Uniform Tenders
Uniform Tenders
Bureau Of Plant Industry Tender
Others
Philippines
Details: Description Rfq No. 0081 Pr No. 0200-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Consultancy Service For Use In Bpi Audit And Recertification For Iso 9001:2015 By Certifying Body In Cy-2025 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 31, 2025 (8:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: One (1) Year Duration. 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 950,000.00 End User: Pmo Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 1 Lot Procurement Of Consultancy Service For Iso 9001:2015 Certifying Body Recertification Audit 950,000.00 The Phase 1 - Audit And Certification Iso 9001:2015 For The Operation, Support, And Management Processes Of Bpi On The Following Project Sites: "bpi Manila - 692 San Andres St., Malate, Manila Bpi Quezon City - Visayas Avenue, Diliman, Quezon City Bpi Los Baños Ncrdpsc - Economic Garden, Los Baños, Laguna Bpi Baguio Ncrdpsc - Guisad Road, Baguio City Bpi La Granja Ncrdpsc - La Carlota City, Negros Occidental Bpi Guimaras Ncrdpsc - Jordan, Guimaras Bpi Davao Ncrdpsc - Bago Oshiro, Davao City Bpi Nsqcs 4a - Economic Garden, Los Baños, Laguna Bpi Nsqcs Car - Guisad Road, Baguio City Bpi Nsqcs Vi - Jaro, Iloilo Bpi Nsqcs Xi - Bago Oshiro, Davao City Bpi Nsqcs Vi Satellite - La Carlota City, Negros Occidental Bpi Pqs-cpeqs - Economic Garden, Los Baños, Laguna Bpi Pqs Vi - Brgy. 9, Bacolod City, Negros Occidental Bpi Pqs Vi - Parola, Iloilo City Bpi Pqs Xi - Port Area, Sasa Wharf, Sasa, Davao City Bpi Ppssd Spal - Guisad Road, Baguio City Bpi Ppssd Spal - Bago Oshiro, Davao City" "qualification Of Certifying Body (cb): A. The Certifying Body Shall Provide Its Company Profile Highlighting Related Projects, Scope Of Works And Implementation Methodology; Curriculum Vitae Of The Proposed Team Members Shall Be Submitted; B. The Certifying Body Audit Team Shall Provide A Full Report Of The Operations Audited Consistent With The Content Of Approved Scope Of Work / Deliverables To Bpi Within 30 Calendar Days After Acceptance Of Corrective Actions; C. The Certifying Body Audit Team Shall Satisfy The Following;" "• Consist Of Qualified Auditors To Conduct Audit In The Name Of Certification Body; • Should Have Members With Actual Hands-on Experience And Familiarity In Auditing Service Sector Or Government Agency At Least Minimum Of Five (5) Years. Proof Of Engagement Shall Be Submitted To Bpi; • No Member Of Audit Team Should Have Provided Consultancy To Bpi; • At Least One (1) Auditor Of The Audit Team Should Have Participated In All Audits Of The Three-year The Audit Cycle; • The Certifying Body Audit Team Shall Abide With The Auditing Principles, Terminilogies And Guidelines As Specified In The Iso 9001:2015 Guidelines For Quality Management Systems Auditing; • All Information Reviewed And Recorded By The Certifying Body Audit Team Shall Be Always Treated With Strictest Confidentiality; • The Certifying Body Shall Have At Least Twenty (20) Years Of Auditing Services In The Philippines; • The Certifying Body Should Have An Experience Auditing Certifying Agencies Under The Department Of Agriculture. A Proof Of Their Engagement Should Be Submitted To Bpi." "please See The Attached Terms Of Reference For The Details Of The Project Scope Of Work. Timeliness/duration: 1 Year" Grand Total 950,000.00 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 Date31 Jan 2025
Tender AmountPHP 950 K (USD 16.1 K)
STATE, DEPARTMENT OF USA Tender
Security and Emergency Services
United States
Details: The Department Of State Is Conducting Market Research To Determine The Degree Of Interest And Capability By Small Businesses Only In Providing Local Guard Services At The U.s. Embassy Port Moresby, Papua New Guinea.
the Department Of State, Bureau Of Diplomatic Security Plays An Essential Role In Ensuring That Foreign Policy Missions Are Accomplished In A Safe And Secure Environment. The Primary Mission Of The Local Guard Service Is To Provide Protection For United States Personnel, Facilities, And Equipment From Damage Or Loss Due To Violent Attack And Theft. The Local Guard Services Shall Prevent Unauthorized Access; Protect Life; Maintain Order; Deter Criminal And Terrorist Attacks Against Employees, Dependents, And Property; And Prevent Damage To All U.s. Assets. The Naics Code For These Services Is 561612.
responses Must Clearly Demonstrate Capabilities Through Examples Of Previous And/or Current Guard Security Contracts Or Experience Closely Related Thereto.
vendors Must Specifically Address The Following Capabilities:
current Licenses, Work Authorizations In Compliance With Host Country Law Required For The Execution Of Work, Including Firearms Permits And Licenses. Licenses Must Be In The Name Of The U.s. Small Business.
knowledge Of And Compliance With Host Country Labor Law Which May Require Bonuses, Specific Minimum Wage Levels, Premium Pay For Holidays, Payments For Social Security, Pensions, Severance Pay, Sick Or Health Benefits, Childcare Or Any Other Benefit
knowledge Of And Compliance With Host Country Tax Law
ability To Provide All Types Of Insurance Coverage Required By Host Country In Performance Of Services, Such As Automobile Liability, Comprehensive General Liability, Worker’s Compensation, Employer’s Liability, Etc.
furnishing, Operating, And Maintaining A Radio Network, Including Acquiring All Licenses And Permits That May Be Required For Frequencies And The Operation Of All Communications Equipment
familiarity Or Experience With Associated Security Equipment Such As Guard Electronic Monitoring System (gems), Central Alarm Monitoring Systems (cams), Closed-circuit Television Systems, X-ray And Explosive Detection Equipment
furnishing Guard Force Equipment Such As Uniforms, Vehicles, And Weapons
ability To Overcome Language Barriers
capability Of Instructing, Providing, And Qualifying Personnel In The Use Of Firearms, As Well As X-ray Equipment And Radio Equipment, Including Obtaining The Access To A Firearm Training Facility
ability To Maintain A Guard Staff On A 24 Hour 7 Day A Week Basis With The Ability To Immediately Backfill Vacant Positions Due To Resignations, Rotations And Illnesses Due To A Variety Of Reasons Such As Flu And Food Poisoning
capability Of Dealing With Organized Actions By Direct Labor Personnel Such As Strikes (anticipated And Unanticipated) And Labor Unrest (work Slowdowns And/or Organized Failure Of Employees To Report For Shift Changes)
ability To Hire And Train, Including English Language Training And Weapons Training, If Required, A Guard Staff Consisting Of Host Country Nationals
ability To Provide Trained Equipment Technicians For All Vehicles, Radios And Weapons Required In The Performance Of The Contract
ability To Train A Sizeable Workforce To Adapt Quickly To Unfamiliar Laws And Customs As Well As The Ability Of Company Officials To Gain Quickly Information Regarding The Laws And Customs Needed To Maintain And Equip Such A Workforce
experience Or Capability Of Getting Contractor-furnished Equipment And Goods Through Customs And/or Similar Governmental Agencies Of The Host Country
understanding Import And Export Regulations
understanding And Familiarity Of The Arms Export Control Act (aeca) And International Traffic In Arms Regulation (itar) And The Capability Of Complying With Both By The Performance Date Of Any Contract Awarded Requiring The Execution Of This Statute (22 U.s.c. 2778-2780)
managing Smooth Contract Transition Efforts.
ability To Safely Keep And Track Government-furnished Property
ability To Screen Personnel To Meet Suitability Requirements For Guard Force Positions
strong Skill In Instant, Situational Decision-making, E.g., Response To Threats
organized Billing And Invoicing Procedures
it Is Requested That All Interested Parties Submit Their Capabilities By E-mail To Jenel A. Charles At Charlesja6@state.gov Addressing Each Of The Above Requirements By 13:00 Est, January 29, 2025.
interested Parties Shall Also Complete The Attached:
port Moresby Lgf Contractor Information Sheet
and
port Moresby Lgf Request For Access Form.
if You Have Any Questions Or Comments, Please Reference This Sources Sought Notice In The Subject Block When Emailing.
at This Time, The U.s. Department Of State Does Not Guarantee That Any Future Contracts May Be Awarded Covering The Aforementioned Duties And Responses To This Sources Sought Notice Do Not Bind The U.s. Department Of State To Any Agreement With The Responder, Be It Explicit Or Implied.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Department Of Human Settlement And Urban Development Quezo Tender
Others
Philippines
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 02-0052 S. 2025 Procurement Activity Procurement Of Catering Services, Packed Meals, Stage Décor, Lights, And Sounds For The Dhsud 6th Founding Anniversary Celebration On February 14, 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) Six Hundred Nine Thousand One Hundred Pesos (php609,100.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 11:00 Am, February 11, 2025. Delivery Schedule Delivery Of Services Shall Be On February 14, 2025. The Minimum Technical Specifications For The Said Activities Are As Follows: Item No. Qty. Unit Item, Description, & Minimum Specifications Meals For Dhsud Officials, Employees, And Guests 1 663 Pax Packed Am Snacks Pasta/noodles With Sandwich/pastries, Fresh Tropical Fruits And Cold Drinks 2 663 Pax Packed Lunch Chicken, Pork, Vegetable Viands, With Steamed Rice, Dessert (fresh Tropical Fruits And Pastries), Soup, And Cold Drinks 3 663 Pax Packed Pm Snacks Pasta/noodles With Sandwich/pastries, Fresh Tropical Fruits And Cold Drinks 4 100 Pax Buffet Lunch Chicken, Beef, Pork, Seafood, Vegetable Viands, Green Salad, With Steamed Rice, Dessert (fresh Tropical Fruits And Pastries), Soup, And Cold Drinks 5 100 Pax Buffet Pm Snacks Pasta/noodles With Sandwich/pastries, Fresh Tropical Fruits And Cold Drinks 4 1 Lot Stage Décor, Lights, And Sound Systems • Auditorium Inclusions For Lunch And Pm Snacks: • With Free-flowing Brewed Coffee, Creamer, And Sugar; • With Nuts, Biscuits, And Other Pica-pica Food; • Menu For Final Approval Of The End-user; • Complete Buffet Set Up With Tables And Chairs With Cover For 100 Pax; • Centerpiece On Every Table, Flowers Or Design In The Middle Of The Buffet Table; • With Food Warmer/food Bar And 5 Attendants/servers With Formal Uniforms; • With Decorations At The Stage Of The Auditorium (fresh Flowers); And • With Drinking Water And Provision Of Water Dispenser. Terms And Conditions: 1. Delivery Of Goods/items Shall Be On February 14, 2025, However, The Date Is Tentative And Subject To Change By The End-user Unit/implementing Office Under Certain Circumstances; 2. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 3. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 5. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 6. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 7. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit. (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss);- Annex A Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government- Issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable) For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable; E. Income/business Tax Returns Duly Received By The Bir; And F. Latest Tax Clearance. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of Catering Services, Packed Meals, Stage Décor, Lights, And Sounds For The Dhsud 6th Founding Anniversary Celebration On February 14, 2025 Request For Quotation No.: 02-0052, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ “annex A” Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] 7. [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date11 Feb 2025
Tender AmountPHP 609.1 K (USD 10.4 K)
Landkreis Oberhavel Tender
Software and IT Solutions
Germany
Details: Procurement of 25 smartphones Apple iPhone SE 64GB current version with matching USB C power adapter with transparent silicone case. Procurement of 15 smartphones Apple iPhone 15plus 128 GB black with matching USB C power adapter with black Magsafe case. The principle of product-neutral tendering is deliberately dispensed with, since only models from the manufacturer Apple are to be procured as part of the uniform equipment of the district administration's employees and the already successful implementation of Apple devices in the district administration's IT landscape.
Closing Date3 Feb 2025
Tender AmountRefer Documents
BAYAWAN NATIONAL HIGH SCHOOL BAYAWAN CITY NEGROS ORIENTAL Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Vii – Central Visayas Schools Division Of Bayawan City Bayawan National High School – Junior High School Villareal, Bayawan City Request For Quotation No. 2025-001 The Bayawan National High School- Junior High School Intends To Procure “security Services” For Cy 2025 In Accordance With Section 53.9 (negotiated Procurement—smaii 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, 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 14, 2025, 10:00 A.m. At The Bayawan National High School- Junior High School, Villareal, Bayawan City, Negros Oriental. Quotations May Also Be Submitted Through Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Certificate Of Philgeps Registration (platinum Membership) And Omnibus Sworn Statement (gppb-prescribed Forms) Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. The 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.’s (035) 527-3952/ (035) 402 5306 Or Email Address At Rutchell.belnas@deped.gov.ph. Rutchell P. Belnas Bac Chairperson Date:____________________ Name Of Company:___________________________________________________ Address: __________________________________________________________ Name Of Store/shop: _________________________________________________ Address: __________________________________________________________ Tin: ______________________________________________________________ Philgeps Registration Number: ________________________________________ Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Item Description Total Quantity Bidder’s Statement Of Compliance Unit Cost (vat Inclusive) Total Cost (vat Inclusive) 1. Security Services For Cy 2025 1 Lot Terms And Conditions: Must Provide One (1) Security Guard Who Is Qualified, Licensed, Uniformed, Bonded, Highly Trained, Unarmed And Must Only Carry Baton And Handcuffs While On Duty. Must Provide Twelve (12) Hours Duty And Security Protection On A Daily Basis Except On Saturdays, Sundays And Holidays. *the Above Quoted Prices Are Inclusive If All Costs And Applicable Taxes. Schedule Of Requirements Bidders Must State “comply” Or Any Equivalent Term In The Column “bidders Statement Of Compliance” Against Each Of The Individual Parameters Of Each Schedule. Bidder’s Statement Of Compliance A. Fifteen (15) Calendar Days From Receipt Of Notice To Proceed. Financial Offer Approved Budget For The Contract Total Offered Quotation One Hundred Eighty Thousand Pesos Only (php 180, 000.00) In Words: ___________________________ _____________________________________ _____________________________________ _____________________________________ In Figures: __________________________ _____________________________________ _____________________________________ _____________________________________ Final Payment: Payment Shall Be Made Promptly, But In No Case Later Than Thirty (30) Days After Submission Of Billing Statement/invoice And Upon Fulfillment Of Other Obligations As Stipulated In The Contract As Well As Upon Inspection And Acceptance Of The Goods By The End User. ____________________________ Signature Over Printed Name ____________________________ Position/designation ____________________________ Office Telephone No. ____________________________ Fax/mobile No. ____________________________ Email Address/es Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotation Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of The Contract Shall Be Made To The Lowest Calculated And Responsive Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representatives/s. 7. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 8. The Bnhs-junior High School Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bnhs-junior High School Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 10. Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Withing The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bnhs-junior High School May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. ____________________________ Signature Over Printed Name ____________________________ Position/designation ____________________________ Office Telephone No. ____________________________ Fax/mobile No. ____________________________ Email Address/es
Closing Date14 Jan 2025
Tender AmountPHP 180 K (USD 3 K)
National Academy Of Science And Technology Tender
Automobiles and Auto Parts
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Vehicle Rental For The Nast-towns Regional Assessment Of Climate Risks And Vulnerabilities (luzon Cluster 1) On 5-6 February 2025 (note: All Expenses Shall Be At The Account Of The Contractor) Requirements: Air-conditioned Vehicles Maximum Of 10 Passengers Per Vehicle 2018 And Above Model With Toll Rfid (easytrip And Autosweep) Itinerary Of Travel: Four (4) Vehicles: 4 February 2025; Approximately 12 Hours One (1) Vehicle - Nast Office To Sinagtala Farm Resort, Bataan (via San Fernando, Pampanga) Etd: Approximately 12:00 Pm One (1) Vehicle - Los Banos, Laguna To Quezon City To Sinagtala Farm Resort, Bataan Etd: Approximately 11:00 Am Two (2) Vehicles - Quezon City To Sinagtala Farm Resort, Bataan Etd: Approximately 12:00 Pm Four (4) Vehicles: 5-6 February 2025; Approximately 12 Hours Four (4) Vehicles - Roman Super Highway, Bataan To Sinagtala Farm Resort, Bataan And Vice Versa (will Be Used As Shuttle Service Within Bataan) Etd: Approximately 8:00 Am Four (4) Vehicles: 7 February 2025; Approximately 12 Hours One (1) Vehicle - Sinagtala Farm Resort, Bataan To Nast Office (via San Fernando, Pampanga) One (1) Vehicle - Sinagtala Farm Resort, Bataan To Los Banos, Laguna To Quezon City Two (2) Vehicles - Sinagtala Farm Resort, Bataan To Quezon City Etd: Approximately 8:00 Am Notes: 1. All Vehicles Will Be Via Expressway, Skyway, And Other Similar Routes (not Service Roads) 2. Quotation Will Be Inclusive Of Driver, Driver’s Accommodation And Meals, Toll And Parking Fees, And Gas; 2. Payment Terms Should Be Send Bill Arrangement/government Terms; And 3. Must Submit Trip Ticket/s After The Trip Abc: Php 161,173.33 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 31, 2025 At 11:00 A.m. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date31 Jan 2025
Tender AmountPHP 161.1 K (USD 2.7 K)
Department Of Agriculture Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description February 17, 2025 Request For Quotation No. Np-012-25 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 20, 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 Per 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. Page 1 Of 3 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. Various Pr Nos. Abc: Php175,500.00 End-user: Ict Planning And Standards 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 X No. Of Days) Food Provision For Various Meetings Of Ict-planning And Standards Division Lot 1 – Pr No. 25-0184: Food Provision For The Conduct Of Basic Course Canva Design (batch 1) On April 10-11, 2025 In Icts Abc: Php27,000.00 30 Pax Am Snacks 2 100.00 30 Pax Lunch 2 250.00 30 Pax Pm Snacks 2 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Lot 2 – Pr No. 25-0182: Food Provision For The Conduct Of Google Workspace Applications Training (batch 1) On April 28-30, 2025 In Icts Abc: Php40,500.00 30 Pax Am Snacks 3 100.00 30 Pax Lunch 3 250.00 30 Pax Pm Snacks 3 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Lot 3 – Pr No. 25-0180: Food Provision For The Conduct Of Wordpress Training (batch 1) On May 7-9, 2025 In Icts Abc: Php40,500.00 30 Pax Am Snacks 3 100.00 30 Pax Lunch 3 250.00 30 Pax Pm Snacks 3 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Lot 4 – Pr No. 25-0182 P2: Food Provision For The Conduct Of Google Workspace Applications Training (batch 2) On July 2-4, 2025 In Icts Abc: Php40,500.00 30 Pax Am Snacks 3 100.00 30 Pax Lunch 3 250.00 30 Pax Pm Snacks 3 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total Page 2 Of 3 Lot 5 – Pr No. 25-0184 P2: Food Provision For The Conduct Of Basic Course Canva Design (batch 2) On July 30-31, 2025 In Icts Abc: Php27,000.00 30 Pax Am Snacks 2 100.00 30 Pax Lunch 2 250.00 30 Pax Pm Snacks 2 100.00 Menu Is Attached As An Integral Part Of The Rfq Sub-total 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: __________________________________________________ Np-012-25 Various Pr Nos.-ict-psd Kbs Page 3 Of 3
Closing Date20 Feb 2025
Tender AmountPHP 175.5 K (USD 3 K)
Province Of Northern Samar Tender
Textile, Apparel and Footwear
Philippines
Details: Description Republic Of The Philippines Province Of Northern Samar Catarman, Northern Samar [tab] Bids And Awards Committee Request For Quotation Name Of Supplier (business Name): Address: Tin: Date: February 03, 2025 Rfq No.: 25-02-0022 Contact No.: The Deped, Through The Bids And Awards Committee (bac), Intends To Procure Garments, With Pr No.: 2025-01-0110a. The Garments Shall Be Procured Through The Alternative Mode Of Procurement In Accordance With Ra No. 9184 As Reflected On Bac Resolution No. Svp-02-03-01. Suppliers Of Know Qualifications Are Invited To Submit Their Quotation/proposal, Signed By Your Of Your Duly Authorized Representative Not Later Than ____________, Subject To The Terms And Conditions Provided In This Rfq. The Contract Shall Be Awared To The Supplier With The Lowest And Responsive Quotation. The Following Documents Are Required To Be Submitted Along With The Quotations/proposal: 1. Mayor's/business Permit 2. Philgeps Certificate Of Registration 3. Omnibus Sworn Statement 4. Income Tax Return Open Quotations May Be Submitted, Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Queries, Your May Contact Us At (055) 500-2342 Or Email Address At Pgnsbac1 @gmail.com / Bac.alternative@outlook.com. Dr. Jose Luis A. Acompañado Bac Chairman Rfq No.: 25-02-0022 Pgns-bac-005-fm Rev.00 1 Of 4 Effectivity Date: July 17, 2023 After Having Carefully Ead And Accepted The Terms And Conditions, I/we Submit My/our Quotation/s For The Items As Follows: Rfq No.: 25-02-0022 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 1 54 Pcs Athletics Sando (elem.&sec. B&g) (in Varied Sizes) 420.00 22,680.00 2 54 Pcs Athletics Shorts (elem.&sec. B&g)(in Varied Sizes) 480.00 25,920.00 3 44 Pcs Basketball Jersey Sando W/ Numbers (elem.&sec. B&g)(in Varied Sizes) 420.00 18,480.00 4 8 Pcs 3x3 Basketball Jersey(in Varied Sizes) 420.00 3,360.00 5 44 Pcs Basketball Shorts W/ Numbers (elem.&sec. B&g)(in Varied Sizes) 480.00 21,120.00 6 8 Pcs 3x3 Basketball Shorts(in Varied Sizes) 480.00 3,840.00 7 188 Pairs Baseball, Basketball, Futsal, Football, Softball & Volleyball Knee Socks(in Varied Sizes) 720.00 135,360.00 8 20 10 Blue & 10 Red Boxing Sando (elem.&sec. B)(in Varied Sizes) 420.00 8,400.00 9 20 10 Blue & 10 Red Boxing Shorts (elem.&sec. B)(in Varied Sizes) 480.00 9,600.00 10 10 Pcs Swimming Swimsuit (elem.&sec. G)(in Varied Sizes) 2,500.00 25,000.00 11 10 Pcs Swimming Trunks/cycling Shorts (elem.& Sec. B)(in Varied Sizes) 1,750.00 17,500.00 12 20 Pcs Swimming Towel (elem.&sec. B&g)(in Varied Sizes) 300.00 6,000.00 13 6 Pcs Gymnast Costume (long Sleeves W/ Built-in Skirt - Rg Elem.&sec. G)(in Varied Sizes) 840.00 5,040.00 14 6 Pcs Gymnast Cycling Shorts (voy-leg) - Rg Elem.&sec. G)(in Varied Sizes) 600.00 3,600.00 General Instructions: (1) Accomplish The Rfq Completely And Accurately. (2) Alteration Of This Form In Any Way Is Not Allowed. (3) Failure To Comply With Any Of The Technical Specifications Required Will Disqualify Your Quotation. (4) Failure To Follow These Instructions Will Disqualify Your Quotation. Pgns-bac-005-fm Rev.00 2 Of 4 Effectivity Date: July 17, 2023 Rfq No.: 25-02-0022 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 15 6 Pcs Gymnast Costume (sleeveless, Swimsuit Style - Wag Elem. & Sec. G)(in Varied Sizes) 840.00 5,040.00 16 6 Pcs Gymnast Panty Shorts (wag Elem.&sec. G)(in Varied Sizes) 420.00 2,520.00 17 6 Pcs Gymnast Costume (sando Sleeves, Swimsuit Style - Mag Elem.&sec. B)(in Varied Sizes) 420.00 2,520.00 18 6 Pcs Gymnast Shorts (mag Elem.&sec. B(in Varied Sizes) 480.00 2,880.00 19 5 Pcs Wrestling Singlet (body Suit For G)(in Varied Sizes) 1,500.00 7,500.00 20 7 Sets Wrestling Shorts & Sando (for B)(in Varied Sizes) 1,500.00 10,500.00 21 16 Pcs Arnis Red Jogging Pants (elem.&sec. B&g)(in Varied Sizes) 540.00 8,640.00 22 8 Sets Tennis Palda With Shorts (elem.&sec. G)(in Varied Sizes) 960.00 7,680.00 23 8 Pcs Tennis Shorts (for B)(in Varied Sizes) 480.00 3,840.00 24 36 Pcs Football Shorts (elem.&sec. B)(in Varied Sizes) 480.00 17,280.00 25 12 Pcs Futsal Shorts (sec. G)(in Varied Sizes) 480.00 5,760.00 26 21 Pcs Sepak Takraw Shorts (elem.&sec. B&g)(in Varied Sizes) 480.00 10,080.00 27 16 Pcs Table Tennis Shorts (elem. & Sec. B&g)(in Varied Sizes) 480.00 7,680.00 28 48 Pcs Volleyball Shorts (elem. & Sec. B&g)(in Varied Sizes) 480.00 23,040.00 29 48 Pairs Volleyball Knee Pads(in Varied Sizes) 300.00 14,400.00 30 241 Pcs Other Playing Uniform(in Varied Sizes) 540.00 130,140.00 Total 565,400.00 Remarks: Mailyn Balleta Canvasser Proprietor/authorize Representative (signature Over Printed Name) Pgns-bac-005-fm Rev.00 3 Of 4 Effectivity Date: July 17, 2023 Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information As Required In This Form. 2. The Price Quotation/s Shall Be Valid For A Period Of 60 Calendar Days From The Date Of Submission. 3. The Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 4. All Quotations Which Exceeds The Approved Budget For The Contract Shall Be Rejected. 5. The Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 6. Any Alterations, Interlineations, Or Overwriting Shall Not Be Allowed Including The Terms And Conditions Of Rfq. 7. The Item/s Shall Be Delivered Within 30 Calendar Days From Receipt Of The Purchase Order. 8. The Provincial Government Of Northern Samar Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. 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 Pgns Shall Rescind 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 That The Pgns May Take. Rfq No.: 25-02-0022 Pgns-bac-005-fm Rev.00 4 Of 4 Effectivity Date: July 17, 2023
Closing Date10 Feb 2025
Tender AmountPHP 565.4 K (USD 9.7 K)
Tondo Medical Center Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Name Of The Procuring Entity: Tondo Medical Center Name Of The Project Procurement Of Supply And Installation Of Smart Glass Door Lock Location Of The Project: Tondo Medical Center Balut, Tondo Manila Svp No: Np-svp-25-016 ___________________ Name Of Company ___________________ Address Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Original Quotation Duly Signed By Your Representative Or Email Us At Procurement@tmc.doh.gov.ph Not Later Than 3 February 2025 @ 10:00am; Signed Ryan E. Cabance, Md, Fpso-hns Chairperson Bids And Awards Committee Note: 1. Delivery Period Is Within Thirty (30) Days Upon Receipt Of Notice To Proceed; 2. Price Validity Shall Be For A Period Of __30__ Calendar Days; 3. Bidders Are Entitled To One (1) Bid Only, Otherwise, All Bids Made Shall Be Automatically Be Rejected; Attachments: 1. Duly Accomplished And Signed Technical Specifications Using The Attached Form 2. Duly Accomplished And Signed Price Schedule Using The Attached Form; 3. Philgeps Organization Number Should Your Company Be Declared As The Lowest/single Calculated Bidder (l/scb), Submit The Following Within Five (5) Calendar Days From The Receipt Of Post-qualification Letter: 1. Current Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located 2. Bir Certificate Of Registration; 3. Sec Or Dti Certification; 4. Original Brochures Or Downloaded Version From The Manufacturer’s Official /current Working Website For The Item To Be Bided With Name And Address Of The Manufacturer; 5. Certificate Of After-sales Service/parts (warranty, Calibration, Consumables, Technician, Service Center, Etc.) 6. Product Demonstration, If Necessary 7. Notarized Omnibus Sworn Statement, With Special Power Of Attorney Or Secretary’s Certificate; Technical Specifications Republic Of The Philippines Department Of Health Technical Specification Item No 1 Supply And Installation Of Smart Glass Door Lock Quantity 4 Unit Name Of Manufacturer: Country Of Origin: Brand: Model: Abc: Php. 100,000.00 Purchase's Specification Supplier's Specifications Supply And Installation Of Smart Glass Door Lock • Material: Zinc Alloy Material • Network: Optional Network Wifi • Battery: Lithium Battery • Charging Port: Type C Charging Port • Battery Life: Up To 10 Months • Automatic Locking System • At Least 2 Years Warranty • Features • 3d Face Recognition • Ic Card Unlocking • Fingerprint Recognition - Password Unlock - Emergency Unlock - App Control - Smart Connect - Anti-lock Key - Anti-pry Alarm * 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. * For Additional Specification/s, Kindly State It In The Supplier’s Specification Column Name Of Company : ____________________________________________________ Address: ____________________________________________________ Signature Over Printed Name ____________________________________________________ (duly Authorized To Sign The Bid) Telephone / Mobile No. : ____________________________________________________ Email Address: ___________________________________________________ Price Schedule Procurement Of Supply And Installation Of Smart Glass Door Lock Svp No: Np-svp-25-016 Item No. Item Description Qty. Unit Of Issue Unit Cost Total Cost Total Amount • All Price Offered (unit Price And Total Bid Price) Must Be Type Or Written Indelible Ink. After Having Carefully Read And Accepted Your Conditions, I / We Quote You On The Item/s At Prices Noted Above. Name Of Company : ____________________________________________________ Address: ____________________________________________________ Signature Over Printed Name ____________________________________________________ (duly Authorized To Sign The Bid) Telephone / Mobile No. : ____________________________________________________ Email Address: ____________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date3 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
Tondo Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description Department Of Health Tondo Medical Center Iso 9001:2015 Certified Philhealth Accredited “health Care Within Your Reach” Name Of The Procuring Entity: Tondo Medical Center Name Of The Project: Procurement Of Supply And Installation Of Ud Cont-2005 Assy Of X-ray Machine Compatible With Shimadzu Flexavision F3 With Serial No. Mpea63c9b002 Location Of The Project: Tondo Medical Center Balut, Tondo Manila Svp No.: Np – Svp – 25 – 004 _______________________ Name Of Company ________________________ Address Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery. Overbid Price Will Automatically Be Rejected During The Opening Of Bids. Submit Your Quotation Duly Signed By Your Representative At The Procurement Section Or Email Us At Procurement@tmc.doh.gov.ph Not Later Than 21 January 2025, 10:00am. Signed Ryan E. Cabance, Md, Fpso-hns Chairperson Bids And Awards Committee Note: 1. Delivery Period Is Within One Hundred Twenty (120) Days Upon Receipt Of Approved Notice To Proceed (ntp). 2. Price Validity Shall Be For A Period Of __30__ Calendar Days; 3. Bidders Are Entitled To One (1) Bid Only, Otherwise, All Bids Made Shall Be Automatically Be Rejected; Attachments: 1. Duly Accomplished And Signed Technical Specifications Using The Attached Form 2. Duly Accomplished And Signed Price Schedule Using The Attached Form; 3. Philgeps Organization Number Or Updated Philgeps Certificate Should Your Company Be Declared As The Lowest/single Calculated Bidder (l/scb), Submit The Following Within Five (5) Calendar Days From The Receipt Of Post-qualification Letter: 1. Current Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; 2. Bir Certificate; 3. Sec Or Dti Certification 4. Notarized Omnibus Sworn Statement, With Special Power Of Attorney Or Secretary’s Certificate, Whichever Is Applicable 5. Certificate Of After-sales Service/parts, If Applicable (warranty, Calibration, Consumables, Technician, Service Center, Etc.) Technical Specifications Republic Of The Philippines Department Of Health Technical Specification Item No 1. Supply And Installation Of Ud Cont-2005 Assy Of X-ray Machine Compatible With Shimadzu Flexavision F3 With Serial No. Mpea63c9b002 Qty 1 Pc Name Of Manufacturer: Country Of Origin: Brand: Model: Abc: Php. 473,320.00 Purchase's Specification Supplier's Specifications (state Comply Or Not Comply) Supply And Installation Of Ud Cont-2005 Assy Of X-ray Machine Compatible With Shimadzu Flexavision F3 With Serial No. Mpea63c9b002 - With Warranty Of Three (3) Months Upon Installation * 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. * For Additional Specification/s, Kindly State It In The Supplier’s Specification Column Name Of Company: _______________________________________________________________ Address: __________________________________________________________________________ Signature Over Printed Name: __________________________________________________ (duly Authorized To Sign The Bid) Telephone / Mobile No.: __________________________________________________________ Email Address: ___________________________________________________________________ Price Schedule Procurement Of Supply And Installation Of Ud Cont-2005 Assy Of X-ray Machine Compatible With Shimadzu Flexavision F3 With Serial No. Mpea63c9b002 Np-svp-25-004 Item No. Item Description Qty. Unit Unit Cost Total Cost Total Amount • All Price Offered (unit Price And Total Bid Price) Must Be Typed Or Written Legibly In Indelible Ink. After Having Carefully Read And Accepted Your Conditions, I / We Quote You On The Item/s At Prices Noted Above. Name Of Company: _______________________________________________________________ Address: __________________________________________________________________________ Signature Over Printed Name: __________________________________________________ (duly Authorized To Sign The Bid) Telephone / Mobile No.: __________________________________________________________ Email Address: ___________________________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date21 Jan 2025
Tender AmountPHP 473.3 K (USD 8 K)
2051-2060 of 2237 archived Tenders