Uniform Tenders
Uniform Tenders
Department Of Agriculture Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description February 4, 2025 Request For Quotation No. Np-005-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: ✔ Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 ✔ Philgeps Registration/organization Number (red Membership) ✔ Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. 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. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: February 7, 2025 At 12:00nn. 10. Delivery Period: On The Date Of Activities. C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done By Lot. 3. Terms Of Payment: Within Thirty (30) Calendar Days Upon Acceptance Of The Items/services Rendered. 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture 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: Department Of Agriculture 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 (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0131 Abc: Php288,000.00 End-user: Procurement Division Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty. Unit Item/description No. Of Days Ceiling Price (php) Unit Price In Php Total Price In Php (qty. X Unit Price) Food Provision For The Bids And Awards Committee (bac) Meetings For The Month Of March And April 2025 40 Pax Am Snacks 16 100.00 40 Pax Lunch 16 250.00 40 Pax Pm Snacks 16 100.00 Tech Nical Specifications Is Attached As An Integral Part Of The Rfq Total Amount Original Signed Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we 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 Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company _____________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: 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 Date7 Feb 2025
Tender AmountPHP 288 K (USD 4.9 K)
Department Of Agriculture Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description February 14, 2025 Request For Quotation No. Np-______-25 Mandatory Requirements Submission Of Documentary Requirements: Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 Philgeps Registration/organization Number (red Membership) Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted Instructions: Please Write Legibly. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 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. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. Deadline For Submission Of Bids: February 18, 2025 At 12:00nn. Delivery Period: On The Date Of The Activities. C. Important Notes: Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. Awarding Shall Be Done By Lot. Terms Of Payment: Within Thirty 30 Calendar Days Upon Acceptance Of The Items/ Services Rendered In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. The Department Of Agriculture 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: Department Of Agriculture 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 (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0201-p2 Abc: Php58,000.00 End-user: Assistant Secretary For Logistics (asl) Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty. Unit Item/description Ceiling Price Per Unit (php) No. Of Days *unit Price In Php Total Price In Php (qty X Unit Price) Vehicle Rental For Training Workshop On The Operations And Strategic Planning Of Cold Storage Warehouse Facilities 2026-2028 On March 3-7, 2025 In Region Vii 5 Units Van Rental (pick & Drop) 1,900.00 2 5 Units Van Rental (site Visit) 7,800.00 1 Itinerary Is Attached As An Integral Part Of The Request For Quotation Grand Total (original Signed) Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we 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 Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company _____________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: 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 Date18 Feb 2025
Tender AmountPHP 58 K (USD 1 K)
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi Bac 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. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
Bureau Of Plant Industry Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq No. Np 25-01-18 Pr No. 25-01-18 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Agricultural And Marine Supplies Under Nupap-school Garden 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), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Per Item. 10. Deadline For Submission Of Bids: January 10,2025 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: Fifteen (15) Days Upon Receipt Of 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 170,000.00 End User: Lea O. Abando Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 10 Bot. Foliar Fertilizer (1liter/bot.): (11-8-6 Npk) 6,000.00 6 Bot. Organic Insecticide: Neem Based; 1 Li/bot 10,800.00 6 Sacks Spinkler; Plastic, 6 Li Capacity 1,980.00 6 Lit. Delthametrin (2.5 Ec) 6,930.00 6 Pcs Garden Hose; 1/2", Rubberized 13,500.00 3 Sacks Urea (46-0-0) 9,000.00 6 Set Fruit Fly Trapper With Methyl Eugenol 15,000.00 3 Pcs. Wheelbarrow; Heavy Duty 7,500.00 3 Sacks Triple 14 7,065.00 31 Sacks Organic Fertilizer (2-2-1.5% Npk + Microelements 10,850.00 61 Pcs. Seedling Trays, 128 Holes 4,270.00 3 Roll Plastic Mulch (.03; 1.5x400m) 9,900.00 50 Sacks Coco Coir; Buffered 14,005.00 8 Pcs. Hand Trowel; Heavy Duty 2,000.00 32 Set Hydroponic Starter Kit; 8 Plant Holes With Complete Accessories 51,200.00 X-x-x-x-x-x "note: Chemicals Should Not Be More Than 2 Years From The Date Of Formulation" Grand Total 170,000.00 Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, Guisad, Baguio City 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 Address 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:_______________________________________________________________ Rfq No. Np 25-01-18 Pr No. 25-01-18 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Agricultural And Marine Supplies Under Nupap-school Garden 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), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Per Item. 10. Deadline For Submission Of Bids: January 10,2025 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: Fifteen (15) Days Upon Receipt Of 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 170,000.00 End User: Lea O. Abando Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 10 Bot. Foliar Fertilizer (1liter/bot.): (11-8-6 Npk) 6,000.00 6 Bot. Organic Insecticide: Neem Based; 1 Li/bot 10,800.00 6 Sacks Spinkler; Plastic, 6 Li Capacity 1,980.00 6 Lit. Delthametrin (2.5 Ec) 6,930.00 6 Pcs Garden Hose; 1/2", Rubberized 13,500.00 3 Sacks Urea (46-0-0) 9,000.00 6 Set Fruit Fly Trapper With Methyl Eugenol 15,000.00 3 Pcs. Wheelbarrow; Heavy Duty 7,500.00 3 Sacks Triple 14 7,065.00 31 Sacks Organic Fertilizer (2-2-1.5% Npk + Microelements 10,850.00 61 Pcs. Seedling Trays, 128 Holes 4,270.00 3 Roll Plastic Mulch (.03; 1.5x400m) 9,900.00 50 Sacks Coco Coir; Buffered 14,005.00 8 Pcs. Hand Trowel; Heavy Duty 2,000.00 32 Set Hydroponic Starter Kit; 8 Plant Holes With Complete Accessories 51,200.00 X-x-x-x-x-x "note: Chemicals Should Not Be More Than 2 Years From The Date Of Formulation" Grand Total 170,000.00 Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, Guisad, Baguio City 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 Address 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 Date10 Jan 2025
Tender AmountPHP 170 K (USD 2.9 K)
HUMAN SETTLEMENTS ADJUDICATION COMMISSION REGIONAL ADJUDIC Tender
Manpower Supply
Philippines
Details: Description Request For Quotation Date: 16 January 2025 Rfq No.: Rfq-rab13-25-01-005 The Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii (hsac-rabxiii), Through Its Bids And Awards Committee (bac), Will Undertake Procurement For The Provision Of Security Services Of Two (2) Security Guards For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 In The Sum Of Six Hundred Twenty Thousand Pesos & 0/100 (php 620,000.00). It Will Be Undertaken In Accordance With Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Details Of The Project/ Activity/ Program Are As Follows: Project Name Provision Of Security Services Of Two (2) Security Guards For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Description: Two (2) Security Guards** Approved Budget Of Contract (abc): Six Hundred Twenty Thousand Pesos (php 620,000.00)* Location: Hsac – Rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Specification: See Attached “annex A” Deadline Of Submission: 23 January 2025 *inclusive Of Tax ** Please Refer To The Items Indicated In “annex A” As Such, You Are Invited To Submit Your Establishment’s Open Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than 23 January 2025, At Exactly 10:00am At Hsac-rabxiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Or Through E-mail Address At Rab13@hsac.gov.ph. Copies Of The Following Eligibility Requirements Are Also Required To Be Submitted Along With Your Quotation/proposal: 1. Updated Mayor’s/business Permit; 2. Dti/ Sec Registration; 3. Income/business Tax Return; 4. Philgeps Registration; And 5. Omnibus Sworn Statement. Hsac-rabxiii Assumes No Responsibility Whatsoever To Compensate Or Indemnify Provider/s For Any Expenses Incurred In The Preparation Of Submission Of The Proposals. The Hsac-rabxiii, Likewise, Reserves The Right To Reject Any Or All Proposals Found To Be Disadvantageous To The Government. For Any Clarification, You May Contact Mr. Gabby Rey M. Concepcion The Administrative And Finance Division Procurement Officer At Contact Nos. 09178350746/ (085) 817 4415 Or E-mail Address At Rab13@hsac.gov.ph. Atty. Michael P. Bajao, Cpa Chairperson, Bac Annex “a” Price Proposal/quotation Sheet Date: ______________________ The Bids And Awards Committee Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is The Proposal For The Provision Of Security Services Of Two (2) Security Guards For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 For The Hsac Rab Xiii, With The Following Details: Procurement Project: Provision Of Security Services Of Two (2) Security Guards For The Period Of Eleven (11) Months From February To December 2025 Items/description Qty./ Unit Approved Budget For The Contract (abc)* Proposal/quotation* Security Guard Twelve (12) Hour Day And Night Shift From Monday To Sunday Including Holidays, Who Shall Inspect, Monitor, Secure, And Guard The Office For The Period Of Eleven (11) Months. 2 Pax Php 620,000.00 Scope Of Work I- Scope Of Service/requirements Security Agency 1. The Security Agency Must Be Duly Licensed, Bonded And Registered With Proper Operating Permits And Other Statutory Requirements. 2. The Security Agency Will Provide Two (2) Security Guard For Twelve (12) Hours, Day And Night Shift From Monday To Sunday Including Holidays. 3. The Security Agency Will Provide Consistent And Quality Service Through Qualified, Licensed, Bonded, Uniformed And Highly Trained Security Guards Who Shall Guard And Protect The Properties And Premises Of The Hsac Rab Xiii For Twenty-four (24) Hours Daily. 4. The Security Guards Assigned Shall Secures Ingress And Egress Within Hsac Rab Xiii Office Premises Of All Things Persons And Things/materials Brought In And Out Of The Said Premises Including The Conduct Of Reasonable Check On Persons And Properties As Normally Done In Public Or Private Establishments And Places For Purposes Of Ensuring Safety And Security Against Unauthorized Persons And/or Materials. 5. The Security Agency Shall Provide A Reliever During Day Off Period Or Emergency Cases Wherein The Guard On Duty Is Absent Could Not Report To Work For Reasonable Incidents; 6. The Security Guard Assigned Shall Be Provided With Proper Agency Uniform And Visible Identification Badges. They Must Also Be Duly Licensed. 7. The Security Agency Shall Provide All Mandatory Benefits Required By The Dole To The Assigned Guard In Hsac Rab Xiii (sss, Philhealth, Pag-ibig And Other Benefits Mandated By The Law:; And 8. The Security Agency Shall Provide Just And Humane Compensation To The Security Guards Assigned In Hsac Rab Xiii As His/her Monthly Gross Income For The 12 Hours Duty Per Day (inclusive Of Overtime Pay, Saturday And Sunday Duty And Holiday, Premium Pay). Security Personnel 1. They Shall Be A Good Moral Character And Reputation And Without Criminal Or Police Record. 2. They Shall Be Honorably Discharged Men From Armed Forced Of The Philippines, Philippine National Police, Or A Must Graduate Of Basic Reserve Officers’ Training Corps (rotc) Or Common Military Training (cmt). 3. They Must Be Physically And Mentally Fit And Not Less Than 21 Years Old Of Age Nor 45 Years Old, At Least 5’6” (167.64 Cm) Tall And Weighing At Least 160 Lbs (72.57 Kgs) For Male, And 5’2” (157.48 Cm) Tall And Weighing At Least 130 Lbs (60 Kgs) For Female. 4. They Shall Be Duly Licensed Security Guards, Duly Processed And Screened By Pnp Sagss And Other Government Entities Charged With Their Regulations 5. They Must Pass Neuro-psychiatric Test Issued By A Government Accredited Psychometrician. 6. They Must Pass A Drug Test To Be Given By The Government Accredited Drug Testing Center. 7. Must Be Willing To Undergo Drug Test Also When Deemed Necessary By The Hsac Rab Xiii. 8. Such Other Qualifications As Are Necessary In Order For The Guards To Discharge The Task Assigned To Them. Ii- Security Plan And Quotation The Quotation Shall Contain A Breakdown Of All Cost, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. It Shall Be Submitted Together With A Proposed Security Plan. Iii- Payment Terms Payment Shall Be Made Not Later Than Fifteen (15) Calendar Days Upon Complete Submission Of Security Agency The Following Requirements: 1. Dtr Duly Signed By The Office’s Chief Regional Adjudicator/ Supervisor/ Oic Or His Duly Authorized Representative; 2. Proof Of Previous Months’ Remittances To Sss, Philhealth And Pag-ibig, Together With Transmittal Sheet Stamped Received By The Foregoing, Certified True Copy Of A Duly Accomplished Previous Months Payroll Sheet, As Well As Such Other Relevant Documents As May Be Required By The Ps-dbm; 3. Invoice Of Billing Or Statement Of Account For The Period Covered. Iv- Period Of Contract The Period Of The Contract Will Be From February 1, 2025 To December 31, 2025 (11 Months). *total Bid/quotation Price For The Project: (inclusive Of All Taxes And Bank Charges) Terms And Conditions 1. Bidders Shall Submit Their Proposal Through Their Authorized Representative Using The Provided Official Forms (annex “a”). 2. Any Modifications In The Item(s) Specifications During Delivery Of Materials/equipment Is Strictly Prohibited. 3. Bidders Shall Provide Correct And Accurate Information Required In This Form. 4. All Fields With Asterisks (*) Are Mandatory And Must Be Filled Up. Failure To Provide Information On Mandatory Fields Will Disqualify Your Quotation. 5. Price Quotation(s) Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 6. Price Quotation(s), To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 7. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 8. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 9. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative(s). 10. The Hsac Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Hsac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Conforme: Signature: Name/designation Of The Authorized Representative Name Of Company/supplier: Office Address: Contact No. & Email Date & Time:
Closing Date23 Jan 2025
Tender AmountPHP 620 K (USD 10.5 K)
Quezon City Tender
Food Products
Philippines
Details: Description Minimum Or Equivalent Technical Specifications The Service Provider Shall Provide Catering Services Subject To The Following Requirements: A. Location 1. The Location Of The Catering Services Provider Must Be Within Quezon City. B. Food And Beverage Requirements 1. Am Snacks, Buffet Lunch, And Pm Snacks For At Least 50 Pax. 2. Plated Am Snack: Each Morning Snack Must Include A Combination Of The Following: A. Pasta Or Noodles B. Sandwich Or Bread/pastry Or Local Delicacy C. One (1) Round Of Bottle Of Juice Or Iced Tea 3. Buffet Lunch: Must Include A Combination Of The Following: A. Steamed Rice B. At Least Two (2) Viands, Combination Of Beef, Chicken, And/or Fish Options C. At Least One (1) Serving Of Vegetable Dish D. Salad E. Soup F. At Least One (1) Serving Of Dessert Or Fruits G. One (1) Round Or Bottle Of Juice Or Iced Tea 4. Plated Pm Snack: Each Afternoon Snack Must Include A Combination Of The Following: A. Pasta Or Noodles B. Sandwich Or Bread/pastry Or Local Delicacy C. One (1) Round Or Bottle Of Juice Or Iced Tea 5. Other Food And Beverage Requirements A. Provision Of Mineral/distilled Water Stations/dispensers B. Provision Of Free-flowing Coffee And Tea All Day And Throughout The Function C. Provision Of Candies/mints And Nuts All Day And Throughout The Function D. Provision Of Plated Meals And Snacks For Guests With Specific Dietary Needs/ Food Restrictions Such As But Not Limited To Vegetarian, Dairy-free/lactose-free, Diet Soda/soft Drinks-in-can, Other Dietary Needs C. Catering Services Requirements 1. Provision Of Plates, Glasses, Spoon, Fork, And Other Cutlery To Be Used During Meals And Function 2. Provision Of Adequate Staff, At Least Three (3) Uniformed Waiters During The Activity To Set Up Food, Utensils, Set Up Banquet Table And Chairs With Clothes And Skirting. 3. Ensure Proper Clean-up Of Garbage After The Activity. 4. Ensure The Quality Of The Food To Be Served. 5. Secure Entrance Permits From The Venue, If Necessary. D. Schedule And Venue 1. The Event Is Scheduled For 17-18 February 2025 (two-day Event). Please Note That The Date Is Subject To Change, With Prior Notice From Philsa. 2. The Event Will Be Held At The University Of The Philippines Diliman, Maynilad Room, Melchor Hall (college Of Engineering), Quezon City. Please Note That The Venue Is Subject To Change, With Prior Notice From Philsa. E. Payment Terms 1. The Price Stated In The Proposal Should Be Inclusive Of Government Fees Taxes, And Duties, If Applicable. 2. Proposal Must Be Inclusive Of Labor, Materials/ingredients, And Any Other Relevant Expenses And Services. 3. Billing For Meals For The Whole Event Shall Be Based On The Minimum Guaranteed Number Of Pax To Be Confirmed By Philsa Three (3) Days Before The Event. In The Event Of Additional Pax, Cost Per Participant Will Be Charged Accordingly. 4. The Billing Is Subject To Actual Number Of Pax During The Function. 5. The 100% Payment Shall Be On Send-bill Arrangement And Will Be Fulfilled Within Thirty (30) Days Upon Receipt Of Statement Of Account/ Billing Statement After Completion Of The Event, And Upon Acceptance Of The End-user.
Closing Date11 Feb 2025
Tender AmountPHP 169.7 K (USD 2.9 K)
Department Of Agriculture Tender
Others
Philippines
Details: Description The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱136,500.00 Contract Period: Per Scheduled Date Destination: Within Zamboanga Peninsula Accomplished Rfqs Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City. Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · List Of Proposed Drivers Complete With Photocopy Of Professional Driver’s License · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative Provision Of Transporation Services 1 "capacity-training Workshop On Ipra Vis-à-vis Ncip Implementing Rules And Regulations (aos/guidelines) Concerning Miadp Implementation In Region Ix - Part 1 " 1 Unit "for The Month Of January 2025 In Zamboanga City " 16,500.00 "capacity-training Workshop On Ipra Vis-à-vis Ncip Implementing Rules And Regulations (aos/guidelines) Concerning Miadp Implementation In Region Ix - Part 2 " 2 1 Unit "for The Month Of January 2025 In Zamboanga City " 16,500.00 3 "first Community Assembly " 1 Unit "for The Month Of January 2025 In Anongan And Lintangan, Sibuco, Zamboanga Del Norte " 16,500.00 4 "workshop Orientation Of Ad Volunteers And Preparation Of Workplan " 1 Unit "for The Month Of January 2025 In Anongan And Lintangan, Sibuco, Zamboanga Del Norte " 16,500.00 5 "pre Field Validation Conference " 1 Unit "for The Month Of January 2025 In Sibuco, Zamboanga Del Norte " 18,000.00 6 "fpic Actual Conduct Of Field Validation " 1 Unit "for The Month Of January 2025 In Sibuco, Zamboanga Del Norte " 18,000.00 7 "fpic Presentation Of Draft Moa And Moa Sigining " 1 Unit "for The Month Of January 2025 In Sibuco, Zamboanga Del Norte " 18,000.00 8 "consolidation Workshop Analysis Of C1, C2, C3 And Ses Data Collection For Adaif Formulation " 1 Unit "for The Month Of February 2025 In Zamboanga City " 16,500.00 "terms And Conditions: " -the Rate Offers Must Be Expressed In Terms Of Daily Rate Basis, Inclusive Of Vat, Driver’s Food And Lodging, Fuel Cost, Toll Fees And Parking Fees And All Applicable Taxes And Charges. -the Drivers Should Wear Uniforms, If Any, Or Appropriate Attire During Travel; -all Vehicle Must Be Equipped With Complete Early Warning Device, Spare Tires, Tools, Air-condition, Seat Belts & Alcohol Or Any Disinfectant Spray; -rental Company Must Provide “best Effort Basis” Replacement Units During Accidents And Repairs With The Same Class & Same Carrying Capacity; -the Procuring Entity Reserves The Right To Change Schedule As Needed, Provided, That The Winning Bidder Shall Be Afforded A Notice Within A Justifiable Period Of Time; -rude Driver Will Be Subjected To Disciplinary Action Or Termination Of Contract. Purpose: To Be Used In Any Activities Conducted By The Miadp And Ncip In The Ancestral Domain Of Anongan And Lintangan Sibuco, Zamboanga Del Norte. Deadline For Submission: January 6, 2025 / 09:00am Opening Of Quotations: January 6, 2025 / 09:30am
Closing Date6 Jan 2025
Tender AmountPHP 136.5 K (USD 2.3 K)
Bureau Of Plant Industry Tender
Others
Philippines
Details: Description Rfq No. Np 25-01-17 Pr No. 25-01-17 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Other Supplies And Materials Under Nupap-production Of Organic Fertilizers 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), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Lump Sum. 10. Deadline For Submission Of Bids: January 9,2025 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: Fifteen (15) Days Upon Receipt Of 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 51,000.00 End User: Lea O. Abando Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 15 Pcs Multi Purpose Plastic Matting 2ftx3ft (white) 15,750.00 3 Pcs. Sewing Thread Strong Nylon Cord (300m) 804.00 3 Pcs. Ultra Bleach Tick Tolet Cleaner (500ml) 498.00 5 Pcs. Powder Detergent W/ Fabric Conditioner (500ml/pack) 1,350.00 2 Doz. Heavy Duty Silver 12pcs. Spoon And Fork Set Stainless Steel 1,440.00 10 Bot Handwashing Soap; Liquid; Fresh Scent; 225 Ml/bot 2,500.00 20 Pack Bathroom Tissue :3-ply Green Tea Scented ; 10 Rolls/pack 7,800.00 20 Packs Interfolded Paper Towel; 175 Pulls 1,200.00 3 Pcs. "led Mosquito Killer Lamp: Rated Frequency: 60hz Rated Voltage:230v Range: Up To 50sqm" 9,000.00 2 Doz. Ceramic Dinner Plate (plato) 6,490.00 5 Pcs. Dishwashing Liquid (475ml) 820.00 2 Pc. Sewage Separation Mop 360 With Bucket 2in1 Rotating Mop 3,006.00 1 Pc. Heavy Duty Brush With Long Handle 342.00 X-x-x-x-x-x Grand Total 51,000.00 Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, Guisad, Baguio City 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 Address 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 Date9 Jan 2025
Tender AmountPHP 51 K (USD 879)
Bureau Of Plant Industry Tender
Food Products
Philippines
Details: Description Rfq No. 0009 Pr No. 0007-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Meals To Be Used During The Bpi-nsqcs 2025 Strategic Meeting 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 13, 2025 (8:15am). 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: January 20-25, 2025 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 311,750.00 End User: Nsqcs Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Meals On January 20-25, 2025 With Full Board For Nsqcs Regional And Satellite Chiefs And Personnel 70 Pax January 20 - Lunch, Pm Snacks, Dinner 675.00 70 Pax January 21- Full Board (breakfast, Am Snacks, Lunch, Pm Snacks And Dinner) 1,000.00 70 Pax January 22- Breakfast, Am Snacks, Pm Snacks And Dinner 650.00 70 Pax January 23 - Full Board (breakfast, Am Snacks, Lunch, Pm Snacks And Dinner) 1,000.00 70 Pax January 24- Breakfast, Am Snacks 325.00 Snacks And Lunch 25 Pax January 20 - Lunch, Pm Snacks 500.00 25 Pax January 21- Am Snacks , Lunch And Pm Snacks 650.00 25 Pax January 22- Am Snacks, Pm Snacks 300.00 25 Pax January 23- Am Snacks , Lunch And Pm Snacks 650.00 25 Pax January 24- Am Snacks 150.00 Place Of Delivery: Bureau Of Plant Industry, Malate, Manila "on Time Delivery Of Food Packed Meals Halal Foods" Grand Total: 311,750.00 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 Date13 Jan 2025
Tender AmountPHP 311.7 K (USD 5.3 K)
Amadeo Water District Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Office Of The Bids And Awards Committee ________________________________________ Request For Quotation Procurement Of Security Services For Amadeo Water District For Cy 2025 (rfq # 2025 – 002) The Amadeo Water District, Herein Referred To As The “purchaser”, Through Its Bids And Awards Committee (bac), Intends To Procure “security Services For Amadeo Water District For Cy 2025” In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Three Hundred Nineteen Thousand Pesos (php 319,000.00). The Period For The Performance Of Obligations Shall Not Go Beyond The Validity Of The Appropriations For This Project. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than January 23, 2025, 9:00 Am At Amadeo Water District. Quotations May Also Be Submitted Through Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of Mayor’s/business Permit. The Omnibus Sworn Statement (gppb Prescribed Forms), Income/business Tax Return (for Abc’s Above Php 500k) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (046) 483-1508 Or Email Address At Amadeowd@yahoo.com. Moneth G. Baybay Bac Secretariat Technical Specification 1. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. 2. Bidders Must State “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Item Description/specifications Total Quantity Bidder’s Statement Of Compliance Total Amount Per Month Total Amount For 11 Months 1 Manpower Requirement One (1) Security Guard, Preferably Male, On 12-hour Shift Daily (7am To 7pm), Seven (7) Days A Week (inclusive Of Holidays), Who Shall Inspect, Monitor, Secure And Guard The Areas Occupied By The Amadeo Water District Office. Contract Period: Eleven (11) Months From February 1, 2025 To December 31, 2025 (include Also A Breakdown Of Costs Specifying The Minimum Daily Wage, Amount Paid Directly To Guard And Amount Paid To Government In Favor Of Guard). 1 Lot Terms Of Reference A. Scope Of Work 1. Objective: • To Safeguard All Assets Owned By Awd Against Theft, Pilferage, Vandalism, Robbery, And Any Form Of Harm To Awd Staff Within The Office Premises. 2. Security Personnel Requirements: • Provide Awd With A Specified Number Of Security Guards Possessing The Following Qualifications: • Filipino Citizenship. • High School Graduation Or Ex-servicemen Status. • Aged Between 21 And 50 Years. • Demonstrated Good Moral Character Without Any Criminal Or Police Record. • Successful Completion Of A Neuropsychiatric Test. • Screening By The Philippine National Police (pnp). 3. Responsibilities: • Ensure Continuous Presence And Coverage Of The Designated Area Of Responsibility (aor) Throughout The Contract Duration. • Maintain Available Relievers And/or Replacements As Needed. • Submit Monthly Status And Incident Reports To Awd. 4. Liability: • Indemnify Awd For Any Loss, Damage, Or Expenses Resulting From The Security Guard's Failure To Perform Duties, Subject To Conditions Outlined In The Contract. B. Equipment/supplies Requirements 1. Basic Equipment: • Prescribed Basic Uniform, Nightstick, Whistle, Timepiece, Writing Pen, Log Book, Flashlight, Service Firearm, And Handcuff. • The Security Agency Is Responsible For Ensuring Availability And Issuance Of Basic Equipment To Its Guards. 2. Equipment Maintenance: • Security Agency Must Ensure Regular Inspection And Operability Of Basic Equipment Issued To Guards. C. Qualifications Of The Security Agency 1. License Requirements: • Hold A Valid License To Operate From The Supervisory Office For Security And Investigation Agency (sosia). • Possess A Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate. D. Responsibilities Of The Security Agency 1. Compliance: • Ensure Discipline, Administration, And Operations Of Security Guards Comply With Relevant Laws, Regulations, And Awd Policies. 2. Employment Relationship: • Clarify That No Employer-employee Relationship Exists Between Awd And Security Agency Personnel. 3. Financial Obligations: • Timely Remittance Of Employee Contributions To Relevant Government Agencies. E. Additional Terms And Conditions Of The Contract 1. Personnel Information: • Provide Awd With Individual Personnel Profiles, Technical Qualifications, And Training Certificates Of Assigned Security Guards. 2. Performance Monitoring: • Maintain Satisfactory Performance Based On Defined Criteria. • Allow Awd To Remove Guards Found Unsatisfactory. 3. Incident Reporting: • Report Any Unusual Occurrences Immediately To Awd. 4. Legal Compliance: • Adherence To Labor Laws, Rules, And Regulations Governing Employer-employee Relationships. 5. Financial Accountability: • Assume Liability For Any Loss Or Damage To Awd's Property Within Guarded Premises. F. Payment Terms • Monthly Payment Upon Submission Of Required Documents, Including Dtrs, Proof Of Remittances, And Billing Statements. G. Liquidated Damages And Litigation Expenses • Security Agency Liable For Liquidated Damages In Case Of Breach. • Security Agency To Reimburse Awd For Litigation Expenses In Case Of Legal Action Due To Non-compliance Or Negligence. *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter The Delivery Date To The Project Site. Item Description Total Quantity Delivery 1 Procurement Of Security Services For Amadeo Water District For Cy 2025 One (1) Security Guard, 12-hour Shift Daily (7am To 7pm), Seven (7) Days A Week, Inclusive Of Holidays 1 Lot Within Eleven (11) Months From Receipt Of Notice To Proceed
Closing Date23 Jan 2025
Tender AmountPHP 319 K (USD 5.4 K)
2041-2050 of 2337 archived Tenders