Uniform Tenders

Uniform Tenders

Department Of Agriculture Tender

Agriculture or Forestry Works
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 6.2 Million (USD 108.3 K)
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

Tondo Medical Center Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Name Of The Procuring Entity: Tondo Medical Center Name Of The Project Procurement Of Supply And Installation Of Smart Glass Door Lock Location Of The Project: Tondo Medical Center Balut, Tondo Manila Svp No: Np-svp-25-016 ___________________ Name Of Company ___________________ Address Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Original Quotation Duly Signed By Your Representative Or Email Us At Procurement@tmc.doh.gov.ph Not Later Than 3 February 2025 @ 10:00am; Signed Ryan E. Cabance, Md, Fpso-hns Chairperson Bids And Awards Committee Note: 1. Delivery Period Is Within Thirty (30) Days Upon Receipt Of Notice To Proceed; 2. Price Validity Shall Be For A Period Of __30__ Calendar Days; 3. Bidders Are Entitled To One (1) Bid Only, Otherwise, All Bids Made Shall Be Automatically Be Rejected; Attachments: 1. Duly Accomplished And Signed Technical Specifications Using The Attached Form 2. Duly Accomplished And Signed Price Schedule Using The Attached Form; 3. Philgeps Organization Number Should Your Company Be Declared As The Lowest/single Calculated Bidder (l/scb), Submit The Following Within Five (5) Calendar Days From The Receipt Of Post-qualification Letter: 1. Current Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located 2. Bir Certificate Of Registration; 3. Sec Or Dti Certification; 4. Original Brochures Or Downloaded Version From The Manufacturer’s Official /current Working Website For The Item To Be Bided With Name And Address Of The Manufacturer; 5. Certificate Of After-sales Service/parts (warranty, Calibration, Consumables, Technician, Service Center, Etc.) 6. Product Demonstration, If Necessary 7. Notarized Omnibus Sworn Statement, With Special Power Of Attorney Or Secretary’s Certificate; Technical Specifications Republic Of The Philippines Department Of Health Technical Specification Item No 1 Supply And Installation Of Smart Glass Door Lock Quantity 4 Unit Name Of Manufacturer: Country Of Origin: Brand: Model: Abc: Php. 100,000.00 Purchase's Specification Supplier's Specifications Supply And Installation Of Smart Glass Door Lock • Material: Zinc Alloy Material • Network: Optional Network Wifi • Battery: Lithium Battery • Charging Port: Type C Charging Port • Battery Life: Up To 10 Months • Automatic Locking System • At Least 2 Years Warranty • Features • 3d Face Recognition • Ic Card Unlocking • Fingerprint Recognition - Password Unlock - Emergency Unlock - App Control - Smart Connect - Anti-lock Key - Anti-pry Alarm * Bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. * For Additional Specification/s, Kindly State It In The Supplier’s Specification Column Name Of Company : ____________________________________________________ Address: ____________________________________________________ Signature Over Printed Name ____________________________________________________ (duly Authorized To Sign The Bid) Telephone / Mobile No. : ____________________________________________________ Email Address: ___________________________________________________ Price Schedule Procurement Of Supply And Installation Of Smart Glass Door Lock Svp No: Np-svp-25-016 Item No. Item Description Qty. Unit Of Issue Unit Cost Total Cost Total Amount • All Price Offered (unit Price And Total Bid Price) Must Be Type Or Written Indelible Ink. After Having Carefully Read And Accepted Your Conditions, I / We Quote You On The Item/s At Prices Noted Above. Name Of Company : ____________________________________________________ Address: ____________________________________________________ Signature Over Printed Name ____________________________________________________ (duly Authorized To Sign The Bid) Telephone / Mobile No. : ____________________________________________________ Email Address: ____________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

BAYAWAN NATIONAL HIGH SCHOOL BAYAWAN CITY NEGROS ORIENTAL Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 180 K (USD 3 K)
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

Metropolitan Waterworks And Sewerage System Tender

Food Products
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 480 K (USD 8.2 K)
Details: Description The Metropolitan Waterworks And Sewerage System-corporate Office (mwss-co) Through Its Bids And Awards Committee (bac) Will Undertake The “procurement Of Catering Services For The 147th Mwss Anniversary Dinner On 17 February 2025” At The Mwss Multi-purpose Hall, Which Will Start At 4:00 Pm Until 10 Pm, Per Officer Order No. 2025-049. The Mwss-co Hereinafter Referred To As The “the Procuring Entity” Now Request You To Submit Price Quotation For The “procurement Of Catering Services For The 147th Mwss Anniversary Dinner”, As Specified Hereunder: Item Description/minimum Specifications Catering Services For The 147th Mwss Anniversary On 17 February 2025 For Minimum Of 225 Individuals (guaranteed): Menu: Starters, Soup And Salad 2 Appetizer Potato Chips With Truffle Dip Melba Toast With Salmon Caviar Pie 1 Soup (served With Roll And Butter), An Option To Choose From Among: Cream Of Mushroom Soup With Truffle Oil Cream Of Pumpkin Soup 1 Salad, An Option To Choose From Among: Tropical Salad With Fruit Vinaigrette Spinach And Arugula Salad With Tuna And Dressing Desserts And Drinks: 2 Desserts Caramel Panna Cotta Fruit Pavlova 1 Drink, An Option To Choose From Among: Pandan And Lemongrass Juice Cucumber Lemonade Mains: 1 Beef, An Option To Choose From Among: Slow Roast U.s. Beef Belly In A Carving Station Slow Roast U.s. Beef Belly Filipino Style In A Carving Station 1 Chicken, An Option To Choose From Among: Roasted Chicken Cooked With Its Own Natural Juices From Cooking With Mushroom Medley Chicken Scallopini With Chardonnay Leek Cream Sauce 1 Seafood, An Option To Choose From Among: Assorted Seafood Tempura (on-the-spot Cooking) Shrimp Tempura (on-the-spot Cooking) 1 Pasta/noodle, An Option To Choose From Among: Linguine In Garlic And Oil With Italian Sausage Penne With Wild Mushroom And Truffle Cream Sauce 1 Vegetable, An Option To Choose From Among: Assorted Mixed Vegetables With Pesto Zucchini And Potato Sprinkled With Breadcrumbs And Grated Cheese 1 Steamed Pandan Rice Purified Drinking Water And Brewed Coffee / Hot Tea Other Requirements: Provision Of Two (2) Complete Buffet Table Set-up With Elegant Skirting And Centerpiece Arrangement Beverage Table/bar Dinner Plates, Glasses And Cutleries Guest Tables (8 Or 10 Seater) With Tablecloth And Centerpiece Arrangement Tiffany Chairs For 225 Pax Well-trained, Neat, Presentable, And Uniformed Servers Enough To Handle/serve 225 Guests. Ingress – Not Earlier Than 7:00 Am Of 17 February 2025 Egress – Immediately After 10:00 Pm Of 17 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. Prospective Service Provider Shall Submit A Certificate Of Satisfactory Performance From At Least Two (2) Clients, Whether From Government Or Private Issued In Cy 2024. 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. 2025-049 Is Four Hundred Eighty Thousand Pesos (₱480,000.00) 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 Of The Activity. Quotations Must Be Delivered At The Address Below Not Later Than The Office Hours On 04 February 2025 (until 10:00 A.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 Osd 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)

Calumpit Water District Tender

Security and Emergency Services
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 4.6 Million (USD 80 K)
Details: Description Republic Of The Philippines Calumpit Water District Bids And Awards Committee Cwd Bldg., M. Serrano St.,corazon, Calumpit, Bulacan Tel. Nos. 044- 9130079/ Telefax: 913-0080, 769-3053 Invitation To Bid For Provision Of Security Guard Services For Fy 2025 1.the Calumpit Water District, Through The 2025 Corporate Budget Intends To Apply The Sum Of Four Million Six Hundred Eighty Thousand Pesos (php 4,680,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Provision Of Security Guard Services For Fy 2025/contract No. 2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Calumpit Water District Now Invites Bids From Eligible Bidders For The Provision Of Security Guard Services For Fy 2025. A Total Of Thirteen (13) Security Personnel Shall Be Comprised As The Following: 1-licensed Security Officer 12-licensed Security Guards The Required Number Of Security Personnel Shall Be Deployed At The Following Areas: Assignment Qty 1. Main Office Bldg.-4 2.calizon Pump Station-1 3.central Pump Station-2 4.northville Pump Station-1 5.balungao Pump Station-1 6.danga Pump Station-1 7.gatbuca Pump Station-2 8.metropolis Bolted Tank-1 3.the Following Additional Documents, Licenses And Permits Shall Be Required: A.)most Recent Clearance From Department Of Labor And Employment; B.)certification From The Company On Its Compliance To The Existing Labor Laws; C.)certificate Membership With Padpao; D.)certification Of The Three (3) Mandatory Deduction (contribution On Sss, Hdmf, Philhealth) On Undertaking Form; E.)certification From The Company That The Security Guards To Be Deployed Have Undergone Drug Test To Include Therein Each Employee’s Result; F.)certification From The Company That The Security Guards To Be Deployed Have No Derogatory Records Duly Supported By Nbi And Police Clearances; G.)company’s Profile Attesting The Following: Stability •years Of Experience •liquidity Of The Contractor •organizational Set- Up Resources •no. Of Licensed Firearms •no. And Kind Of Communication Devices •no. Of Licensed Guards Security Plan •must Be Included In The Bid Proposal Of The Bidders Other Factors •recruitment And Selection Criteria • Completeness Of Uniforms And Other Paraphernalia (like Flashlights, Whistle, Etc.) 4.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, Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 5.interested Bidders May Obtain Further Information From Calumpit Water District And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 6.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16 To February 5, 2025 From The Address Below, In The Amount Of Five Thousand Pesos (php 5, 000. 00) 7.it May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8.the Calumpit Water District Will Hold A Pre-bid Conference On January 24, 2025 At 2:00 P.m. At The Cwd Multi-purpose Hall, 4th Floor Cwd Office Bldg., M. Serrano St., Corazon, Calumpit, Bulacan, Which Shall Be Open To Prospective Bidders. 9.bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 5, 2025 At 2:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10.bid Opening Shall Be On February 5, 2025 At 2:00 P.m. At The Cwd Multi-purpose Hall, 4th Floor Cwd Office Bldg., M. Serrano St., Corazon, Calumpit, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11.the Calumpit Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders 12.for Further Information, Please Refer To: Ms. Jaramie L. Cruz Bac Secretariat Head Cwd Office Bldg., M. Serrano St. Brgy. Corazon, Calumpit, Bulacan 3003 Tel. Nos. 0925 3011131/ Tele-fax No. 044 769 3053 044 9130079, 9130080 Local 123 Calumpitwdbac@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://calumpitwd.gov.ph/bid-opportunities Ms. Emely E. Echevarria Bac Chairperson

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Others
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 505 K (USD 8.7 K)
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections City Of Muntinlupa Request For Quotation #2024-156 Buffet Lunch For Arcc At Ippf (nego. Proc.-small Value Procurement) Abc ₱ 505,000.00 Date:¬¬¬¬_________________ Name Of Company: _______________________________________________________________ Address: ________________________________________________________________________ Tin No.: ________________________________________________________________________ Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions As Stated Hereunder. A.) Bidders Shall Provide Correct And Accurate Information Required In This Form. B.) Bidders May Quote For All The Items. C.) Price Quotation/s Must Be Valid For A Period Of One Hundred Twenty (120) Calendar Days From The Date Of Submission. D.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. E.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. F.) Award Of Contract Shall Be Made To The Lowest 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. G.) Any Alterations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. H.) The Item/s Shall Be Delivered Within Fifteen (15) Calendar Days From Receipt Of Approved Purchase Order. I.) The Bucor Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. J.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bucor 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 Open To It. K.) Bidders Shall Submit The Required Documents Together With Their Bid Price In A Sealed Envelope Indicating Supplier’s Name And Name Of Project. L.) Submission Thru E-mail And Fax Quotation Will Be Allowed/accepted. Requirements To Be Submitted M.) Valid And Current Philgeps Registration Number N.) Valid And Current Mayor’s/business Permit O.) Omnibus Sworn Statement (original Copy) P.) Income/ Business Tax Return Q.) Duly Notarized Authority To Signatory (if Applicable). Note: Allow Pes To Accept The Expired Buisness Or Mayor’s Permit With Official Receipt Of Renewal Application, Subject To Submission Of Business Or Mayor’s Permit After Award Of Contract Under Gppb Resoution No. 05-2020 Approving The Acceptance Of An Expired Mayor’s Permit With Offciial Receipt For Yhe Renewal Application. Note: Bidders Statement Of Compliance On The Terms & Conditions And Requirements As Stated Above _________________________ Signature Over Printed Name Of Sole Proprietor /authorized Representative Submit Your Sealed Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than ___january 3, 2025____at The Bac Office, Bureau Of Corrections At 9:00am. Late Submission Of Bids Shall Be Rejected. For Further Information, You Can Call The Bac Secretariat C/o Maria Adoracion Viñas At The Supply Office, Bureau Of Corrections, Muntinlupa City At Tel # 8809-8587/8478-0907 From 8:00 Am To 5:00pm Or Email At Bacsec2022@gmail.com, Monday To Friday Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Rfq # 2024-156 Page 2 Of 2 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Request For Quotation Rfq 2024-156 Project: Buffet Lunch For Arcc At Ippf Abc ₱ 505,000.00 Qty Unit Description Compliance To The Technical Specifications (please Check) Approved Budget For Contract Unit Offered Quotation Offered Quotation Yes No 400 Pax Buffet Lunch With Grazing Tables And Chairs Note: Halal Food And Non-pork 360,000.00 3 Set Assorted Snacks For 100pax Note: Halal Food And Non-pork 75,000.00 Venue Decorations 70,000.00 Total ₱505,000.00 Signature Over Printed Name Of Sole Proprietor Or Representative Telephone No: ____________________ Cellphone No: ____________________ Email: ___________________________ Company Letterhead Buffet Lunch For Arcc At Ippf 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 Buffet Lunch For Arcc At Ippf.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 Buffet Lunch For Arcc At Ippf,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 Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Buffet Lunch For Arcc At Ippf 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 ___, 2024 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Commission On Elections Tender

Education And Training Services
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 142.8 K (USD 2.4 K)
Details: Description Republic Of The Philippines Commission On Elections Office Of The Regional Election Director 2/f H.a.s Bldg., Sto. Rosario, City Of San Fernando, Pampanga Request For Quotation For Supply And Delivery Of Training Supplies For 2025 Nle Training For Deso Technical Support Staff-province Of Pampanga (project Id No. Rbac3-svp-2025-006) End-user Purchase Request No. Comelec Region Iii Field Offices 25010184 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement Pursuant To Section 53.9 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act No. 9184 And Invites Interested Entities To Submit Their Price Quotation For The Supply And Delivery Of Training Supplies For 2025 Nle Training For Deso Technical Support Staff- Province Of Pampanga (project Id No. Rbac3-svp-2025-006), With The Following Details: Item Item Description And Technical Specifications Qty. Unit Approved Budget For The Contract (in Php) Cost Per Unit Total 1 Ballpen, Ballpoint, Fine 719 Pc 49.00 35,231.00 2 Spiral Notebook, 50 Leaves 719 Pc 54.00 38,826.00 3 Envelope, Expanding, Plastic, Long 719 Pc 53.00 38,107.00 4 Id Holder With Lace 719 Pc 42.67 30,679.73 Total 142,843.73 Delivery Site Office Of The Provincial Election Supervisor-pampanga Period Within 5 Calendar Days Upon The Receipt Of Purchase Order. Payment Terms: Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, For Other Commercial Bank, Applicable Bank Charges Shall Be For The Account Of Supplier. The Supplier Shall Submit Bank Details Together With Billing Statement/ Invoice For Ready Reference. Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply). Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 2. The Following Are The Required Eligibility Documents (original Or Original Signed Certified True Copy): A. Original Signed Certified True Copy Of Valid Mayor’s/business Permit; B. Original Or Original Signed Certified True Copy Of Certificate Of Philgeps Registration (platinum) Or Proof Showing The Philgeps Registration And Registration No.; C. Original Signed Notarized Omnibus Sworn Statement For Abc Above ₱ 50,000.00(see Annex “b” For The Prescribed Format); And, D. Original Signed Certified True Copy Of Income/business Tax Return For Abc Of ₱ 500,000.00(latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution). 3. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 3, 2025 12:00 Pm ,from Monday To Friday, 8:00 Am To 5:00 Pm. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 4. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Supplier/contractor With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Sgd Atty. Elmo T. Duque Chairperson, Comelec Rbac Region 3 Annex “a” [company Name] [company Address And Contact Nos.] Price Quotation Date: Commission On Elections Regional Bids And Awards Committee After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Quantity Unit Item Description, Technical Specifications, Terms & Conditions And Delivery Schedule Total Contract Price (you May Attached Breakdown Of The Offer) 719 Pc Ballpen, Ballpoint, Fine 719 Pc Spiral Notebook, 50 Leaves 719 Pc Envelope, Expanding, Plastic, Long 719 Pc Id Holder With Lace Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. __________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Annex “b” Republic Of The Philippines) City/municipalityof )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 Regional Bids And Awards Committee (rbac), The Technical Working Group, And The Rbac 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 Regional Bids And Awards Committee (rbac), The Technical Working Group, And The Rbac 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 Regional Bids And Awards Committee (rbac), The Technical Working Group, And The Rbac 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

Commission On Elections Tender

Education And Training Services
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 309.2 K (USD 5.3 K)
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025 (rbac Resolution No. R6-svp-012-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025 (please See Attached Tor For Details) 1 Lot ₱309,200.00 ₱309,200.00 Total ₱309,200.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Electoral Boards In The Province Of Capiz, Good For 1,546 Participants Within March 3-31, 2025 1,546 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: Opes, Capiz, Villareal Stadium, Camansi St., Brgy. Tiza, Roxas City, Capiz Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof 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 [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 Incompliance 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 Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto 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

Commission On Elections Tender

Education And Training Services
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 179.9 K (USD 3 K)
Details: Description Republic Of The Philippines Commission On Elections Office Of The Regional Election Director 2/f H.a.s Bldg., Sto. Rosario, City Of San Fernando, Pampanga Request For Quotation For Supply And Delivery Of Training Supplies For 2025 Nle Training For Deso Technical Support Staff-province Of Nueva Ecija (project Id No. Rbac3-svp-2025-005) End-user Purchase Request No. Comelec Region Iii Field Offices 25010183 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement Pursuant To Section 53.9 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act No. 9184 And Invites Interested Entities To Submit Their Price Quotation For The Supply And Delivery Of Training Supplies For 2025 Nle Training For Deso Technical Support Staff- Province Of Nueva Ecija (project Id No. Rbac3-svp-2025-005), With The Following Details: Item Item Description And Technical Specifications Qty. Unit Approved Budget For The Contract (in Php) Cost Per Unit Total 1 Ballpen, Ballpoint, Fine 906 Pc 49.00 44,394.00 2 Spiral Notebook, 50 Leaves 906 Pc 54.00 48,924.00 3 Envelope, Expanding, Plastic, Long 906 Pc 53.00 48,018.00 4 Id Holder With Lace 906 Pc 42.67 38,659.02 Total 179,995.02 Delivery Site Office Of The Provincial Election Supervisor-nueva Ecija Period Within 5 Calendar Days Upon The Receipt Of Purchase Order. Payment Terms: Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, For Other Commercial Bank, Applicable Bank Charges Shall Be For The Account Of Supplier. The Supplier Shall Submit Bank Details Together With Billing Statement/ Invoice For Ready Reference. Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply). Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 2. The Following Are The Required Eligibility Documents (original Or Original Signed Certified True Copy): A. Original Signed Certified True Copy Of Valid Mayor’s/business Permit; B. Original Or Original Signed Certified True Copy Of Certificate Of Philgeps Registration (platinum) Or Proof Showing The Philgeps Registration And Registration No.; C. Original Signed Notarized Omnibus Sworn Statement For Abc Above ₱ 50,000.00(see Annex “b” For The Prescribed Format); And, D. Original Signed Certified True Copy Of Income/business Tax Return For Abc Of ₱ 500,000.00(latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution). 3. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 3, 2025 12:00 Pm ,from Monday To Friday, 8:00 Am To 5:00 Pm. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 4. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Supplier/contractor With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Sgd Atty. Elmo T. Duque Chairperson, Comelec Rbac Region 3 Annex “a” [company Name] [company Address And Contact Nos.] Price Quotation Date: Commission On Elections Regional Bids And Awards Committee After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Quantity Unit Item Description, Technical Specifications, Terms & Conditions And Delivery Schedule Total Contract Price (you May Attached Breakdown Of The Offer) 906 Pc Ballpen, Ballpoint, Fine 906 Pc Spiral Notebook, 50 Leaves 906 Pc Envelope, Expanding, Plastic, Long 906 Pc Id Holder With Lace Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. __________________________ Authorized Company Representative Signature Over Printed Name Omnibus Sworn Statement Annex “b” Republic Of The Philippines) City/municipalityof )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 Regional Bids And Awards Committee (rbac), The Technical Working Group, And The Rbac 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 Regional Bids And Awards Committee (rbac), The Technical Working Group, And The Rbac 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 Regional Bids And Awards Committee (rbac), The Technical Working Group, And The Rbac 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

Commission On Elections Tender

Education And Training Services
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 75 K (USD 1.2 K)
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025 (rbac Resolution No. R6-svp-005-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025 (please See Attached Tor For Details) 1 Lot ₱75,000.00 ₱75,000.00 Total ₱75,000.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025 375 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: Opes, Aklan, 3rd Floor, Rebesencio Bldg., Martelino St., Kalibo, Aklan Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof 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 [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 Incompliance 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 Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto 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
2391-2400 of 2588 archived Tenders