Uniform Tenders

Uniform Tenders

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 

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)

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)

Department Of Public Projects Tender

Works
Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Cyprus
Details: The Project is Located in Nicosia, on a Section of the Nicosia – Anthoupolis Motorway in Lakatamia. The Project Area is Residential with Residential Use Allowed. The Development of the Area is Not Uniform Since Some Sections Show Dense Structure with Full Coverage of the Plots, While in Other Sections There Are Empty Plots. The Area Is Located on a Hill Without Particularly Noisy Activities With Road Traffic Being the Main Source of Noise. The Project Relates to the Continuous Effort of the Department of Public Works to Limit and Reduce Noise Levels, Especially in the Close Distances to the Motorway.
Closing Date21 Feb 2025
Tender AmountEUR 788 K (USD 824.3 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)

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 Catering Service For Capacity Building Of Quality Patient Safety Training Location Of The Project: Tondo Medical Center Balut, Tondo Manila Svp No.: Np – Svp – 25 – 017 _______________________ 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 3 February 2025, 10:00am. Signed Ryan E. Cabance, Md, Fpso-hns Chairperson Bids And Awards Committee Note: 1. Delivery Period Is On The Date Of The Actual Activity 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. Sanitary Permit; 6. Menu For Approval; 7. Food Tasting, If Deemed Necessary Technical Specifications Republic Of The Philippines Department Of Health Technical Specification Item No 1. Catering Service For Capacity Building Of Quality Patient Training Qty 100 Pax Name Of Manufacturer: Country Of Origin: Brand: Model: Abc: Php 60,000.00 Purchase's Specification Supplier's Specifications (state Comply Or Not Comply” Catering Service For Capacity Building Of Quality Patient Training March 4 & 25, 2025 (meals) Am Snacks, Lunch And Pm Snacks At Tmc Auditorium Manage Buffet (am Snacks, Lunch, Pm Snacks) Free Flowing Coffee Free Use Of Hot And Cold Water Dispenser Beverage (am Snacks & Pm): Water / Iced Tea / Juice Am Snacks: Pasta And Sandwich / Breakfast Dish (champorado, Lugaw, Sopas) With Bread Lunch: Main Dish (any 2 Entrée) Fish, Beef, Chicken Or Pork Vegetable Dish Rice: 1 Cup Dessert: Fresh Fruit Soup Pm Snacks: Pasta And Sandwich Note: Single-use Plastic Is Strictly Prohibited. Washing Of Dishes Within The Premises Of Tmc Is Not Allowed. (50 Pax Per Day) * 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 Catering Service For Capacity Building Of Quality Patient Safety Training Np-svp-25-017 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 Date3 Feb 2025
Tender AmountPHP 60 K (USD 1 K)

Department Of Agriculture Tender

Agriculture or Forestry Works
Philippines
Details: Description Invitation To Bid For The Procurement Of Various Vegetable Seeds Under Quick Response Fund (qrf) Typhoon Aghon Cy 2024 Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Quick Response Fund (qrf) Cy 2024 Continuing Fund Intends To Apply The Sum Of Six Million Two Hundred Eighty Eight Thousand Eight Hundred Eighty Eight Pesos (ᵽ 6,288,888.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Vegetable Seeds Under Quick Response Fund (qrf) Typhoon Aghon Cy 2024 Continuing Fund With Project Identification No.: Itb-2025-01-072. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. Quantity Unit Item Description Total Cost Lowland Vegetable Seeds 446 Can Hybrid Tomato:25 Grams/can 1,318,376.00 Maturity: 55 Days After Transplanting Fruit Type: Shape: Round Weight: 40 Grams Firmness: Very Firm And Very Thick Flesh Season: All Year Round Yield: 2-3 Kg/plant Heat Tolerant, Very High Level Of Resistance To Bacterial Wilt 455 Can Hybrid Ampalaya: 100 Grams/can 1,640,730.00 Maturity: 48 Days After Sowing Fruit Type: With Long And Fat Fruits, Dark Green And Glossy Appearance, Season: All Year Round Expected Yield: Minimum Of 2 Kg/plant/harvest Day Resistant To Downy Mildew And Cercospora Leaf Spot 366 Can Hybrid Squash: 250 Grams/can 1,173,030.00 Maturity: Around 85 Days After Sowing Fruit Type: Flat Round And Regularly Ridged Weight: Average Of 3-4 Kg The Flesh Is Thick, Attractive Orange And Very Sticky 446 Bag Open Pollinated Variety Sitao: 1 Kilo/bag 684,164.00 Maturity: 55 Days After Sowing Plant Type; Pole, Pods Length: 55-60 Cm. Long Green In Color With Straight And Well Filled Tips Expected Yield: 15 Tons/hectare And Longer Shelf Life. 467 Can Hybrid Eggplant: 50 Grams/can 934,934.00 Maturity: 58 Days After Transplanting Fruit Type Shape: Straight And Cylindrical, Color Dark Glossy Purple, Season: All Year Round Yield: Minimum Of 2 Kg/plant/harvest Day, The Fruit Are Firm And Have A Very Good Shipping Quality With A Shell Life Or More Than 5 Days 366 Bag Open Pollinated Variety Okra: 1 Kilo/bag 537,654.00 Maturity: 45-50 Days After Transplanting Fruit Type: Shpe; Slender Weight: 23 Grams, Color; Bright Green Firmness: Smooth Season: Year-round A Very Prolific Plant That Produces Fruits Almost In Every Node. The Plants Are Very Uniform Grown Other Requirements ***moisture Proof Packaging W/ Sticker Bearing Da-logo & "not For Sale" In The Can/packet ***supplier/source Should Be Member Of The Philippine Seed Industry Association (psia) ***expiration Date Should Be Cy 2026 Onwards **certificate Of Distributorship Of The Supplier Place Of Delivery: See Attached Delivery Points Delivery Of The Goods Is Required Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On January 30, 2025 11:20 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 11, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 11, 2025 11:20 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: January 21, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 6.2 Million (USD 108.3 K)
2381-2390 of 2588 archived Tenders