May Be Added As Long As The Required Items Specifically Listed Below Are Adhered And Compliant With The Approved Budget Contract. Agency Estimate For Security Guards Factor Days 1st Shift 2nd Shift 393.4 414 414 Estimated Equivalent Monthry Rate = Eemr Payable Directly To Security Guards 1.1 Basic Salary Rate ( Monthly ) Sub- Total 1.2 Night Shift Differential ( Note :only 1 Hour Is Alloted For Night Shift Since Duty Is Only Until 11:00 Pm 1.3 13th Month Pay- 1/12 Of Basic Pay 1.4 Service Incentive Leave Pay - 5 Days Per Year (sil) 1.5 Uniform Allowance 1.6 Retirement Benefit Per Month (eemr * 22.5/12) Sub-total (a) Government Payment 1.7 Sss Premium Er Share (based On Table) 1.8 Sss Ec Er Share (based On Table) 1.9 Philhealth Er Share (5% Total, Shared 50:50 By Ee And Er) 1.10 Sif- Er Share 1.11 Pag_ibig Er Share Sub-total (b) Total Payment To Guards + Gov't ( C) 0.00 0.00 Admin Fee (d)= C * ___% 0.00 0.00 Vat- 12% Of Admin Fee (e )= D *12% 0.00 0.00 Total Vat And Admin Fee 0.00 0.00 Total Contract Cost- Monthly (f )= C + D + E 0.00 0.00 Annual Cost (f * 12 Months) 0.00 0.00 Total Annual Cost To Guards [1st Shift: (h * 4 Guards)] Ro + Zambo. City + Zambo. Del Norte + Basilan 0.00 Total Annual Cost To Guards 2nd Shift Of Regional Office Guard With Night Salary Differential 0.00 Term Of Reference: Security Agency For Cy 2025 Page 9 Of 9 Total First And Second Shift 0.00 Vi. Reservation Clause The Btr Reserves The Right To: Reject Documents That Do Not Comply With The Requirements; To Waive Any Formalities And Documents Or Consider Any Submission Of Documents As Substantial Compliance; To Reject Any And All Bids; To Declare A Failure Of Bidding; To Annul The Bidding Process; Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Potential Supplier Or Bidder/s. This Also Includes The Changes In The Funds/allotment Releases For The Said Program/project/activity Affecting The Award Of Contract, Which Are Either Withheld Or Reduced, At No Fault Of The Btr. The Btr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidder/s Or Potential Supplier/s For Any Expenses Incurred In The Preparation Of The Bid/proposal. Prepared By: Cesar M. Canoog Jr. Administrative Assistant Ii Approved: Albert Jonathan B. Paulino Director Ii Conformed: _________________________________ Signature Over Printed Nam
Closing Date3 Jan 2025
Tender AmountPHP 916.9 K (USD 15.8 K)

PHILIPPINE SPORTS COMMISSION Tender

Food Products
Philippines
Details: Description 1. Scope Of Work 1.1. The Winning Bidder Shall Provide/prepare The Athletes/coaches’ Daily Meals With The Following Meal Composition: 1.1.1. Breakfast: - Soup - 2 Viands (choice Of 1 Fish Or 1 Chicken Or Meat Dish) - 1 Egg (boiled, Sunny Side Or Scrambled) - Rice (white And Brown Or Black), Bread (white And Wheat), Cereal And/or Oatmeal - Fresh Fruits - Beverages: Water, Fresh Juice, Milk (fresh, Low Fat Or Non-fat, And/or Soymilk), Low Fat Chocolate Milk And/or Brewed Coffee 1.1.2. Lunch And Dinner: - Soup - 2 Viands (choice Of 1 Fish Or 1 Chicken Or 1 Red Meat Dish) - Vegetable Dish - Rice (white And Brown Or Black) - Fresh Fruits - Beverages (water And/or Fresh Juice) And/or - Soup - Noodles/pasta With Meat/chicken/fish - Bread (white And Wheat) - Vegetable Dish - Fresh Fruits - Beverages (water And/or Fresh Juice) 1.2. Correct Serving Size Should Be Implemented. Different Athletes Would Require Different Serving Sizes According To Their Needs. This Must Be Discussed By The Caterer And The Full-time Nutritionist Before The Operation Of The Food Service. 2. Software System: 2.1. Identification Card With Rfid System Where All The Data Of The Athletes Are Contained In The System, Including Their Diet Needs, Food Restrictions, Allergies, Etc. (please See Annex D) 3. Other Nutrition Concerns: 3.1. Food Restriction Such As Vegetarian, Religion (muslim) And Other Medical Conditions Such As Food Allergy And Food Intolerance Should Be Determined And Considered When Planning The Menu. 3.2. No Use Of Additives/msg In All Food Items. 3.3. No Use Of Extenders. 3.4. Serve Natural Food Sources Only. 3.5. Low Salt (less Use Of Salt) And Low Fat (less Use Of Oil). 3.6. No Takeout Policy To Ensure Food Safety And Avoid Food Spoilage. 3.7. No Left-over Policy. 3.8. Practice Clean As You Go. 3.9. The Daily Menu Can Be Provided By The Food Service Provider But Must Be Assessed/evaluated And Approved By The Psc-msas Sports Nutrition Unit. 3.10. High Quality Service From The Caterer Must Be Implemented. 3.11. The Psc Msas Full-time Nutritionist Shall Prepare Meal Cards For Athletes Including Meal Plan And Food Allergies If Any And Other Restriction Such As Vegetarian, Religion. 4. Rules For The Food Servers: Please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 19: Food Handlers: Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 4.1. A Proper Uniform Is Needed All The Time (hairnet, Mask, Gloves, Apron, Proper Shoes And Plain White Polo Shirt And Black Pants). Color Coded Aprons Are Used To Distinguish Different Responsibilities Inside The Kitchen. 4.2. In Case Of Sickness, He Or She Is Not Allowed To Work In The Kitchen Unless Her/she Must Secure A Medical Clearance From Psc – Msas Medical Unit. 4.3. All Staffs: Cooks, Kitchen Helpers, Dishwashers, And Servers Must Have A Health Certificate And Food Safety Certification From The City Government. No Person Shall Be Employed In Any Food Establishment Without A Health Certificate Issued By The Local Health Authority Annually. This Certificate Shall Be Issued Only After The Required Physical And Medical Examinations Are Performed And Immunizations Are Administered At Prescribed Intervals. 4.4. No Smoking, No Drinking Of Alcohol And Drug Usage In The Kitchen. 4.5. The Food Server Must Practice “claygo”, Clean As You Go. 4.6. The Food Servers Must Practice Proper Hand Washing All The Time. 5. Use Of Food-service Spaces: Please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 18: Use Of Food-service Spaces Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 5.1. Food-service Spaces Shall Not Be Used As Living Or Sleeping Quarters. 5.2. Clothing Or Personal Effects Shall Be Kept In Lockers Or In Designated Places Away From Food Service Spaces. 5.3. No Animal Or Live Fowl Shall Be Allowed In Such Spaces. 5.4. Persons Not Directly Connected With Food Preparation And Serving Shall Not Be Allowed To Stay In Food- Serving Spaces. 5.5. Foods In Storage Or In Preparation Must Not Be Handled By Anyone Other Than The Preparation And Serving Staff. 6. Disposal Of Refuse: (please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 22: Disposal Of Refuse) Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf 7. Vermin Control: (please Refer To Pd 856 Known As Code Of Safety And Sanitation In The Philippines Under Chapter 3: Food Establishments Section 20: Vermin Control) Https://rsso07.psa.gov.ph/sites/default/files/presidential_decree_no%20856.pdf Vermin - A Group Of Insects Or Small Animals Such As Flies, Mosquitoes, Cockroaches, Fleas, Lice, Bedbugs, Mice, And Rats Which Are Vectors Of Diseases. 8. The Caterer Must Provide The Following: 8.1. Software System (for Athletes And Coaches’ Meals) 8.2. Staffs Needed: 8.2.1. Kitchen Supervisor:1 Per Venue 8.2.2. In-house Nutritionist (in Their Commissary) 8.2.3. Cook – 4 (2 Per Shift): Per Venue 8.2.4. Dishwasher – 4 (2 Per Shift): Per Venue 8.2.5. Kitchen Helper – 2 (1 Per Shift): Per Venue 8.2.6. Server – 4 (2 Per Shift): Per Venue 8.2.7. Staff For Software System – 1: Per Venue 8.3. Silverware, Flatware, Kitchen Tools 8.4. Equipment Such Oven, Stove, Dish Warmer, Baine Marie, Etc. 8.5. Rubbery Mats Inside The Kitchen Area 8.6. Sanitizer Dispenser And Refill Of Sanitizer On Dining Hall Corners And Toilet 8.7. Tissue, Liquid Soap, And Hand Dryer On Toilet Area 8.8. Cleaning Tools: Mop, Dustpan And Broom, Trash Bin And Trash Bag 8.9. Linen: Kitchen Towels, Potholders, Table Napkin 8.10. Other Tools And Equipment: Please See Annex D 9. Others 9.1. The Foodservice Provider Shall Have A Nutritionist That Will Check And Monitor The Food Serving Size And Nutritional Requirements Of The Cycle Menu. The Foodservice Provider’s Nutritionist Shall Coordinate With The Psc Msas Full-time Nutritionist On All Relevant Matters In Connection With The Daily Meals Of Athletes And Coaches. 9.2. Rmsc And Philsports - The Installation Of All Kitchen Tools And Equipment Shall Be At The Expense Of The Foodservice Provider. The Needed Space Will Be Used Shall Be Provided By The Psc. 9.3. Baguio - The Installation Of All Kitchen Tools And Equipment Shall Be At The Expense Of The Foodservice Provider. The Needed Space Will Be Used Shall Be Provided By The Psc. 9.4. All Minor Repairs And Maintenance Of The Venues Are Shouldered By Chosen Caterer. 9.5. The Kitchen Of Each Venue Will Be Used In The Simple Food Preparation And Cooking. There Should Be An Appropriate Gas Line And Clean, Well Maintained Grease Trap. 9.6. A Food Evaluation Or Feedback Form From The Psc Msas Sports Nutrition Unit Should Be Distributed To The Athletes And Coaches Once Or Twice A Month To Evaluate The Foods Being Served To Them. 9.7. The Food Services Provider Must Have A Commissary As Possible And Must Be Near Psc For More Efficient Handling And Delivery Of Pre-preparation Of Raw Materials And Food Items. 9.8. The Psc Msas Full-time Nutritionist Is Responsible For Monitoring The Proper Proportion And Serving Of Foods. 9.9. The Bidder/s Shall Submit A Sample Menu Cycle During The Opening Of Bids. 10. Schedule Of Operations: 10.1. Monday To Sunday Operations: Meals Of The Day Pre-preparation And Cooking Serving Time Breakfast 4:00 Am – 6:00 Am 6:00 Am – 10:00 Am Lunch 9:00 Am – 11:00 Am 11:00 Am – 3:00 Pm Dinner 3:00 Pm – 5:00 Pm 5:00 Pm – 9:00 Pm 10.2. Holidays Schedule With No Operation: 10.2.1. New Year 10.2.2. Holy Week (maundy Thursday To Easter Sunday) 10.2.3. All Saints’ Day 10.2.4. Christmas Eve 10.2.5. Christmas Day 10.2.6. Last Day Of The Year 11. Bid Security 11.1. All Bids Shall Be Accompanied By A Bid Security As Required In Section 27, 27.1of The Revised Irr Of Ra 9184, Payable To The Psc As A Guarantee That The Successful Bidder Shall, Within Ten (10) Calendar Days Or Less, As Indicated In The Instructions To Bidders, From Receipt Of The Notice Of Award, Enter Into A Contract With Psc And Furnish The Performance Security, Except When The Revised Irr Of Ra 9184 Allows A Longer Period. Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. 11.2. The Bid Security Shall Be In The Amount Equal To The Percentage Of The Abc, In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) Bid Securing Declaration And Any/either Of The Following: Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) Of Abc Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. Two Percent (2%) Abc Surety Bond Callable Upon Demand Issued By A Surety Or An Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) Of Abc Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To The Total Amount Of Security 12. Performance Security To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract In Accordance With The Bidding Documents, It Shall Post The Performance Security As Required Under The Revised Irr Of Ra 9184 Prior To The Signing Of The Contract. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity, Which Shall Be Forfeited In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. 13. Language Of Bid The Bid, As Well As All Correspondence And Documents Relating To The Bid Exchanged By The Bidder And The Psc, Shall Be Written In English. 14. Eligibility Documents For Purposes Of Determining The Eligibility Of Bidders Using The Criteria Stated In The Revised Irr Of Ra 9184, The Following Documents Shall Be Required By The Bac Using The Forms Prescribed In The Bidding Documents: 14.1. Class “a” Documents: 14.2. Legal Documents 14.3. Platinum Philgeps Certificate Of Registration Including Annex “a” 14.4. Provided Further, In Case The Registration (dti, Partnership, Corporation, Cda Registration), Tax Clearance, Mayor’s Permit Whose Validity Period Had Already Lapsed/expired Before The Expiration Of The Philgeps Certificate, The Bidder/s Is Required To Submit A Copy Of The Above-mentioned Documents Valid As Of The Date Of Opening Of Bids. 14.5. Technical Documents 14.5.1. Statement Of The Prospective Bidder Of All It Ongoing And Completed Government And/or Private Contract Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Period For The Last Five (5) Years) Prior To The Deadline For The Submission And Receipt Of Bids. 14.5.2. The Statement Shall Include All Information Required In The Pbds Prescribed By The Gppb: 14.5.3. The List Shall State The Following For Each Contract: 14.5.3.1. Name Of Clients With Contact Numbers And Addresses. 14.5.3.2. Date Of Award Of Contract. 14.5.3.3. Total Contract Cost. 14.5.4. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty Percent (50%) Of The Abc, Completed Within Six (6) Years Prior To The Deadline For The Submission And Receipt Of Bids. 14.6. Conformity With The Technical Specification: 14.6.1. Scope Of Work, Software System In Athletes Dining Hall And Serving Size And Calories 14.6.2. Sample Cycle Menu 14.6.3. Policies And Operational Procedure: Catering For Athletes And Coaches 14.6.4. Tools And Equipment Needed 14.6.5. Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of 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 Oss And Do Acts To Represent The Bidder. 14.7. Financial Documents 14.7.1. The Prospective Bidder’s Audited Financial Statements, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year. Only Tax Returns Filed, And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted. 14.7.2. The Prospective Bidder’s Computation Of Its Financial Contracting Capacity (nfcc) Is At Least Equal To The Abc. Or In Lieu Of Nfcc A Committed Line Of Credit From A Universal Or Commercial Bank At Least Equal To Ten Percent (10%) Of The Abc. Provided If The Same Is Issued By A Foreign Universal/commercial Bank It Shall Be Authenticated By A Foreign/commercial Local Bank. The Bank Issued A Committed Line Of Credit Must Be Specifically For Daily Meals Of Athletes And Coaches And Must State The Name Of The Procuring Agency And The Procurement Project. 14.8. Class “b” Documents 14.8.1. In The Case Of Valid Joint Venture Agreement (jva), Is Already In Existence To Submit Necessary Documents. In The Absence Of A Jva, A Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be Grounds For The Forfeiture Of The Bid Security. If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. 15. Financial Component Envelope 15.1. Original Duly Signed And Accomplished Financial Bid Form 15.2. Original Duly Signed And Accomplished Price Schedule 16. Other Documentary Requirements Under R.a 9184 (as Applicable) 16.1. For Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos) Certification From The Relevant Government Office Of Their Country Stating That The Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. 16.2. Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity 17. Other Documents To Be Presented During The Post-qualification 17.1.1. Dti Business Name Registration For Single Proprietorship/sec Registration For Corporation And Partnership/ Cda Registration For Cooperatives, Whichever May Be Appropriate Under Existing Law Of The Philippines. 17.1.2. The Corporation, Cooperative Or Partnership Article Of Incorporation, Its Constitution And By-laws Whichever Is Applicable To The Bidder Including Amendments Thereto, If Any. 17.1.3. Sanitary Permit 17.1.4. Fda- License To Operate As Food Manufacturer Or Hazard Analysis & Critical Control Point (haccp). 17.1.5. Halal Certificate That The Product/s Processed/prepared/ Manufactured Distributed By The Bidder Is /are Halal In Accordance With The Islamic Law Issued By A Halal Certification Body. 17.1.6. Certificate Of Inspection Of Venue To Be Signed By The Following: 17.1.6.1. Rmsc: Ms. Julia Llanto, Acting Chief Sfd 17.1.6.2. Philsports: Mr. Charlie Esquivel, Administrator 17.1.6.3. Baguio: Mr. Juanito Smith, Oic – Baguio Training Camp 17.1.6.4. Purpose: To Check And Oversee Each Venue’s Condition And Situation And To Estimate The Tools And Equipment And Other Matters They Need To Bring And Use. 17.1.7. Company Profile 17.1.8. Organizational Chart 17.1.9. Duly Signed And Notarized Statement Of Availability Of Key Personnel Supported With A List. (to Include Health Certificate). 17.1.10. Duly Signed And Notarized Statement Of Availability Of Equipment, Owned, Under Lease, Or A Purchase Agreement That May Be Used For The Contract Supported By A List Of Said Equipment Together With Proof Of Ownership Or Contract Of Lease. 18. Omnibus Sworn Statement
Closing Date10 Feb 2025
Tender AmountPHP 144 Million (USD 2.4 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Agusan Del Norte District Engineering Office Regional Office Xiii J. Rosales Avenue, Butuan City Name Of Procuring Entity: Dpwh-deo, Agusan Del Norte Request For Quotation (p.r. No.): 2025-02-0008 Revised On Date : 2/5/2025 Standanrd Form/title : Request For Quotation Office/end-user :administrative Section Company Name: Address: Tel. No./fax No.: Tin: Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than In The Return Envelope Attached Herewith, To The Procurement Unit, Dpwh-deo, Agusan Del Norte. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within 45 Days Upon Receipt Of The Approved Funded Purchase Order (p.o.) Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Liz M. Abrau 3. Warranty Shall Be For A Minimum Of Three(3) Months For Supplies & Materials: Assistant District Engineer One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Bac Chairperson 4. Price Validity Shall Be For A Period Of Sixty(60) Calendar Days 5. G-eps Registration Certificate/mayor's Permit/dti Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Of The Product. 7. Please Indicate The Brand For Each Items Being Offered. 8. The Approved Budget Ceiling For This Procurement Is P 186,090.61_ Item Item & Description Qty. Unit Unit Price Total Price No. Toyota Hilux Ym: 2015 2.5l 4x2 Engine No.: 2kds455920/chassis No.: Mr0er32g406048638 Plate No.: 150802 1 Battery 12v/11 Plates 1 Pc 2 Rack End L/r 1 Set 3 Tie Rod End L/r 1 Set 4 Stabilizer Link 1 Set 5 Stabilizer Bar Bushing 1 Set 6 Lobor, Pull-out/install Rack End, Tie Rod End, Stabilizer 1 Job Link & Stabilizer Bar Bushing 7 Universal Floor Matting 1 Set 8 Headlight Led Bulb 1 Set 9 Brake Shoe L/r 1 Set 10 Brake Pad L/r 1 Set 11 Repair Tail Gate 1 Job 12 Rain Visor 1 Set 13 Wiper Blade 1 Set 14 Transmission Support 1 Set 15 Crooss Bearing 1 Set 16 Valve Cover Gasket 1 Set 17 Labor, Pull-out/install Transmission Support, Cross 1 Job Bearing & Valve Cover Gasket 18 Tail Light Assym. (right Side) 1 Set Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Tel. No.: (085) 817-3696/817-1436 Email Address: Dpwhagusandelnorte@yahoo.com.ph Printed Name/signature/date Tel. No./cellphone No./e-mail Address Rjs/pu 1 Of 2 Republic Of The Philippines Department Of Public Works And Highways Agusan Del Norte District Engineering Office Regional Office Xiii J. Rosales Avenue, Butuan City Name Of Procuring Entity: Dpwh-deo, Agusan Del Norte Request For Quotation (p.r. No.): 2025-02-0008 Revised On Date : 2/5/2025 Standanrd Form/title : Request For Quotation Office/end-user :administrative Section Company Name: Address: Tel. No./fax No.: Tin: Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than In The Return Envelope Attached Herewith, To The Procurement Unit, Dpwh-deo, Agusan Del Norte. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within 45 Days Upon Receipt Of The Approved Funded Purchase Order (p.o.) Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Liz M. Abrau 3. Warranty Shall Be For A Minimum Of Three(3) Months For Supplies & Materials: Assistant District Engineer One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Bac Chairperson 4. Price Validity Shall Be For A Period Of Sixty(60) Calendar Days 5. G-eps Registration Certificate/mayor's Permit/dti Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Of The Product. 7. Please Indicate The Brand For Each Items Being Offered. 8. The Approved Budget Ceiling For This Procurement Is P 186,090.61_ Item Item & Description Qty. Unit Unit Price Total Price No. 19 Aircon General Cleaning 1 Job 20 Compressor 1 Pc 21 Brake Drum L/r 1 Set 22 Tire 245/70 R16 (tubeless) 4 Pcs 23 Expansion Valve 1 Pc 24 Filter Drier 1 Pc 25 Wheel Alignment 1 Job For Use In Toyota Hilux 2.5l 4x2 With Plate # 150802 Note: Lump Sum Basis Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Tel. No.: (085) 817-3696/817-1436 Email Address: Dpwhagusandelnorte@yahoo.com.ph Printed Name/signature/date Tel. No./cellphone No./e-mail Address Rjs/pu 2 Of 2
Closing Date10 Feb 2025
Tender AmountPHP 186 K (USD 3.2 K)

Bureau Of Plant Industry Tender

Others
Philippines
Details: Description Rfq No. 0039 Pr No. 0070-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply Of Labor Service And Materials For The Preventive Maintenance System Of Navarra Skw-592 Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 21, 2025 (8:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Fourteen (14) Calendar Days Upon Reciept Of Purchase Order (p.o.). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 124,630.00 End User: Gss Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price "preventive Maintenance System Navarra Skw-592 Service/parts Replacement" 2 Pcs Front Kyb Shock New 5,070.00 2 Pcs Rear Kyb Shock New 4,810.00 4 Pcs Upper Suspension Bushing 845.00 4 Pcs Suspension Arm Bushing Big 975.00 4 Pcs Upper Arm Bushing 975.00 4 Pcs Lower Arm Bushing 1,105.00 2 Pcs Stabilizer Link 1,690.00 2 Pcs Stabilizer Bar Bushing 390.00 2 Pcs Lower Ball Joint 1,560.00 2 Pcs Upper Ball Joint 1,430.00 1 Set Rack End 1,430.00 1 Set Tie Rod End 1,690.00 2 Pcs Stabilizer Clamp Bushing 715.00 1 Pc Steering Clamp Bushing 1,950.00 2 Pcs Big Leaf Spring Bushing 845.00 8 Pcs Leaf Spring Bushing 455.00 2 Pcs Cable Tie 65.00 2 Pcs Front Caliper Pin 325.00 1 Set Brake (shoe) 4,745.00 2 Pcs Wheel Bearing Front 4,940.00 1 Ltr Power Steering Fluid 585.00 4 Pcs Rack End Pinion Bushing 715.00 1 Pc Spiral Cable Ribbon 4,550.00 1 Pc Valve Cover Gasket 1,300.00 1 Set Injector Oil Seal 2,600.00 Labor 40,000.00 "place Of Delivery: Bpi Compound, San Andres St., Malate, Manila Proposed Delivery Period: 14 Calendar Days" Grand Total 124,630.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date21 Jan 2025
Tender AmountPHP 124.6 K (USD 2.1 K)
2111-2120 of 2148 archived Tenders