Uniform Tenders

Uniform Tenders

City Of Bayawan Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp-24-d-321 (re-ad) Date November 4, 2024 Pr Reference 200-24-08-055 Philgeps Reference No. End - User Deped Closing Date 11/19/2024 Bid Opening 11/21/2024 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. 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. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq: By Lot Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp-24-d-321 Total Abc: Php 57,275.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (unit Cost Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand, Model And Specifications. Attach Brochure If Available) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Lot Ii. Other Supplies 4 Polo Shirt With Print , For Day Care Worker's Uniform 105 Piece 450.00 [ ] [ ] 47,250.00 - "color: Rust Size: Xs-14, Size 20-23, Small-31, Medium-33, Large-3, 2xl-1 (see Attached Design)" - - - 5 Voice Recorder With Headset, Aa Battery Operated With Tape Recorder 2 Unit 1,500.00 [ ] [ ] 3,000.00 - Lot.v Paper Materials And Products - 7 Cartolina, Assorted Colors, 20s/pack 40 Pack 150.00 [ ] [ ] 10 Packs White, 10 Packs Yellow, 10 Packs Blue, 10 Packs Red - 8 Construction Paper, A4, Asstd. Color, 20s/pack 50 Pack 60.00 [ ] [ ] 9 Sticker Paper, Glossy, A4, (10s/pack), White 10 Pack 75.00 [ ] [ ] 17 Glue Stick, 1/2" X 10" 70 Piece 4.00 [ ] [ ] * Nothing Follows* Purpose: Delivery Of Office Supplies For Deped Use. 50,250.00 (supplier Must Provide Complete Data For The Information Required Below) P Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date14 Jan 2025
Tender AmountPHP 57.2 K (USD 981)

Talavera National High School Tender

Housekeeping Services
Philippines
Details: Description Terms Of Reference Qualifications Of Bidder/service Provider: 1. The Service Provider Must Have The Necessary Experience And Expertise In Providing Pest And Termite Control Services For The Last Three (3) Years; 2. The Service Provider Must Be Philgeps Registered; 3. The Service Provider Must Submit The Following Documents Together With Their Bid Proposal/price Quotation To Talavera National High School: A. Certificate Of Satisfactory Performance From Its Previous/current Clients Attesting To The Services For The Last Three (3) Years; B. Copy Of The Certificate Of Membership And/or Accreditation From Any Of The Following Organizations: - Pest Control Association Of The Philippines (pcap); - Philippine Federation Of Pest Management Operators Association, Inc. (pfpmoa); - National Pest Management Association (npma); - Federation Of Asian & Oceania Pest Managers Associations (faopma); - Food And Drug Administration Of The Philippines (fda); - Fertilizer And Pesticide Authority (fpa); - Philippine Green Building Council, And The Philippine Association Of Certified Pesticide Applicators (pacpa); C. Copy Of The Company’s Current Certificate Of Product Registration Issued By The Doh-bfad For The Chemicals To Be Used; And D. Copy Of Training Certificates Attended By Personnel/technicians Who Will Be Assigned To The Talavera National High School For The Last Three (3) Years. Duties And Responsibilies Of Bidder/service Provider: 1. The Service Provider Shall Provide All The Labor And Materials, Tools And Equipment, Supervision And Other Incidentals For The Comprehensive Termite And General Pest Control Of The Department. All Tools And Equipment Shall At All Times Be In Good Working Conditions; 2. The Service Provider Shall Ensure That The Scope Of Work And Schedule Of Requirements Are Diligently Rendered; 3. The Service Provider Shall Ensure That The Services To Be Rendered Will Effectively Exterminate Any And All Pests, Insects, And Rodents Without The Visible Presence And Disturbing Odor Or Smoke Of Fumes. In Any Case That The Talavera National High School Finds To Be Ineffective On The Services Provided, The School Has The Right To Terminate The Contract At Any Time And Shall Not Be Obliged To Pay The Contractor For The Services Rendered; 4. The Service Provider Shall Ensure That All The Chemical Supplies And Materials Necessary For The Implementation Of The Work Are Of The Best Quality, Safe And Approved By The Bureau Of Food And Drugs (bfad) Or Certified By The Proper Government Authorities; 5. The Service Provider Shall Ensure That All The Preparations, Formulation, And The Use Of The Chemicals Are In Accordance With The Specifications Of Its Toxicologist And Entomologist; 6. The Service Provider Shall Provide/assign Honest, Skilled, And Well-trained Technicians/workforce To Ensure Proper Application And Treatment. All Personnel Assigned To The Talavera National High School Must Wear Proper Company Uniforms, Identification Cards, And Appropriate Personal Protective Equipment (ppe) And Clothing While Performing The Services In View Of The Continuing Threat Of Covid19; 7. The Service Provider Shall Exercise Extraordinary Diligence In The Performance Of Its Services To Ensure That No Illnesses, Accident, And/or Damage To Any Of Its Employees Will Take Place. The Service Provider Shall Shoulder All The Medical Expenses Of Their Personnel (if Any) Arising From The Accidents While Performing The Services; 8. The Service Provider Shall Provide An On-call Service In-between Schedule For Immediate Additional Service/s If There Be A Sudden Outbreak Of Infestation At Talavera National High School Premises At No Additional Cost; 9. The Service Provider Shall Submit A Weekly Service Treatment Report Indicating Therein, The Areas That Were Treated And Monitored. 10. The Service Provider, Through Its Representative, Shall Visit The Premises Two (2) Days After Each Treatment And Evaluate The Result Of The Services Rendered. All Concerns (if Any) Shall Be Addressed By The Service Provider Immediately. 11. A Quality Control Supervisor, Affiliated With The Contractor, Shall Visit Talavera National High School Premises Once A Month Or Whenever Necessary To Undertake The Following: A. Coordinate With Talavera National High School Authorized Representatives In Evaluating The Effectiveness Of The Contract Pest And Terminate Control Services; B. Service As Pest Control Consultant By Recommending Ways And Means To Control Infestation. Scope Of Work 1. Areas Of Treatment – The Service Provider Shall Ensure That The Following Areas/premises Of Talavera National High School Are Covered Of The Treatment: A. All Areas/offices Inside And Outside The (2)arpan Building, B. Ausi-aide Building C. Agham Building D. English Building E. Mathematics Center F. Ssg Building G. Filipino Center
Closing Date24 Jan 2025
Tender AmountPHP 119.5 K (USD 2 K)

Metropolitan Waterworks And Sewerage System Tender

Food Products
Philippines
Details: Description The Metropolitan Waterworks And Sewerage System-corporate Office (mwss-co) Through Its Bids And Awards Committee (bac) Will Undertake The “procurement Of Service Provider For The Food (lunch) For The 147th Mwss Anniversary: Tree Planting Activity On 13 February 2025” In Brgy. Magsaysay, Infanta, Quezon Located Within Kaliwa Watershed Per Officer Order No. 2025-042. The Mwss-co Hereinafter Referred To As The “the Procuring Entity” Now Request You To Submit Price Quotation For The “procurement Of Service Provider For The Food (lunch) For The 147th Mwss Anniversary: Tree Planting Activity,” As Specified Hereunder: Item Description/minimum Specifications Service Provider For The Food For The 147th Mwss Anniversary: Tree Planting Activity On 13 February 2025 For Minimum Of 269 Individuals (guaranteed): Menu For Lunch (assisted Buffet): Two (2) Viands: Options To Choose From Are Beef, Chicken, And/or Fish One (1) Soup: Options To Choose From Are Cream Of Mushroom, Pumpkin, Or Seafood One (1) Salad: Options To Choose From Are Topical Salad With Sauce Or Mixed Vegetables One (1) Dessert: Options To Choose From Are Fruits In Season Or Pastry One (1) Steamed Rice One (1) Drink: Options To Choose From Are Cucumber Lemonade Or Pandan And Lemongrass Other Requirements: Provision Of Two (2) Complete Buffet Table Set-up At The Restaurant Lunch Plates, Glasses And Cutleries Guest Tables (8 Or 10 Seater) With Tablecloth Chairs For 269 Pax Well-trained, Neat, Presentable, And Uniformed Servers Enough To Handle/serve 269 Guests. Ingress – Not Earlier Than 11:00 Am Of 13 February 2025 All Items Listed In The Above Specifications Must Be Complied On A Pass/fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. The Award Shall Be Given To The Lowest/single Calculated Responsive Quotation As Evaluated And Determined By The End-user. The Mode/method Of Procurement Shall Be In Accordance With Section 53.9 Small Value Procurement Of The Irr Of Ra 9184. The Approved Budget For The Contract (abc) Per Office Order No. 2025-042 Is Ninety Four Thousand One Hundred Fifty Pesos (₱94,150.00) In Philippine Currency Inclusive Of Twelve Percent (12%) Vat And Other Charges. Quotation Submitted Higher Than The Abc Shall Be Automatically Rejected. Proper Sanitation In Accordance With Law (under “food Establishment” As Stipulated In Presidential Decree No. 856) Shall Always Be Observed. The Provider Shall Guarantee That Food Is Prepared In Accordance With Sanitation Law And Shall Maintain Safe And Clean Food, Equipment, And Other Facilities In The Surrounding Areas During Lunch Time. Quotations Must Be Delivered At The Address Below Not Later Than The Office Hours On 10 February 2025 (until 4:00 P.m., Philippine Standard Time). Online Submissions Shall Be Rejected. Kindly Submit Your Documents In A Properly Sealed Envelope To The Address Below. You May Utilize Courier Services. Mwss Shall Not Be Held Liable For Late Submission And/or Damages Incurred Of The Bid Submitted Through Courier Services. The Bac-secretariat Chairperson Metropolitan Waterworks And Sewerage System 4th Floor, Administration Building, Mwss Complex, Katipunan Road, Balara, Quezon City Mobile No. 0917-808-50636 The Mwss-co Bids And Awards Committee (bac) Through The 147th Mwss-co Anniversary Committee As End-user Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Shopping Process Or Reject All Quotations At Any Time Before Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/s. The Mwss-co Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionally Of The Equipment And The Capability Of The Supplier To Perform The Contract. The Prospective Supplier Shall Submit The Following: Filled-out Price Quotation Form (annex “a”) Mayor’s/business Permit Proof Of Philgeps Registration Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate (the Form Can Be Accessed And Downloaded From The Gppb Website)
Closing Date10 Feb 2025
Tender AmountPHP 94.1 K (USD 1.6 K)

Department Of Agriculture Tender

Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description February 18, 2025 Request For Quotation No. Np-023-25 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 21, 2025 At 12:00nn. 10. Delivery Period: Not Later Than March 31, 2025. 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: Please See Attached Terms Of Reference. 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. 25-0193 Abc: Php72,000.00 End-user: Bafs Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty Unit Item/description Ceiling Price (php) Unit Price In Php Total Price In Php (qty X Unit Price) Supply And Delivery Of First Aid Kits For Da-bafs Employees Cy 2025 6 Kit First Aid Kit (all Items Must Be Properly Packed Inside The First Aid Kit) 1. One (1) Health Kit Bag 2. One (1) Digital Blood Pressure Apparatus 3. One (1) Digital Finger Pulse Oximeter 4. One (1) Digital Thermometer 5. One (1) Box/50 Pairs Of Sterile Gloves 6. One (1) Roll Malleable Splint 7. One (1) Thermal Blanket 8. One (1) Hot And One (1) Cold Pack Compress 9. One (1) Box/100s Povidone-iodine Prep Pads 10. One (1) Box/100s Alcohol Prep Pads 11. One (1) Box/50s Adhesive Wound Dressing 12. One (1) Box/100s Sterile Gauze Pads 13. One (1) Box/12 Rolls Rolled Gauze Bandage 14. One (1) Elastic Bandage (4" X 5 Yards/roll) 15. One (1) Elastic Bandage (6" X 5 Yards/roll) 16. One (1) Triangular Bandage 17. One (1) Tourniquet 18. One (1) Box/12 Rolls Micropore Surgical Tape 19. One (1) Splinter Tweezers 20. One (1) Bandage Scissors 21. One (1) Box/500 Tablets Analgesic/antipyretic 22. One (1) Box/100 Sachets Oral Rehydration Salt 23. One (1) Box/50 Tablets Anti-allergy 24. One (1) Tube/box 15g Anti-allergy Cream/ointment 25. One (1) 48g Tub Petroleum Jelly 26. One (1) Tube 15g Antibacterial Ointment 12,000.00 Terms Of Reference And Specifications Are 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 Soon21 Feb 2025
Tender AmountPHP 72 K (USD 1.2 K)

Department Of Agrarian Reform - DAR Tender

Security and Emergency Services...+1Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Technical Specifications Terms Of Reference Provision Of Security Services For F.y. 2025 Introduction The Department Of Agrarian Reform Provincial Office (darpo) Of Zamboanga Del Sur Shall Engage The Services Of A Security Agency In Accordance With Republic Act 11917, Also Known As “the Private Security Services Industry Act”, That Will Provide Duly Licensed, Adequately Trained, And Armed Security Guards To Secure And Safeguard The Employees, The Office Building, Equipment, Vehicles And Other Office Properties, Including Its Premises And Immediate Vicinity From Theft, Pilferage, Robbery, Arson, And Other Unlawful Acts Of Strangers, Third Parties And /or Its Employees And Maintain Peace And Order Thereof At All Times For The Year 2025. General Requirements 1. Complete Licenses And Accreditations As Required In The Eligibility Requirements In The Bidding Documents Including The License To Operate From The Supervisory Office For Security And Investigation Agencies Or (pnp-sosia), License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, And Membership In The Philippine Association Of 2. Department Of Labor And Employment Registration; 3. Agency Experience Of At Least Five (5) Years; 4. Security Guard Must Possess The Following Qualifications:  A Filipino Citizen  At Least 21 Years Old;  Physically And Mentally Fit;  Have A Good Moral Character;  A Graduate Of High School From Any Deped Recognized Secondary School Whether Public Or Private;  Completed The Necessary Pre-licensing Training Program The Pltp/rtc;  With Experience Of At Least 1 Year As Security Guard;  Secured A Valid License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, Recognizing Him/her To Be Qualified To Perform The Duties Of A Private Security Professional In Accordance With Section 13 Of Ra 11917;  Acquired The Required Number Of Training Hours On Public Safety And Security Set By The Philippine National Police (pnp);  Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Pnp/nbi-accredited Testing Centers Within The Last Six (6) Months;  Secured A Valid Firing Certificate 5. Security Guard Must Not Have Committed Any Unlawful Act Nor Shown Misbehavior/unethical Conduct That Can Be Reasonable Grounds For Disqualification Under Section 21 Of Ra 11917. Grounds For Disqualification:  Having Been Convicted Of Any Crime Or Offense Involving Moral Turpitude;  Having Been Dishonorably Discharged Or Separated From Employment Or Service;  Being Mentally Incompetent;  Being A User Or Addicted To The Use Of Dangerous Drugs Or Narcotics;  Being A Habitual Drunkard;  Dummy Of A Foreigner 6. The Security Agency Has Fully Remitted Premium Payments Of Personnel To The Sss, Hdmf, And Phic For The Last Three (3) Months – To Be Checked During The Post-qualification Of The Lowest Calculated Bidder. 7. The Security Agency Has Established An Office In Pagadian City. Logistical Requirements The Security Agency Shall Provide The Following Minimum Logistical Support To The Security Guards: 1. At Least 1 Set Of Proper Agency Uniform With Visible Identification Badges (free Of Charge To The Guard) 2. 1 Unit Of A Licensed .38 Caliber Pistol Or 1 Unit 9mm Pistol With Ammunition 3. 1 Whistle For Each Of The 6 Security Guards 4. 1 Ac-dc Flashlight 5. 1 Unit Metal Detector 6. 1 Unit Handcuffs 7. 2 Units Umbrella 8. 1 Unit Night Stick 9. Timepiece (synchronized) 10. Writing Pen 11. Notebook And Duty Checklist (electronic Or Not) 12. First Aid Kit 13. Electronic And/or Communication Devices The Dar Shall Provide The Following Counterpart Support: 1. 6 Units Of Fire Extinguishers 2. 6 Units Of Emergency Lights 3. 2 Logbooks The Security Guard Shall Provide For Himself/herself An Extra Set Of Uniform Charged To His/her Personal Account As Per Section 204 Of Ra 11917. Total Number Of Guards Total Number Of Security Guards To Be Deployed 24/7 In Three (3) Intervals Is Six (6). Duty Detail And Area Of Coverage A. Security Services Shall Be Performed 24/7 In Three (3) Shifts At The Provincial Office Of The Dar In Acs Building, Barangay Dao, Pagadian City, Following The Duty Detail Indicated Hereunder: Time Schedule Post Two (2) Guards From 0700h To 1500h – Day Shift Main Entrance Two (2) Guards From 1500h To 2300h – Afternoon Shift Main Entrance Two (2) Guards From 2300h To 0700h – Night Shift Main Entrance B. Each Guard Shall Have A Regular 8-hour Tour Of Duty, Unless When Expressly Required In Writing By Darpo Management That An Overtime For A Maximum Of Four (4) Hours (such As During Late Night/extended Office Activities) Shall Be Taken By The Assigned Security Guards On Specific Posts. C. The Darpo Management Shall Inform The Security Agency In Writing In Case Of Changes In The Duty Detail. Manual Of Operations The Engagement Shall Cover The Following: A. Posting Station Shall Be At The Main Entrance Of The Office Building. B. Control Of Ingress And Egress Of Employees, Clients, And Other Visitors By Regular Updating Of The Logbook To Be Provided By The Dar. C. Conduct Of I.d. Verification And Body Search On All Incoming Clients, Guests, And Other Visitors And Require Them To Deposit Their Firearms And Other Deadly Weapons Before They Be Allowed To Enter The Office Building. D. Recording Of The Incoming And Outgoing Of All Vehicles (darpo’s And Others’) Entering The Office Premises. E. Roving/inspection Of The Office Premises Shall Be Done Two (2) Times In Every Duty Shift. F. Strict Observance Of The Eleven (11) General Orders As Mandated By Section 244 Of Ra 11917 And Its Irr. G. In Case Of Emergency/untoward Incidents (fire, Pilferage, Vandalism, Trespass, Robbery, Arson, Sabotage, Attack, Bomb Scare And Other Forms Of Security Threats) The Security Guard Shall First Attend To The Situation, Maintain Peace And Order Of Things, And Facilitate The Preservation Of Proofs/evidence Of Crime. The Security Guard Shall Immediately Notify The Fire And Police Departments For Reinforcement And Make A Spot Report To Aid The Police In The Conduct Of Investigation. H. The Security Guards Shall Be Under The Supervision And Control Of The General Services Officer (gso)/administrative Officer Iv (ao Iv) Of The Darpo; And Shall Facilitate Implementation Of Internal Office Policies, Rules And Regulations Such As The Policy On Austerity (turning Off Of Lights And Office Equipment When Not In Use); The Policy On Security And Safety (require Guests To Present And Deposit Ids, Firearms/weapons); The Policy On Attendance (require All Employees To Log In And Log Out On The Biometrics Machine); And The New Normal Health & Safety Protocol (enforcement Of The Wearing Of Face Mask, Maintenance Of Social Distancing, Sanitizing Of Hands Of Incoming Personnel/guests). I. Weekly Evaluation/surprise Inspection By A Security Agency Officer Shall Be Done To Ensure That Efficiency, Alertness And Discipline Are Instilled And Practiced By The Guards At All Times In The Performance Of Their Duties And Functions; The Security Agency Officer Shall Ensure That There Is Regular Compliance/implementation Of Security Measures, Procedures And Systems Adopted/applied In The Darpo. J. The Security Agency Shall Provide Opportunities For Skills Upgrading For The Security Guards Such As The Latter’s Enrollment To Security Training Courses, Attendance To Seminars On Personal Security Awareness, Disaster-preparedness And Other Significant Seminars That Will Increase The Level Of Knowledge, Skills And Expertise Of The Guards In Their Field Of Work. K. No Replacement/s Of Security Personnel/guards During The Effectivity Of The Contract Shall Be Allowed, Except Of Death, Resignation From Work, Physical Incapability Etc., Of The Guards Assigned. In The Event That Replacement Of The Security Guards Is Needed, A Written Notice Together With A Bio-data And Credentials Of The Replacements Are Required And This Shall Be Subject To The Approval Of The Darpo Management. L. The Darpo Shall Have The Absolute Right To Ask For The Relief And Replacement Of Any Security Guard In Whom The Former Has Lost Its Trust And Confidence And/or Has Been Found To Be Inefficient And Ineffective In The Discharge Of Duties. M. Supervising Personnel From The Security Agency Shall Conduct Regular Monitoring And Surprise Checking Of The Guards And/or As Requested By The Darpo Management To Ensure Consistent And Quality Security Service. N. The Security Agency Shall Ensure Complete And Timely Payment Of Premium Contributions Due To The Sss, Philhealth And Hdmf As Its Faithful Compliance To Its Written Undertaking Submitted As Part Of Its Bid. Proofs Of Payment Of Social Premium Remittances To Sss, Phic, And Hdmf Shall Be Submitted To The Darpo-sto Division On A Quarterly Basis. O. The Security Agency Shall Submit To The Darpo-sto Division On A Monthly Basis, Copy Of The Payroll Of The Assigned Security Guards And The Corresponding Statement Of Account. Such Payroll And Soa Are Pre-requisites To The Processing Of The Monthly Payment To The Security Agency. Inspection And Performance Assessment A. The Darpo Management Or Its Duly Designated General Services Officer (gso)/administrative Officer Iv (ao Iv) Shall Have The Right To Inspect The Guards Assigned By The Security Agency At Any Time; B. The Darpo Management Or Its Duly Designated Gso Or Ao Iv Shall Have The Right To Conduct Inspection And Performance Assessment To Determine The Quality And Acceptability Of The Services Being Performed By The Guards In Accordance With The Contract; C. On The Basis Of The Result Of The Aforementioned Inspection And Performance Assessment And At The Sound Discretion Of The Darpo Management Through Its Provincial Agrarian Reform Program Officer Ii, The Latter Shall Have The Right To Demand For The Temporary/permanent Replacement Of The Security Guards On Detail; D. As Part Of Darpo Management’s Precautionary And Safety Measures In Implementing The Security Services Contract, The Security Guards Shall Undergo Drug Test At Least Once A Year In An Accredited Pnp Drug Testing Center Or When Required By The Darpo Management. Security Plan The Security Agency Shall Submit A Security Plan That Assesses Security Risks, Develops Measures To Minimize The Risks, Formalizes The Procedures That Will Be Followed To Respond To Security Incidents And The Subsequent Procedures To Undertake In Reporting Such Security Incidents. In Addition, The Security Agency Shall Integrate The Herein Prescribed Security Policies, Rules, Regulations And Procedures Of The Dar-zds With Its Existing Security Protocols And Standards Of Practice In Accordance With R.a. 11917, Also Known As “the Private Security Services Industry Act”. Other Conditions A. There Shall Be No Employer-employee Relationship Between The Darpo Management And The Security -agency/guards During The Engagement Of The Latter Service/s Nor The Former Be Held Liable/accountable For Any Accident, Injury Of Any Kind And/or Even Death Of The Security Personnel/guards Assigned Either On-duty Or Off-duty. B. The Darpo Management Shall Not Be Responsible For Any Claim For Personal Injury Or Damage Including Death Caused To Any Security Guard In The Performance Of His Duties Nor Shall The Darpo Management Be Liable For Any Claims Against The Security Agency For Causes As May Be Allowed/determined By Applicable Laws. Responsibility/liability A. The Security Agency Shall Be Fully Responsible For All Work And Services Performed By Its Security Guards, And Shall For This Purpose Employ Qualified, Competent And Well-trained Guards To Perform The Services Under The Contract. B. The Security Agency Shall Take All Reasonable Measures To Ensure That The Security Guards Conform To The Highest Standards Of Moral And Ethical Conduct. C. The Security Agency Shall Ensure Its Security Professionals Adhere To The Professional Conduct And Ethical Standards Set Forth Under Section 235-236 Of Ra 11917 And Its Irr. D. The Security Agency Shall Assume Full Responsibility For Whatever Damages Or Losses On Any Of The Property Of The Darpo During The Watch Hour Or Tour Of Duty Of Its Guard/s After The Same Fact Of Loss Or Damage Has Been Established As A Result Of The Guard’s Omission, Commission, Negligence, Fault, Laxity Or Misconduct, Following Investigation Conducted Jointly By Both Parties; However, The Security Agency Shall Not Be Held Liable Where Such Losses Or Damages Are Due To Fortuitous Event As Defined In The Civil Code Of The Philippines, Or Where Losses Occurred Under Any Of The Following Causes Or Situation: 1. Where The Damage Or Loss Is Inside A Closed Room, Except Otherwise Proven That The Entrance Thereto Was With Force Upon Things Or Person/s As Defined Under The Revised Penal Code Of The Philippines, And That The Loss Or Damage Has Been Reported To The Security Agency Within Forty-eight (48) Hours Upon Discovery Of Occurrence, Whichever Comes First. 2. Any Property Belonging To The Party Of The Darpo And Issued To Or Held In Trust By Its Employees Shall Be The Sole Responsibility Of Said Employees, Unless Said Property Is Endorsed In Writing And Signed By The Guard. 3. Where The Loss Or Damage Of Items Is The Result Of Robbery In Band, Mob, Violence, Tumultuous Affray, Acts Of Dissident, Acts Of War And Revolution. E. In The Event Of Loss Or Damage To The Premises Or Properties Of The Darpo, The Security Agency Shall Only Be Liable For Its Replacement Or Restitution Thereof In The Same Condition As It Was/they Were Immediately Prior To The Loss Or Damage. F. No Assignment Whatsoever Of The Security Services Contract Shall Be Made To Any Third Party. Waiver From Any Liability A. The Security Agency Shall Hold The Darpo Management Free From Any Liability, Courses Of Action Or Claims Which May Be Filed By Its Security Guards By Reason Of Their Employment With The Security Agency Pursuant To The Contract, Or Under The Provision Of The Labor Code, The Social Security Act, And All Other Laws And Regulations Which Are Now In Force Or Which Hereafter Are Enacted; B. In The Event The Darpo Management Is Impleaded In Any Such Action Or Case, The Department Shall Be Authorized To Withhold From The Security Agency’s Collectible Accounts Such Amounts As Would Be Reasonable To Approximate The Claims Of The Security Guards Against The Security Agency In Case The Same Are Levied Or Exerted Against The Darpo Management. Contract Duration The Engagement Shall Be Effective Within A Period Of Twelve (12) Months Beginning January 1, 2025 To December 31, 2025. Terms Of Payment Payment Shall Be Made For The Account Of The Security Agency On A Monthly Basis Upon Submission To The Dar-zds Through The Administrative Officer Iv, General Services Section Of The Following:  Statement Of Account/billing Letter  Daily Time Record Duly Signed By Assigned Head Guard, As The Case May Be, And Countersigned By The Administrative Officer Iv  Payroll Of The Immediately Preceding Month  Proof Of Payment Of Remittances For Social Benefit Premiums (sss, Phic, Hdmf)— Submitted On A Quarterly Basis Contract Amount Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: • Increase In Minimum Daily Wage And Other Wage-related Benefits Pursuant To Law Or New Wage Order Issued After Date Of Bidding. In This Case, The Prescribed Wage/wage-related Benefit Increase Shall Be Borne By The Darpo And The Security Service Contract Shall Be Deemed Amended Accordingly. In The Event That The Darpo Fails To Pay The Prescribed Increases, The Security Agency Shall Be Jointly And Solidarily Liable With The Former; • Increase In Taxes; • If During The Term Of The Contract The Darpo 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. Separability If Any Provision Of This Contract Is Declared Void, Ineffective, Invalid Or Contrary To Law By A Final Judgment Or Decree By Any Court, Commission, Or Other Judicial Or Quasi-judicial Body Of Competent Jurisdiction, The Other Provisions Not Affected By The Said Judgment Or Decree Shall Remain Unimpaired Unless Said Judgment Affects The Contract As A Whole. Exclusivity Of The Venue Of Action/s Actions Arising Out Of This Contract Shall Be Filed With The Court Of Competent Jurisdiction In Pagadian City To The Exclusion Of All Other Courts.
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)

National Irrigation Administration Tender

Food Products
Philippines
Details: Description January 31, 2025 Request For Quotation Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Pr No.: 2025-01-0023 Quotation/bid No. Fsde-ro-007-25 The Manager Pear Blossom Catering Services Magarao, Camarines Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:00 Am Of February 7, 2025 With An Abc Of P 290,400.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery On February 10-15, 2025 Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 4. All Items Shall Be Procured As “one Lot”. 5. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 6. Performance Bond: Yes ____; No _____ 7. Incomplete Quotation Shall Be Declared Non-responsive. 8. You May Submit Your Quotation And Requirements Duly Sealed With Markings To The Bac Secretariat On Or Before The Scheduled Date/time. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Additional Conditions: 1. Servers Must Wear Proper Uniform By The Catering Service, Hair Is Covered By The Hairnet, Face Is Covered By Mouth Shield, Proper Grooming Is A Must. 2. Catering Service Must Have Trash Bins Or Trash Bags, After The Event, Clean As You Go. 3. Use Of Eco-friendly Materials (e.g. Paper Cup, Paper Plate Etc.). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Unit Qty Unit Price Total Price Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Menu: Day 1 Breakfast (34 Pax) – Plain Rice, Chicken Tocino, Scambled Egg, 1 Cup Of Coffee Am Snack (34 Pax) - Hotdog Sandwich With Mayo And Cheese, Softdrinks (200ml/sakto Size) Lunch (34 Pax) – Plain Rice, Spicy Thai Fried Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Creamy Tuna Rigatoni, 2pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Pork Adobo Sa Asin, Pinangat, Buko Salad In A Salad Cup With Lid (3.5oz), 230ml Glass Of Iced Tea Day 2 Breakfast (54 Pax) – Plain Rice, Sunny Side Up Egg, Corned Beef, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Sliced Tuna Sandwich, Orange Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Baby Back Ribs, Stir-fried Buttered Mixed Vegetables, Fruit Jelly In A Salad Cup With Lid (3.5oz), Apple Juice In A Bottle (230ml) Pm Snacks (54 Pax) - Ham, Cheese, And Egg Sandwich, 250ml Mineral Water Dinner (54 Pax)- Plain Rice, Beef Kare-kare With Separate Bagoong, Fried Fish With Ketchup, Fruits, Iced Tea In Glass (230ml) Day 3 Breakfast (54 Pax) – Plain Rice, Hotdog, Sunny-side-up Egg, 1 Cup Of Coffee Am Snacks (54 Pax) - Pancake Sandwich, Mojos, 250ml Mineral Water Lunch (54 Pax) – Plain Rice, Pork Adobong Chinoy, Sweetened Potato Marbles, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (54 Pax) - Baked Lasagna, 2 Pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Sisig, Fried Fish, Fruit Salad In A Salad Cup With Lid (3.5oz), Iced Tea In Glass (230ml) Day 4 Breakfast (54 Pax) - Champorado, Tuyo, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Slice Ham & Cheese Sandwich, Pineapple Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Chicken Ala King, Stir-fried Buttered Mixed Vegetables, Tiramisu, 250ml Mineral Water Pm Snacks (54 Pax) - Potato Wedges, Soft Drinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Beef Salpicao, Baby Back Ribs, Laing, Coffee Jelly In A Salad Cup With Lid (3.5oz), Orange Juice In A Can (240ml) Day 5 Breakfast (34 Pax) -plain Rice, Daing, Sliced Ham, 1 Cup Of Coffee Am Snacks (34 Pax) - Cheese Pineapple Sandwich, Orange Juice In A Can (240ml) Lunch (34 Pax) – Plain Rice, Grilled Liempo, Gulay Na Santol, Fruit Salad In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Chicken Alfredo Pasta, Half Chicken Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Chicken Fillet, Pork Hamonado, Mango Graham, 250ml Mineral Water Day 6 Breakfast (34 Pax) – Plain Rice, Longganisa With Ketchup, Tortang Talong, 1 Cup Of Coffee Am Snacks (34 Pax) - Full Slice Sandwich, 2 Pcs Garlic Bread, Pineapple Juice Lunch (34 Pax) – Plain Rice, Buttered Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (34 Pax) - Cheese Pimiento Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Dinuguan, Lumpiang Shanghai, Fruit Jelly In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Lot 1 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 2% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 31, 2025 Request For Quotation Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Pr No.: 2025-01-0023 Quotation/bid No. Fsde-ro-007-25 The Manager Apple And Hanna Catering Services San Roque, Canaman, Camarines Sur Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:00 Am Of February 7, 2025 With An Abc Of P 290,400.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery On February 10-15, 2025 Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 4. All Items Shall Be Procured As “one Lot”. 5. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 6. Performance Bond: Yes ____; No _____ 7. Incomplete Quotation Shall Be Declared Non-responsive. 8. You May Submit Your Quotation And Requirements Duly Sealed With Markings To The Bac Secretariat On Or Before The Scheduled Date/time. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Additional Conditions: 1. Servers Must Wear Proper Uniform By The Catering Service, Hair Is Covered By The Hairnet, Face Is Covered By Mouth Shield, Proper Grooming Is A Must. 2. Catering Service Must Have Trash Bins Or Trash Bags, After The Event, Clean As You Go. 3. Use Of Eco-friendly Materials (e.g. Paper Cup, Paper Plate Etc.). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Unit Qty Unit Price Total Price Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Menu: Day 1 Breakfast (34 Pax) – Plain Rice, Chicken Tocino, Scambled Egg, 1 Cup Of Coffee Am Snack (34 Pax) - Hotdog Sandwich With Mayo And Cheese, Softdrinks (200ml/sakto Size) Lunch (34 Pax) – Plain Rice, Spicy Thai Fried Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Creamy Tuna Rigatoni, 2pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Pork Adobo Sa Asin, Pinangat, Buko Salad In A Salad Cup With Lid (3.5oz), 230ml Glass Of Iced Tea Day 2 Breakfast (54 Pax) – Plain Rice, Sunny Side Up Egg, Corned Beef, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Sliced Tuna Sandwich, Orange Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Baby Back Ribs, Stir-fried Buttered Mixed Vegetables, Fruit Jelly In A Salad Cup With Lid (3.5oz), Apple Juice In A Bottle (230ml) Pm Snacks (54 Pax) - Ham, Cheese, And Egg Sandwich, 250ml Mineral Water Dinner (54 Pax)- Plain Rice, Beef Kare-kare With Separate Bagoong, Fried Fish With Ketchup, Fruits, Iced Tea In Glass (230ml) Day 3 Breakfast (54 Pax) – Plain Rice, Hotdog, Sunny-side-up Egg, 1 Cup Of Coffee Am Snacks (54 Pax) - Pancake Sandwich, Mojos, 250ml Mineral Water Lunch (54 Pax) – Plain Rice, Pork Adobong Chinoy, Sweetened Potato Marbles, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (54 Pax) - Baked Lasagna, 2 Pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Sisig, Fried Fish, Fruit Salad In A Salad Cup With Lid (3.5oz), Iced Tea In Glass (230ml) Day 4 Breakfast (54 Pax) - Champorado, Tuyo, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Slice Ham & Cheese Sandwich, Pineapple Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Chicken Ala King, Stir-fried Buttered Mixed Vegetables, Tiramisu, 250ml Mineral Water Pm Snacks (54 Pax) - Potato Wedges, Soft Drinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Beef Salpicao, Baby Back Ribs, Laing, Coffee Jelly In A Salad Cup With Lid (3.5oz), Orange Juice In A Can (240ml) Day 5 Breakfast (34 Pax) -plain Rice, Daing, Sliced Ham, 1 Cup Of Coffee Am Snacks (34 Pax) - Cheese Pineapple Sandwich, Orange Juice In A Can (240ml) Lunch (34 Pax) – Plain Rice, Grilled Liempo, Gulay Na Santol, Fruit Salad In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Chicken Alfredo Pasta, Half Chicken Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Chicken Fillet, Pork Hamonado, Mango Graham, 250ml Mineral Water Day 6 Breakfast (34 Pax) – Plain Rice, Longganisa With Ketchup, Tortang Talong, 1 Cup Of Coffee Am Snacks (34 Pax) - Full Slice Sandwich, 2 Pcs Garlic Bread, Pineapple Juice Lunch (34 Pax) – Plain Rice, Buttered Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (34 Pax) - Cheese Pimiento Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Dinuguan, Lumpiang Shanghai, Fruit Jelly In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Lot 1 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 2% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 31, 2025 Request For Quotation Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Pr No.: 2025-01-0023 Quotation/bid No. Fsde-ro-007-25 The Manager Asog Garden Catering Services Calauag Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:00 Am Of February 7, 2025 With An Abc Of P 290,400.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery On February 10-15, 2025 Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 4. All Items Shall Be Procured As “one Lot”. 5. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 6. Performance Bond: Yes ____; No _____ 7. Incomplete Quotation Shall Be Declared Non-responsive. 8. You May Submit Your Quotation And Requirements Duly Sealed With Markings To The Bac Secretariat On Or Before The Scheduled Date/time. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Additional Conditions: 1. Servers Must Wear Proper Uniform By The Catering Service, Hair Is Covered By The Hairnet, Face Is Covered By Mouth Shield, Proper Grooming Is A Must. 2. Catering Service Must Have Trash Bins Or Trash Bags, After The Event, Clean As You Go. 3. Use Of Eco-friendly Materials (e.g. Paper Cup, Paper Plate Etc.). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Unit Qty Unit Price Total Price Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Menu: Day 1 Breakfast (34 Pax) – Plain Rice, Chicken Tocino, Scambled Egg, 1 Cup Of Coffee Am Snack (34 Pax) - Hotdog Sandwich With Mayo And Cheese, Softdrinks (200ml/sakto Size) Lunch (34 Pax) – Plain Rice, Spicy Thai Fried Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Creamy Tuna Rigatoni, 2pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Pork Adobo Sa Asin, Pinangat, Buko Salad In A Salad Cup With Lid (3.5oz), 230ml Glass Of Iced Tea Day 2 Breakfast (54 Pax) – Plain Rice, Sunny Side Up Egg, Corned Beef, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Sliced Tuna Sandwich, Orange Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Baby Back Ribs, Stir-fried Buttered Mixed Vegetables, Fruit Jelly In A Salad Cup With Lid (3.5oz), Apple Juice In A Bottle (230ml) Pm Snacks (54 Pax) - Ham, Cheese, And Egg Sandwich, 250ml Mineral Water Dinner (54 Pax)- Plain Rice, Beef Kare-kare With Separate Bagoong, Fried Fish With Ketchup, Fruits, Iced Tea In Glass (230ml) Day 3 Breakfast (54 Pax) – Plain Rice, Hotdog, Sunny-side-up Egg, 1 Cup Of Coffee Am Snacks (54 Pax) - Pancake Sandwich, Mojos, 250ml Mineral Water Lunch (54 Pax) – Plain Rice, Pork Adobong Chinoy, Sweetened Potato Marbles, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (54 Pax) - Baked Lasagna, 2 Pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Sisig, Fried Fish, Fruit Salad In A Salad Cup With Lid (3.5oz), Iced Tea In Glass (230ml) Day 4 Breakfast (54 Pax) - Champorado, Tuyo, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Slice Ham & Cheese Sandwich, Pineapple Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Chicken Ala King, Stir-fried Buttered Mixed Vegetables, Tiramisu, 250ml Mineral Water Pm Snacks (54 Pax) - Potato Wedges, Soft Drinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Beef Salpicao, Baby Back Ribs, Laing, Coffee Jelly In A Salad Cup With Lid (3.5oz), Orange Juice In A Can (240ml) Day 5 Breakfast (34 Pax) -plain Rice, Daing, Sliced Ham, 1 Cup Of Coffee Am Snacks (34 Pax) - Cheese Pineapple Sandwich, Orange Juice In A Can (240ml) Lunch (34 Pax) – Plain Rice, Grilled Liempo, Gulay Na Santol, Fruit Salad In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Chicken Alfredo Pasta, Half Chicken Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Chicken Fillet, Pork Hamonado, Mango Graham, 250ml Mineral Water Day 6 Breakfast (34 Pax) – Plain Rice, Longganisa With Ketchup, Tortang Talong, 1 Cup Of Coffee Am Snacks (34 Pax) - Full Slice Sandwich, 2 Pcs Garlic Bread, Pineapple Juice Lunch (34 Pax) – Plain Rice, Buttered Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (34 Pax) - Cheese Pimiento Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Dinuguan, Lumpiang Shanghai, Fruit Jelly In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Lot 1 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 2% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date
Closing Date7 Feb 2025
Tender AmountPHP 290.4 K (USD 4.9 K)

Bureau Of Plant Industry Tender

Agriculture or Forestry Works
Corrigendum : Tender Amount Updated
Philippines
Details: Description Rfq No. O-2025-01-08 Pr No. 25-01-08 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Agricultural And Marine Supplies Under Organic Program Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration A.1. 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 A.2. Platinum Membership Ü No Additional Documents Required, Provided That The Eligibility Documents Are Up To Date 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). Failure To Comply Shall Automatically Forfeit Your Bid. 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry - Baguio National Crop Research, Development And Production Support Center, 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 31, 2024 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) Working 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 342,200.00 End User: Ma. Arlene F. Celo Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 60 Pcs. Seedling Tray (35 Holes) 3900 12 Pairs Rainboots For Male ( Size 10; Size 8) 7200 6 Pairs Rainboots For Female (size 7, 8) 3,000.00 6 Pairs Raincoat For Female 7,020.00 12 Pairs Raincoat For Male 6,000.00 4 Rolls Garden Hose (3/4) 99m 14,000.00 3 Pcs. Grubhoe With Handle 1,950.00 3 Pcs. Chinese Hoe With Handle 1,950.00 200 Pcs. Yellow Sticky Trap 10,000.00 25 Pcs. Rubberized Pot (60cm) 17,500.00 15 Rolls Tansi 10,500.00 10 Rolls Plastic Twine 600.00 8 Kgs. Tie Wire # 16 1,350.00 5 Packs Pe Plastic Bag (6 X12; .003) 100pcs/pack 1,000.00 1 Roll Nylon Rope (7mm) 100m 3,000.00 40 Packs Plastic Bag (5x5x8;.003)100/pack 8,000.00 75 Kgs. Cracked Corn 3,535.00 3 Sacks Rice (25kgs) 4,500.00 7 Gals. Molasses 3,493.00 80 Sacks Vermicompost 50kgs/bag 52,000.00 120 Sacks Rice Hull 22,200.00 1 Sachet Lettuce Loose Leaf (grand Rapid) 10g/sachet 600.00 1 Kg. Radish Long White 1,683.50 1 Kg. Pechay (black Behi) 1,683.50 2 Cans Cabbage Seeds -rareball (25 G) 3,320.00 1 Can Ampalaya Var. Bonito (250g) 1,665.00 4 Rolls Clear Pe Tunneling Film 2.7 X.055x 100m 25,200.00 5 Pcs. Trellis Net (7'' X 7"; 2.4m X 100m) 5,650.00 18 Liters Organic Liquid Foliar Spray Occp Registered 14,400.00 18 Liters Organic Liquid Fertilizer For Soil Occp Registered 16,200.00 18 Liters Organic Insecticide -tea Tree Oil Occp Registered 40,500.00 18 Liters Organic Insecticide-matrine Occp Registred 27,000.00 18 Liters Organic Insecticide- Azadirachtin Occp Registered 21,600.00 X-x-x-x-x-x-x-x-x Note: Chemicals Should Not Be More Than 2 Years From The Date Of Formulation X-x-x-x-x-x-x-x-x Grand Total 342,200.00 Philgeps Posted 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 Date4 Feb 2025
Tender AmountPHP 342.2 K (USD 5.8 K)

National Academy Of Science And Technology Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Dark Tint Film And Frosted Film With Cutting On Glass Panels At The Pshc Phase Dark Tint Film Specifications: • Blocks High Percentage Of Uv Rays And Other Harmful Rays • High Performance Heat Rejection Technology • High Glare-blocking Capacity And Daytime Privacy • Helps Prevent Glass From Shattering In Case Of Acciddents • Visible Light Transmission: 5% • Color: Super Black Clear Frost Film Specifications: • Brilliant Visual Frosted Effect • Blocks High Percentage Of Uv Rays And Other Harmful Rays • Machine-cut G-1: 4 Panels, Fixed Glass Window 1200mmw X 2350mmh G-2: 4 Panels, Automatic Sliding Glass Door 1150mmw X 2300mmh Frosted Film With Cutting: Design File Will Be Attached, 4pcs. Beexscitech Logo –500mmw X 300mmh Overall 4pcs. Pshc Logo - 50cm ⌀ Of The Logo Scope Of Work: 1. Mobilization Of Manpower, Tools And Materials To Be Used For The Project. 2. Preparation Of The Working Area. 3. Provision Of The Supervision Of The Project. 4. Preparation Of Glass Walls Before The Installation Of The Tinted Films. 5. Installation Of Tinted Films By Trained Installers And Applicators Using Applicable Methods As Prescribed On The Materials To Be Used. 6. Clearing Of Debris And Any Other Waste In The Workplace. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P68,773.58   Sealed Quotation/proposals May Be 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 20, 2025 At 12:00nn. 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 Date20 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)

National Academy Of Science And Technology Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Dark Tint Film And Frosted Film With Cutting On Glass Panels At The Pshc Dark Tint Film Specifications: • Blocks High Percentage Of Uv Rays And Other Harmful Rays • High Performance Heat Rejection Technology • High Glare-blocking Capacity And Daytime Privacy • Helps Prevent Glass From Shattering In Case Of Accidents • Visible Light Transmission: 5% • Color: Super Black Clear Frost Film Specifications: • Brilliant Visual Frosted Effect • Blocks High Percentage Of Uv Rays And Other Harmful Rays • Machine-cut G-1: 4 Panels, Fixed Glass Window 1200mmw X 2350mmh G-2: 4 Panels, Automatic Sliding Glass Door 1150mmw X 2300mmh Frosted Film With Cutting: Design File Will Be Attached, 4pcs. Beexscitech Logo –500mmw X 300mmh Overall 4pcs. Pshc Logo - 50cm ⌀ Of The Logo Scope Of Work: 1. Mobilization Of Manpower, Tools And Materials To Be Used For The Project. 2. Preparation Of The Working Area. 3. Provision Of The Supervision Of The Project. 4. Preparation Of Glass Walls Before The Installation Of The Tinted Films. 5. Installation Of Tinted Films By Trained Installers And Applicators Using Applicable Methods As Prescribed On The Materials To Be Used. 6. Clearing Of Debris And Any Other Waste In The Workplace. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P68,773.58   Sealed Quotation/proposals May Be 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 27, 2025 At 12:00nn. 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 Date27 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)

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)
2071-2080 of 2270 archived Tenders