Transportation Tenders
Transportation Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Laboratory Equipment and Services
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Sources Sought Notice sources Sought Notice page 3 Of 3
research And Development Sources Sought Notice
*= Required Field
sources Sought Notice page 1 Of 3 subject*
36c249-25-ap-1114 | Micro Gc Fusion 1-module System | Research & Development general Information
contracting Office S Zip Code*
37129
solicitation Number*
36c24925q0138
response Date/time/zone
02-17-2025 10am Eastern Time, New York, Usa
archive
30 Days After The Response Date
recovery Act Funds
n
set-aside product Service Code*
6640
naics Code*
334516
contracting Office Address
department Of Veterans Affairs network Contracting Office 9 (90c) 1639 Medical Center Parkway, Suite 204
murfreesboro Tn 37129 point Of Contact* contracting Specialist ryan Mick
ryan.mick@va.gov
423-979-1408 place Of Performance
address
tennessee Valley Healthcare System (tvhs) vanderbilt University 1125 Mrb4 Light Hall 2215b Garland Avenue nashville Tn
postal Code
37232 description
the Network Contracting Office 9, On Behalf Tennessee Valley Healthcare System (tvhs) Is Conducting This Sources Sought To Identify Contractors Who Possess The Capabilities To Provide The Following Brand Name Or Equal Equipment To Determine Source Availability, Capability. And Adequacy: micro Gas Chromatograph (gc) Fusion (or Equal). The Fusion Is Designed For Gas Analysis For Different Types Of Applications Such As:
natural Gas And Extended Natural Gas Analysis
h2s And Odorant In Natural Gas
so2 And H2s Gas Monitoring
permanent Gases And Olefins In Refinery Gas
syngas, Fuel Cell, Landfill Gas And Biogas
impurities In Petrochemical Products And Specialty Gases
solvent/voc Gas Monitoring
catalyst Research For Alternative Energy
mud Logging In Oil And Gas Exploration Mine Gas
the Contractor Shall Provide All Labor, Materials, Equipment, Transportation, And Supervision Necessary To Satisfy The Needs Of Each Ordering Activity.
list Of Items: f08400tc2- Micro Gc Fusion 1-module System Micro Gas Chromatograph Venting Connectors: Ss Swagelok Universal Gas Factory Checkout Module A : Variable Volume, Rt-molsieve 5a, 0.25mm, 10m, Tcd2, Front (heated)
952-021-g1- Microgc Fusion Ship Kit - Install/maintenance
952-8001-p1- Fusion- Oneday Install & Familiarization One Day Installation & Familiarization Training For Micro Gc Fusion At Customer Site In North America
salient Characteristics
compact And Modular Gas Chromatography Analyzer
offers Significant Throughput Gain Through Rapid Temperature Ramping And A Modular Architecture.
transportable, Lightweight Chassis And Web-based User Interface Enable Simplified Operation For Both On-site And In-lab Gas Analysis.
the Analyzer Is Equipped With A Resistively Heated Gc Column Allowing Up To 300â°c/min Temperature Ramping, Reducing Analysis Time And Enhancing Sensitivity For Extended Hydro.
it Also Features An Integrated Sample Conditioner To Maintain Sample Temperature And Reduce Input Pressure.
it Can Accommodate Multiple Gas Chromatograph (gc) Modules, Each Performing Gc Analysis With Individually Optimized Chromatographic Conditions.
1 To 4 Additional Modules
concentration From 1 Ppm To 100%.
programming Of Column Temperature
on-board Automatic Control System
communication Lan, Wifi, Modbus
as Permitted By Far Part 10, This Is A Market Research Tool Being Utilized For Informational And Planning Purposes. Your Responses Will Assist The Government In Developing Its Acquisition Strategy For A Possible Request For Quote (rfq), To Be Issued At A Future Date, And In Determining If Any Type Of Small Business Set-aside Is Possible For This Procurement And If Full And Open Competitive Procedures Should Be Utilized. If Full And Open Competition Is Ultimately Utilized, Responses To This Synopsis Will Be Used To Aid In Establishing Small Business Subcontracting Goals.
this Notice Shall Not Be Construed As A Rfq Or As Any Commitment Or Obligation On The Part Of The Government To Issue A Solicitation. The Government Does Not Intend To Award A Contract Based On This Request, So Quotes Will Not Be Considered. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or With Any Follow-up Information Requests. response Is Strictly Voluntary - It Is Not Mandatory To Submit A Response To This Notice To Participate In Any Formal Rfq Process That May Take Place In The Future. However, It Should Be Noted That Information Gathered Through This Notice May Significantly Influence The Va S Acquisition Strategy For This Procurement. All Interested Parties Will Be Required To Respond Separately To Any Solicitations Posted From This Sources Sought Notice.
submission Instructions:
please Email Your Response To This Sources Sought Notice To Ryan Mick, Email Ryan.mick@va.gov, By No Later Than 10am Est, Monday, 02-17-2025. Your Response Must Include The Information Requested Below. This Sources Sought Notice Is Strictly For Market Research Purposes, And The Government Will Not Entertain Any Questions. Respondents Will Not Be Notified Of The Results Of The Evaluation. We Appreciate Your Interest And Thank You In Advance For Responding To The Sources Sought Notice.
qualified Firms Shall Submit The Following: a Statement Of Interest On Company Letterhead Demonstrating The Firm S Qualifications To Perform The Defined Work. Responses Must Be Complete And Sufficiently Detailed To Address The Specific Information. The Documentation Shall Address, At A Minimum, The Following:
business Name And Address: business Sam Uei Number: business Sales Rep Name, Email Address, Phone Number: business Size (small/large/other): business Socioeconomic Category (sdvosb*, Vosb*, Minority, Women, Disadvantaged, Etc.): are Items Currently Available On Gsa Fss Contract (y/n)? if Items Are Currently On Gsa Fss Contract, State Contract Number: country Where Proposed Items Are Manufactured: the Government Will Review All Responses From Vendors Proposing Equipment Equal To Above Stated Equipment. Please Provide Any Product Information / Capability Statements.
BARANGAY TETUAN, ZAMBOANGA CITY Tender
Civil And Construction...+2Others, Civil Works Others
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0005 M. Nativitad, St., Zamboanga City Invitation To Bid For Purchase Of Four (4) Units Of Aircon Floor Mounted (name Of Project) 1. The City Government Of Zamboanga, Through The Capital Outlay Under Office Equipment 2024 Intends To Apply The Sum Of Four Hundred Eigthy Four Thousand Pesos (p 484,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Transportation Services Pr No. 24-10-127a. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Purchase Of Four Units Of Aircon Floor Mounted The Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. 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) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 20-23, 2024 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before November 23, 2024 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declaration Or At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On November 28, 2024 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council 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 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0005 M. Natividad Street, Zamboanga City Bid Form Date: _____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 24-0005 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Procurement Of Four Unit Of Aircon Floor Mounted Nconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of __________________________________________________________________________________________________________________ (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity _______________________________________ _______________________________________ _______________________________________ (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________tetuan 24-0005 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) 1 Floor Mounted Air Condition: Outdoor + Indoor Floor Standing With Free 37369 Yh-103 Air Purifier Power: 4.0 Hp Cooling Capacity: 36,000 – 38,000 Btu/hr Compressor: Rotary Eer: 12.5 Cooling Area: 36-50sqm Power Supply: 220v/1ph/60hz With Existing Service Center With Warranty With Free Delivery And Installation 4 Units Purpose: To Be Installed In Some Of The Offices In Tetuan Barangay Hall. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months 1. Floor Mounted Air Condition: Outdoor + Indoor Floor Standing With Free 37369 Yh-103 Air Purifier Power: 4.0 Hp Cooling Capacity: 36,000 – 38,000 Btu/hr Compressor: Rotary Eer: 12.5 Cooling Area: 36-50sqm Power Supply: 220v/1ph/60hz With Existing Service Center With Warranty With Free Delivery And Installation 4 Unit Of ________________________ Signature Over Printed Name Technical Specifications Item 1 Specification Floor Mounted Air Condition: Outdoor + Indoor Floor Standing With Free 37369 Yh-103 Air Purifier Power: 4.0 Hp Cooling Capacity: 36,000 – 38,000 Btu/hr Compressor: Rotary Eer: 12.5 Cooling Area: 36-50sqm Power Supply: 220v/1ph/60hz With Existing Service Center With Warranty With Free Delivery And Installation Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For Purchase Of Four (4) Unit Of Aircon Floor Mounted In The Government Of Barangay Tetuan. Item No. Description Quantity Warranty 1 Floor Mounted Air Condition: Outdoor + Indoor Floor Standing With Free 37369 Yh-103 Air Purifier Power: 4.0 Hp Cooling Capacity: 36,000 – 38,000 Btu/hr Compressor: Rotary Eer: 12.5 Cooling Area: 36-50sqm Power Supply: 220v/1ph/60hz With Existing Service Center With Warranty With Free Delivery And Installation 4 Unit Of ___________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Office Equipment– Purchase Of Four Unit Of Aircon Floor Mounted B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P1,230.00; If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [indicate Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. [specify Additional Incidental Service Requirements, As Needed.] The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________ ) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Government Of Barangay Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barabgay Council Of Tetuan Wishes To Receive Bids For The Purchase Of Four (4) Unit Aircon Floor Mounted (pr. No. 24-10-127a) With Tetuan 24-0005 The Procurement Project (referred To Herein As “project”) Is Composed Of, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Capital Outlay Under The Office Equipment 2024 In The Amount Of Four Hundred Eigthy Four Thousand Pesos (p484, 000.00) Only. 2.2. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.b Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On November 25, 2024 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On November 28, 2024 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Ministry of Justice Tender
Others
France
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Market for the transportation of bodies with uncovered faces as part of autopsies or any examination prescribed by the judicial authorities within the jurisdiction of the Colmar Court of Appeal - Market 2025 to 2029 Lot No. 1: Department of Bas-Rhin (67) Lot No. 2: Department of Haut-Rhin (68)
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: la city: baton Rouge delineated Area: starting At The Intersection Of Scenic Highway And Blount Rd, Travel East On Blount Rd To Plank Rd. Go South On Plank Rd To Ford St. Proceed East On Ford St To Mickens Rd. Go South On Mickens Rd To Silverleaf Ave. Proceed South On Silverleaf Ave To Greenwell St. Travel West On Greenwell St To Airline Hwy. Go South On Airline Hwy To Prescott Rd. Proceed East On Prescott Rd To Lanier Dr. Travel South On Lanier Dr To Greenwell Springs Rd. Go East On Greenwell Springs Rd To N. Sherwood Forest Dr. Continue South On N. Sherwood Forest Dr To S. Choctaw Dr. Travel East On S. Choctaw Dr To Central T Hwy. Go South On Central T Hwy To Florida Blvd. Continue West On Florida Blvd To S. Flannery Rd. Proceed South On S. Flannery Rd To Old Hammond Hwy. Go East On Old Hammond Hwy To Millerville Rd. Travel South On Millerville Rd To I-12. Travel East On I-12 To O’neal Ln. Go South On O’neal Ln To S. Harrell’s Ferry Rd. Proceed West On S. Harrell’s Ferry Rd To Jones Creek Rd. Continue South On Jones Creek Rd To Coursey Blvd. Travel West On Coursey Blvd To Stumberg Ln. Go South On Stumberg Ln To Jefferson Hwy. Proceed West On Jefferson Hwy To Airline Highway. Continue North On Airline Hwy To Jefferson Hwy. Proceed West On Jefferson Hwy To Bluebonnet Blvd. Travel South On Bluebonnet Blvd To Burbank Dr. Go West On Burbank Dr To W. Lee Dr. Continue South On W. Lee Dr To Nicholson Dr. Proceed South On Nicholson Dr To L’auberge Crossing Dr Ln. Continue South On L’auberge Crossing Dr To River Rd. Travel West Then North On River Rd To Chippewa St. Proceed East On Chippewa St To S. Interstate 110-hwy. Continue North On S. Interstate 110-hwy To Airline Hwy. Go West On Airline Hwy To Scenic Hwy. Travel North On Scenic Hwy To The Intersection Of Blount Rd And Scenic Hwy. minimum Sq. Ft. (aboa): 27,000 maximum Sq. Ft. (aboa): 29,700 space Type: office, Lab, And Storage parking Spaces (total): 25 Parking Spaces parking Spaces (surface): 25 Parking Spaces full Term: 17 Years firm Term: 15 Years additional Requirements: general Building/space Condition a Single Tenant Facility Is The Most Suitable For This Unique Requirement noise And Vibration Events Adversely Affect This Tenancy And Sites Encountering This Should Be Avoided Or A Mitigation Plan Must Be Provided. space Shall Be Located In A Modern Quality Building Of Sound And Substantial Construction With A Facade Of Stone, Marble, Brick, Stainless Steel, Aluminum Or Other Permanent Materials In Good Condition And Acceptable To The Gsa Lease Contracting Officer. If Not A New Building, The Space Offered Shall Be In A Building That Has Undergone, Or Will Be Complete By Occupancy, Modernization Or Adaptive Reuse For The Space With Modern Conveniences. space Should Allow For An Efficient Layout Pursuant To Agency’s Special Requirements. aboa Sf Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors And Public Toilets Required By Local Code. normal Hours Of Operation: 7:00 Am – 5:00 Pm M - F; Offered Space Must Be Accessible 24/7. gsa Requires A Loading Area With Protection From Weather. not All Minimum Requirements Are Reflected In This Advertisement. Offered Space Must Meet All Government Requirements Contained In The Rlp/lease To Be Issued, Including, But Not Limited To, The Agency Specific Requirements And Facility Security Level Ii Requirements By The Occupancy Date Per The Terms Of The Lease. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. a Map Of The Delineated Area Is Provided For Further Clarification Of The Boundaries: expression Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: name Of Owner; property Authorization Letter From The Owner; address Or Locational Description Of The Building; age Of Building; total Gross Square Feet; And Gross Square Feet Per Floor; site Plan Depicting The Building And Parking; floor Plan And Gross Square Footage Of The Proposed Space; identification Of On-site Parking; a Map Demonstrating The Building Is Within The Delineated Area; a Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property; a Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property; building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development; expressions Of Interest Due: january 20, 2025 market Survey (estimated): tbd occupancy (estimated): october 2026 send Expressions Of Interest To: name/title: ed Brennan, Gsa Broker Contractor sam Dyson, Gsa Broker Contractor 202-652-4194 / 571-289-3915 email Address: edward.brennan@gsa.gov samuel.dyson@gsa.gov government Contact Information lease Contracting Officer kristine Deltorto project Manager aaron Laboon broker ed Brennan
INTERNAL REVENUE SERVICE USA Tender
Others
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: ***************draft***************** statement Of Work (sow) travel Office Helpdesk Support / weekends And Afterhours Support background the Department Of The Treasury (treasury), Departmental Offices (do), Do Travel Is Dedicated To Meeting The Needs Of Do Employees For Short-term/long-term Domestic And International Travel To Ensure That All Mission-related Travel Is Successfully Accomplished Through Proper Planning And Support By Obtaining Requisite Travel Approvals, Utilizing The Government Authorized Travel Management Systems, And Performing All Travel In Accordance With Treasury’s Travel Policy, Mandated Federal Travel Regulations (ftr). travel Arrangement Services And Federal Travel Regulation (ftr): rail, Hotel, And Car Rental: The Service Will Facilitate Reservations For Different Modes Of Transportation And Accommodation. This Ensures That All Aspects Of The Traveler’s Journey Are Taken Care Of Efficiently. alternative Booking Methods: The Service Is Designed To Support Scenarios Where The Crs Is Down Or When Booking With Airlines Or Providers That Do Not Subscribe To A Crs. last-minute Reservations And Cancellations: The Service Will Be Equipped To Handle Urgent Booking Needs Or Last-minute Changes, Ensuring Flexibility For Travelers In Time-sensitive Situations. ftr Compliance: The Review Will Focus On Ensuring That Travel Expenses Are Appropriate, Cost-effective, And Align With Federal Guidelines. This Helps In Preventing Improper Reimbursements Or Misuse Of Government Travel Funds. consistency With Approved Travel Authorization: This Involves Verifying That The Selected Travel Options (e.g., Flight, Accommodation, Car Rental) Fall Within The Guidelines Of The Approved Travel Authorization. exception Handling: Special Attention Is Given To Scenarios Where Standard Systems (like Crs) May Not Be Applicable, Such As When Booking Non-subscribed Airline Services Or Managing Last-minute Travel Changes. efficiency In Booking And Cancelation: Given The Nature Of Federal Travel, The Arrangement Service Must Ensure That Bookings And Cancellations Are Handled In A Timely And Cost-effective Manner, Minimizing Any Disruption Or Unnecessary Expenses. transparency And Reporting: Regular Reporting And Tracking Of Travel Arrangements And Voucher Reviews Are Likely Needed To Ensure Proper Oversight And Accountability. international Or Domestic Travel Services: Provides As-needed Services Due To Cancelation Or Changes In Travel To Assist The Bureau In Planning, Arranging, And Ticketing For Hotel And Air. objective the Government Requires The Services Of A Contractor To Provide After-hours And Weekend Travel Support Services For The Do Travel Office Tuesday - Thursday From 6:00pm-6:00am Est And Friday - Monday From 6:00pm – 8:00am Est As Stated In The Statement Of Work. scope Of Work the Contractor Shall Provide The Necessary Support Services To Perform The Tasks Outlined Below: in Collaboration With All Treasury’s Financial Management Division’s Employees, Other Bureau Business Management Offices (bmos) And Employees, The Government Travel Card Provider, The Travel Management Service Provider, Other Federal Agencies, And Other Contractor And Federal Personnel, Provide Support Services To Include: 1. Travel Voucher Review Due To Cancelation Or Changes 2. Travel Reservations For Hotel/air 3. Help Desk Support And After-hours Support 4. Executive Level Travel Preparation / Management specific Tasks telephone Support: Provides Help Desk Global Coverage And Telephone Support For Travelers And Travel System Users During Non-traditional Working 72 Hours Support Beginning On Friday Through Monday From 6:00 Pm – 8:00 Am, Est, Tuesday – Thursday From 6pm-6am 12 Hours Support Beginning On Tuesday Through Thursday, Est. Telephone Support Should Be Accessible To Federal Relay And Tty Callers. Support Includes But, Not Limited To Enroute Travel Arrangements Or Itinerary Changes And Emergency Travel Requirements. With No More Than 5-minute Hold Time, Or 10-minute Return Call Rate. problem Resolution: Provides Courteous And Prompt Resolution Of Travel Problems, And Assistance In Resolving Complaints, Disputes Or Claims Between The Traveler And Any Third-party With Whom The Contractor Has Arranged Travel Or Other Services. vip Service: Provides Vip Service For Designated Customer Agency Personnel And For Bureau Travelers With Exigent Travel Needs, Available Upon Request By The Cor Or The Cor's Designee(s). Offerors Responding Shall Describe In Their Proposals Their Special Services Available, How They Differ From The Offeror's Standard Services, And Any Extra Costs Associated With These Services. Special Services Include Supporting Bureau Travelers With Disabilities, To Include Those Travelling With Mobility Device, A Personal Assistant (pa) Or Service Animal. privacy: Ensures That Personnel Who Have Access To Bureau Data Abide By The Bureau's Policies Relating To Handling Of Personally Identifiable Information (pii) And Compliance With The Privacy Act Of 1974. travel Policy Understanding: Provides Travel Agents/customer Services Representatives That Demonstrate Ability To Understand The Differences Between The Bureau's Travel Policies And The Ftr. The Bureau Is Held To The Ftr But In Addition To The Treasury Travel Policy. electronic Tickets And Notifications: Maximizes Use Of E-tickets, Electronic Notification Of Reservations And Itineraries To Travelers While Minimizing Ticketing, Notification, Or Itinerary Delivery Costs To The Bureau. The Contractor’s Proposed Solution Should Demonstrate That Electronic Notifications, Tickets, And Itineraries Meet Section 508 Requirements. the Contractor Team Shall Be Cross Trained To Be Proficient In Relevant Skills And Tasks Related To Travel Support Services As Outlined In The Scope Of Work. This May Include, But Is Not Limited To, Assisting Surge Support During Emergencies, Or Staffing Shortages, Individual Travel Account Management, And Reservation Issue Resolution. period Of Performance the Anticipated Period Of Performance Shall Be For One (1) 12-month Base Period Plus Four (4) 12-month Option Periods. In Addition, A 6-month Extension Iaw Far 52.217-8 – Option To Extend Services. place Of Performance performance Of The Contract Will Take Place At The Contractor’s Facility. contract Type the Government Contemplates Award Of A Firm-fixed Price (ffp) Contract Resulting From This Solicitation. government Furnished Equipment (gfe) And Information (gfi) n/a recognized Holidays the Contractor Is Required To Perform Services On The Following Holidays: New Year's Day January 1, Juneteenth National Independence Day June 18, Independence Day July 4, Veterans Day November 11, Christmas Day Dec. 25. Martin Luther King's Birthday, Washington's Birthday, Memorial Day, Labor Day, Columbus Day, And Thanksgiving. security tba section 508 Compliance this Service Must Meet Industry Standards To Comply With 508 Regulations.
Mines And Geosciences Bureau Tender
Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 600 K (USD 10.2 K)
Details: Description Request For Expression Of Interest For Registration Of Integrated Management System For Iso 9001:2015 (qms), Iso 14001:2015 (ems) And Iso 45001:2018 (including Stage 1, Stage 2 And Surveillance Audits) 1. The Department Of Environment And Natural Resources-mines And Geosciences Bureau Xii, Through The General Appropriation Act 2025 Ra 11223 Intends To Apply The Sum Of Six Hundred Thousand Pesos (php 600, 00000) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Registration Of Integrated Management System For Iso 9001:2015 (qms), Iso 14001:2015 (ems) And Iso 45001:2018 (including Stage 1, Stage 2 And Surveillance Audits) Inclusive Of Vat, Food, Transportation, Airfare/travel And Accommodations Of Auditors. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Environment And Natural Resources-mines And Geosciences Bureau Xii Now Calls For The Submission Of Eligibility Documents For Registration Of Integrated Management System For Iso 9001:2015 (qms), Iso 14001:2015 (ems) And Iso 45001:2018 (including Stage 1, Stage 2 And Surveillance Audits). 3. Eligibility Documents Together With Technical And Financial Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before February 5, 2025 At Prime Regional Center, Barangay Carpenter Hill, City Of Koronadal, South Cotabato. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. Eligibility Requirements: (a) Class “a” Documents- Legal Documents I. Philgeps Certificate Of Registration And Membership; Technical Documents Ii. Statement Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts 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 From Cy 2012 To Present. The Statement Shall Include, For Each Contract , The Following: Ii.1. The Name And Location Of The Contract; Ii.2. Date Of Award Of The Contract; Ii.3. Type And Brief Description Of Consulting Services; Ii.4. Consultant’s Role (whether Main Consultant, Subconsultant, Or Partner In A Jv) Ii.5. Amount Of Contract; Ii.6. Contract Duration; And Ii.7. Certificate Of Satisfactory Completion Or Equivalent Document Specified In The Eds Issued By The Client, In The Case Of A Completed Contract; Iii. Statement Of The Consultant Specifying Its Nationality And Confirming That Those Who Will Actually Perform The Service Are Registered Professionals Authorized By The Appropriate Regulatory Body To Practice Those Professions And Allied Professions In Accordance With Clause 1.2, Including Their Respective Curriculum Vitae. (b) Class “b” Document – If Applicable, The Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence, Or Duly Notarized Statements From All The Potential Joint Venture Partners In Accordance With Section 24.1(b) Of The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From Department Of Environment And Natural Resources-mines And Geosciences Bureau Xii And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28- February 4, 2025 On The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (7) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Criterion Weight(%) 1. Applicable Experience Of The Consultant Overall Experience Of The Firm Individual Experience Of The Principal And Key Staff 50% 2. Qualification Of Personnel Assigned To The Job/undertaking 30% 3. Current Workload Relative To Capacity 20% 7. There Will Be No Pre-bid Conference For This Procurement As The Approved Budget For The Contract (abc) Is ₱600,000.00. Under Section 22.1 Of The 2016 Revised Irr Of Ra No. 9184, Pre-bid Conferences Are Discretionary For Contracts With An Abc Of Less Than One Million Pesos (₱1,000,000.00). 8. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (rirr) Of Republic Act 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, Corporations, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Philippine Accreditation Board (pab) Registration Is A Must To This Bidding Process. 9. The Department Of Environment And Natural Resources-mines And Geosciences Bureau Xii Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs), Procedure. The Technical Proposal Shall Be Evaluated First Using The Criteria In Section 33.2.2 Of The Revised Irr. The Financial Proposals Of The Consultants Who Meet The Minimum Technical Score Shall Then Be Opened. The Department Of Environment And Natural Resources-mines And Geosciences Bureau Xii Shall Indicate The Weights To Be Allocated For The Technical And Financial Proposals. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 10. The Contract Shall Be Completed Within One Hundred Twenty Days (120) Calendar Days From The Receipt Of Notice Of Award. 11. The Department Of Environment And Natural Resources-mines And Geosciences Bureau Xii 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. 12. For Further Information, Please Refer To: The Head, Bac Secretariat Denr-mgb Xii Prime Regional Center, Brgy. Carpenter Hill, Koronadal City, South Cotabato Telefax No. (083) 228-7617 Email Address: Mgbxii@gmail.com/ Mgb12_bacsec@yahoo.com Website: Www.region12.mgb.gov.ph
Ramon Torres National High School Tender
Food Products
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 252 K (USD 4.3 K)
Details: Description Republic Of The Philippines Department Of Education Region Vi – Western Visayas Division Of Bago City Ramon Torres National High School Gen. Luna Street, Brgy. Balingasag, Bago City, Negros Occidental, 6101 Philippines Phone: (034) 4610-167 Fax (034) 4610-229 Email Address Rtnhsmain_bc@yahoo.com Invitation To Submit Sealed Quotation (request For Quotation) Date: February 10,2025 Quotation No. 2025-02 To All Eligible Suppliers: Please Quote Your Lowest Price Inclusive Of Vat On The Item(s) Listed Below, Subject To The Terms And Conditions Of This Request For Quotation (rfq). Due To Difficulty Of Our Internet Signal Please Submit Your Quotation In Hard Copy Duly Signed By Your Authorized Representative Not Later Than February 14, 2025 10:00 Am At The Bac Secretariat, Bids And Awards Committee Of Ramon Torres National High School, Bago City. Upon Receipt Of At Least Three (3) Quotations On Or Before The Submission Deadline, The Bac Shall Open The Quotations. Furthermore, Please Attach A Certified Copy Of The Following Documents In This Issq: Dbm-procurement Certificate Of Registration (philgeps) Dti/sec/cda Registration Certificate Current And Valid Mayor’s Permit Tentative Menu List For Snacks And Meals (for Catering Services) Spa Of The Authorized Signatories/representative The Division Office May Ask/require Other Legal And Technical Documents In Line With This Project For More Information, Please Call Ramon Torres National High School, Division Of Bago City At +639173804680 C/o Mrs. Euniles B. Martinez Company Name: Address: Contact No. Name Of Authorized Representative Procurement Of Heavy Snacks Or Project I-conek Ta Siya (informative Connection Of Teachers And Students Towards Academic: Pisa/ilsa 2025 Qty. Unit Agency Specifications Bidder's Specifications Unit Cost Total Amount 42 Pax Heavy Snacks @ 150 Per Day For 40 Days Am Snacks @ 75 Beef Burger Orange Juice 180ml Bottled Water 250ml Pm Snacks @ 75 Pasta Carbonara Orange Juice 180ml Bottled Water 250ml Approved Budget For The Contract Php. 252,000.00 Euniles B. Martinez Chairman – Bids And Awards Committee Ramon Torres National High School Division Of Bago City Cellphone No. +639173804680 Terms And Conditions: 1. Quotation Validity Period 1.1 The Quotation Should Be Valid For A Period Of 5 Days After The Submission Deadline. 2. The Quantity Of Goods Ordered May Be Changed By 10 %. 3. The Goods Should Be Delivered Within 3 Days After Award Of Contract. 4. Submission Of Quotations 4.1 Unless Quotation Is For A Package Or For A Lot, Bidders Are Required To Quote For Each Item Shown On The List, And For The Total Quantity Of Any Particular Item. 4.2 Quotations Must Be Submitted As Stated In The Rfq: By Hand (in Sealed Envelopes Marked In The Lower Left Hand Corner Of The Envelope “sealed Quotation For (name And Number Of Rfq”) To The Contact Person Stated In The Rfq; Or In The Same Manner, Deposited In A Tender Box At The Location Stated In The Rfq; Or By Fax At The Confidential Number For Submission Stated In The Rfq. 4.3 All Sections Of An Rfq Shall Be Filled; Where A Section Is Not Applicable, The Letters N/a Shall Mean Not Applicable And The Letters N/q Shall Mean No Quote. 5. Selection And Decision 5.1 Selection Shall Be Based On The Lowest Price Offered, Subject To Technical Conformity, Availability And Timely Delivery. 5.2 The Selection Shall Be Made By Package/lot As Appropriated. 5.3 At Time Of Evaluation, The Selected Bidder Having Benefitted From The Margin Of Preference Shall Be Allocated The Contract Subject To The Supplier Forwarding Necessary Documents To Establish That It Meets The Qualification For The Preference. 6. Margin Of Preference Small And Medium Enterprises, Registered As Enterprise In The Philippines, Having An Annual Turnover Up To 50 Million Pesos And Whose Local Input In The Manufacturing Of The Product Accounts For At Least 30 %, Shall Be Eligible For A Margin Of Preference Of 10 %. 7. Notification Of Award And Debriefing 7.1 The Public Body Shall After Award Of Contract, Exceeding 1 Million Pesos, Promptly Inform All Unsuccessful Bidders In Writing Of The Name And Address Of The Successful Bidder And The Contract Amount. 7.2 Furthermore, The Public Body Shall Attend To All Requests For Debriefing For Contract Exceeding 1 Million Pesos, Made In Writing Within 30 Days The Unsuccessful Bidders Are Informed Of The Award. 8. Prices 8.1 Prices Quoted Shall Be Firm And Fixed In Philippines Peso During Validity Period Of Quotation And For Execution Of Contract. The Prices Quoted Shall Include All Costs, Where Applicable, Such As Transportation To The Location For Delivery Stated In The Rfq, Insurance, Packing, Labeling, Or Any Other Costs, Fees To Be Paid Such As Customs Duties And Charges. 9. Rights Of The Public Body The Purchaser Shall Have The Right To (a) Ask For Clarifications At Time Of Evaluating Quotations, (b) Split The Contract On An Item Basis Or (c) Reject All Quotations. A Purchaser Shall Not Be Bound To Accept The Lowest Or Any Quotation. Conditions Of Contract 1 Warranty 1.2 The Supplier Warrants That The Goods Shall Conform To The Standards, Specifications And Related Services As Defined By The Purchaser In Its Rfq Subject To Any Alternative Proposal Made By The Supplier In Its Response To The Purchaser’s Rfq. 1.3 The Supplier Undertakes To Make Good, At Its Own Cost And Promptly, Any Deficiency In The Supply Of Goods Items And Related Services. 1.4 The Supplier Warrants That The Goods Items To Be Supplied Are New And Unused And That It Shall Attend Promptly To Any Defect In The Good Items As Per The Warranty Conditions Mentioned In Its Offer. 2 Inspection 2.2 The Purchaser Shall Have A Reasonable Time After Delivery Of The Goods To Inspect Them And To Reject And Refuse Acceptance Of Goods Not Conforming To This Purchase Order; Payment For Goods Pursuant To This Purchase Order Shall Not Be Deemed An Acceptance Of The Goods. 3 Payment 4 The Purchaser Undertakes To Effect Payment Within 30 Days After Supply Of The Goods Items To The Satisfaction Of The Purchaser And Subject To The Supplier Submitting All Required Documents. Final Payment Shall Be Adjusted To Reflect Any Non-compliance.
Department Of Agriculture Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Installation Of Ces (cebu Experimental Station) Solar Powered Irrigation System Located At Brgy. Maguikay, Mandaue City, Cebu 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (₱1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Installation Of Ces (cebu Experimental Station) Solar Powered Irrigation System Located At Brgy. Maguikay, Mandaue City, Cebu. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Installation Of Ces (cebu Experimental Station) Solar Powered Irrigation System Located At Brgy. Maguikay, Mandaue City, Cebu. Scope Of Work I. General Requirements: Provision Of Field Office For The Engineer (rental Basis); Proiect Billboard/sign Board (coa Recommended); Occupational Safety And Health Program; Mobilization And Demobilization Ii. Irrigation Works & Concrete Tank: Formworks And Falseworks; Structure Excavation; Structural Backfill; Concrete Class “a” 3000 Psi; Reinforcing Steel; Installation Of Hdpe Delivery Pipe And Turn Out Iii. Pv Module, Inverter, Solar Mounting: Installation Of Pv Modules, Inverter/ Controller And Cabling; Mounting Structure; Boq Notes: 1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2. Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Test For Quality Control And Plan Preparation; 3.provide Brochure Or Brand And Model For The Offered Solar Panel, Inverter/controller And Submersible Pump Site: Brgy. Maguikay, Mandaue City, Cebu. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Owned Service Vehicle; One (1) Owned Plate Compactor; One (1) Owned One-bag Mixer; One (1) Owned Concrete Vibrator; One (1) Owned Welding Machine; One (1) Owned Bar Cutter; One (1)leased Transit Mixer With Concrete Pump And Technical Personnel Required: One (1) Heavy Equipment Operator; One (1) Project Engineer ; One (1) Foreman; Two (2) Skilled Laborers; Ten (10) Unskilled Laborers; One (1) Safety Officer; One (1) First Aide. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To Renewable Energy Project . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Five Hundred Pesos (₱1,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 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 National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Department Of Agriculture Tender
Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 2.8 Million (USD 48.6 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Canal Extension Of Lantay Spring Development Located At Lombog Guindulman, Bohol 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Two Million Eight Hundred Sixteen Thousand Five Hundred Eighty-two Pesos And 19/100 (₱2,816,582.19) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Canal Extension Of Lantay Spring Development Located At Lombog Guindulman, Bohol. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Canal Extension Of Lantay Spring Development Located At Lombog Guindulman, Bohol. Scope Of Work I. General Requirements: Provision Of Field Office For The Engineer (rental Basis); Project Billboard/signboard(coa Recommended); Occupational Safety And Health Program; Mobilization And Demobilization; Ii. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Structural Backfill ; Iii. Irrigation Canal, Grouted Riprap, Box Culvert, Basin, Division Box, Water Catchment, & Under Drain: Aggregate Base Course; Formworks And Falseworks; Reinforcing Steel; Concrete Class "b"; Grouted Riprap Class "a” Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Lombog Guindulman, Bohol. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Owned Backhoe With Breaker; One (1) Owned Plate Compactor; One (1) Owned Concrete Vibrator; One (1) Owned 1-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Service Vehicle And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; One (1) Materials Engineer; Eight (8) Skilled Laborer; Sixteen (16) Unskilled Laborer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To Irrigation Project . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of Three Thousand Pesos (3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 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 National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Municipality Of Kauswagan, Lanao Del Norte Tender
Telecommunication Services
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 8 Million (USD 138 K)
Details: Description Qty Unit Item Description 1 Unit Fiber Optic Patch Panel (for Mdf) Premium Line 19” Fiber Optic Patch Panel, Main Body, Black 1 Pc Premium Line Splice Cassette Fro 12-port, Gray 2 Pcs Premium Line Fiber Optic 12 Pack Pigtail Sc-upc, Sm 9/125um, 0.9mm, Pvc, 1m 2 Pcs Premium Line 8 Port Sc, Adapter Panel, Simplex, Sm, Fully Loaded, Black 3 Pcs 1 Unit Rg-nbr6215-e (router) 8x10/100/1000 Base-t Ports, 1x100/1000 Base-x Port, 1x10gb Base-x Port, 2usb Ports And 1 Console Port; 1500 Recommended Concurrent Clients, 2.5 Gbps Maximum Throughput; Suport Ruijie Cloud App And Platform Manegement 1 Unit Rg-nbr-hdd-1t (1tb Hdd) 1 Unit Rg-nbf5200m-8fs16gt4xs (e-lighten Pon L3 Switch) Passive Optical Networking Support Core Switch + Olt 2 In 1 For Flexible Networking 10g Uplink 6kv Surge Protection Reducing The Risk Of Port Damage Free Layer 3 Cloud Management 8 Units Om-ge-sfp-10km-sm1490 (gigabit Pon Transceiver) 1x32 Split 2 Pcs Xg-sfp-aoc1m (uplink Cable) 10gbase Sfp+optical Stack Cable (included Both Side Transceiver) 1 Meter 4 Pcs Premium Line Sc/upc-sc/upc Duplex Single Mode, 9/125 Patch Cord 3 M, 3.0mm, Lsoh (pon Transceiver To Foc Patch Panel) 1 Unit 3kva Online Ups Rack Mounted (mp Rt 3ks) 1 Assembly Foc Splicing Dome Premium Line Fiber Optic Dome Type Splice Enclosure, 2 In – 2 Out, 24 Core, Black 1 Set Protection Sleeve For Optic Fiber Fusion Splice 24 Pcs Banding Band Banding Buckle 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (8 Ports) Premium Line Ftth Distribution Box, 8 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, Lsoh, 1m 8 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 8 Pcs 8 Units Rg-spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Pc Premium Line Sc/upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (uplink From Ftth To Splitter) 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (16 Ports) Premium Line Ftth Distribution Box, 16 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, 0.9mm Lsoh, 1m 16 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 16 Pcs 8 Units Spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 2 Units Spl2032-sc (32 Pon Splitter)2 Points 32 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Lot Independent Data Back Up Stand Alone Data Supply With Hardware 4 Units Nbf2100s-8gt1sc-p (8p Wired Poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-8gt1sc-p (8p Wired Non-4poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-16gt1sc-p (8p Wired Poe Onu) 16-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 8 Assembly Data Outlet (fiber Optic Wall-mounted) Premium Line Fiber Optic Sc Duplex Faceplate 86x86 1-port Ral 1013 1pc Premium Line Category 6 90º Unshielded Shutter Slim Keystone Jack, 110 Type Whitek 1 Pc Utility Box 25 Pcs Premium Line Sc-upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (data Outlet To Onu) 4000 Meters Premium Line Fiber Optic Outdoor Aerial Ftth Drop Flat Cable W/ Two Frp Strength Member, Sm 9/125 G657a2, 2 Core, Solid Steel Wire Messenger, Lsoh, Black, 2km Reel (node Box To Home) 1 Lot Internet Bandwith Supply In Different School And Offices (1 Year) Including Back Up And Management Of Network 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipment/maintenance
9321-9330 of 10000 archived Tenders