Uniform Tenders
Uniform Tenders
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Textile, Apparel and Footwear
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections City Of Muntinlupa Request For Quotation #2025-010 Supply And Delivery Of T-shirt For Womens Month (nego. Proc.-small Value Procurement) Abc ₱ 775,000.00 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 Tax Return P.) 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 ___february 14, 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 # 2025-010 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 2025-010 Project: Supply And Delivery Of T-shirt For Womens Month Abc ₱ 775,000.00 Qty Unit Description Compliance To The Technical Specifications (please Check) Approved Budget For Contract Unit Offered Quotation Offered Quotation Yes No 1,550 Pcs T-shirt For Women’s Month (customized Full Sublimated Shirt With Print) Fabric: 60% Polyester/40% Cotton V-neck Sublimation Shirt Color Purple 775,000.00 Purpose: For Use Of Gender And Development (gad) For Women’s Month Celebration Total ₱775,000.00 Signature Over Printed Name Of Sole Proprietor Or Representative Telephone No: ____________________ Cellphone No: ____________________ Email: ___________________________ Company Letterhead Supply And Delivery Of T-shirt For Womens Month 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 Supply And Delivery Of T-shirt For Womens Month, 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 Supply And Delivery Of T-shirt For Womens Month 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 Supply And Delivery Of T-shirt For Womens Month 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 ___, 2025 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 _____
Closing Date14 Feb 2025
Tender AmountPHP 775 K (USD 13.3 K)
Commission On Elections Tender
Education And Training Services
Philippines
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 Guimaras, Good For 354 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 Guimaras, Good For 354 Participants Within March 3-31, 2025 (rbac Resolution No. R6-svp-013-2025). 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 Guimaras, Good For 354 Participants Within March 3-31, 2025 (please See Attached Tor For Details) 1 Lot ₱70,800.00 ₱70,800.00 Total ₱70,800.00 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 Guimaras, Good For 354 Participants Within March 3-31, 2025 354 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, Guimaras, Provincial Capitol Compound. Brgy. San Miguel, Jordan, Guimaras 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
Closing Date17 Feb 2025
Tender AmountPHP 70.8 K (USD 1.2 K)
Tourism Promotions Board Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Request For Quotation The Tourism Promotions Board Invites You To Submit Quotation For The Item/s Listed Below: Rfq No. Tpb Rfq 2025-02-033 Pr No. 02.023 Requirements: Services Of A Tour Operator For Hong Kong, Sar Travel Agents Familiarization Trip To Davao Scope Of Work/services/deliverables • The Project Requires The Services Of A Tour Operator Who Help And Assist In The Implementation Of The Hong Kong, Sar Travel Agents Familiarization Trip To Davao; • The Trip Will Be Participated By A Total Of Twelve (12) Participants Consisting Of Nine (9) Travel Agents, One (1) Cebu Pacific Representative, One (1) Pdot-shanghai And One (1) Tpb Representative. • Secured Sponsorship Or Discounted Rates Should Be Deducted From Total Expenses; And • Itinerary And Dates May Be Subject To Change Based On The Availability Of Flights, Accommodation, Activities, And Travel Restrictions/quarantine Status Of The Chosen Destinations. I. International And Domestic Air Tickets - Taxes And Fuel Surcharges - Taxes And Surcharges For The International Airline Tickets Of 11 Participants, As Well As Taxes For The Domestic Ticket Of 1 Participant (including Airline Taxes, Fuel Surcharges, And Other Taxes, Where Applicable) A. Hkg – Dvo For 11 Pax B. Dvo – Hkg For 11 Pax C. Mnl – Dvo-hkg For 1 Pax (tpb Representative) • Estimated Cost: Php 63,500.00 Note: Cebu Pacific To Take Care Of The International And Domestic Air Tickets. Ii. Travel Insurance - 9 Travel Agents + 1 Cebu Pacific Representative + 1 Tpb Officer + 1 Pdot Shanghai = 12pax - Individual Comprehensive Travel Insurance With Medical And Loss Or Damaged Luggage And Medical Emergencies Coverage Worth Php 1 Million/pax Iii. Transportation (land) - Location: Davao (please Refer To The Attached Itinerary) - One (1) Unit Of Tourist Coaster Or Minibus And One (1) Luggage Van For The Whole Duration Of The Trip A. Vehicles Should Be Compliant With The Philippine Laws On Technical Safety Requirements (dot, Or/ Cr, Ltfrb Accredited) B. Daily Disinfection Of Vehicle And Ensure Cleanliness At All Times. C. Vehicle Year Model Must Be At Least 2018 Or Newer; Should The Vehicle Develop Any Mechanical Fault In Transit, The Tour Operator Must Have A Replacement Within An Hour. D. Vehicles Must Have Available First Aid-kit Onboard With Provision Of Wet Tissue, Alcohol, Mineral Water And Mints. *personal Health/first Aid Kits For 12 Pax To Include At Least Six (6) Pieces Of The Following Medicines: - Antacid For Upset Stomach - Paracetamol For Headache And Fever Antihistamine For Allergies - Loperamide For Diarrhea - Meclizine Hydrochloride For Motion Sickness - Ibuprofen For Pain Reliever • Ensure The Availability Of Umbrellas For The Guests In Case Of Rain. • Maximum Of 15 Hours Per Day Inclusive Of Overtime And Drivers’ Fee. • Must Include Driver’s Fee As Well As His Food And Other Miscellaneous Cost, Maintenance Cost, Gasoline, Lubricant, Parking Fee, Toll Fee, Other Consumable Cost, And Other Onsite Related Expenses. • Driver Should Have Strong Navigation Skills, Always In Proper Attire Or Uniform, Presentable And Experienced In Interacting With Foreign Guests. Iv. Accommodation - Total No. Of Pax: 12 Pax - Duration: 17-21 March 2025 A. 10 Single Deluxe Rooms With Breakfast B. 1 Twin Bedroom With Breakfast For 2pax C. At Least 4 Star Rated Establishment Or At Least Aa-rated Resort D. Dot-accredited Establishment E. Accessible To Shopping, Recreation, And Attraction Areas (please Refer To The Attached Itinerary). F. Can Provide A One-hour Spa/ Massage Service For Maximum Of 12 Guests V. Meals And Beverages - Provision Of Full-board Meals And Beverages For 12 Pax For The Whole Duration Of The Trip - Php 3,400.00 Per Pax Inclusive Of The Following: A. Three (3) Am And Pm Snacks – Php 500/pax B. Four (4) Lunch – Php 1,200/pax C. Four (4) Dinner – Php 1,700/pax - Menu To Be Approved By Tpb - Winning Bidder To Provide Proposed Menu Additional Notes: • One (1) Round Of Non-alcoholic Beverage And One (1) Round Of Alcoholic Beverage Per Meal • Tpb Representative To Finalize The Order/s Per Meal Based On The Itinerary. • Ensure Provision Of Dietary Requirements, If There Is Any. • Should The Tpb/dot Be Able To Secure Meal Hosting, The Supplier Will Deduct This From The Final Bill (to Be Conferred With Tpb). Vi. Tour Activities - Book, Conduct, Coordinate In Advance With Establishments, Provide Interactive/ Experiential Tours And Activities For 12 Pax. - Cover Entrance, Environmental Fees And Other Related Expenses, If Needed. Additional Notes: • Tour Activities And Dates Are Subject To Change Based On The Recommendations Of Tpb, Dot Foreign And Regional Offices Involved. • Provide Alternative Itinerary Or Activity In Case Of Bad Weather, Risk Of Typhoon, And Other Force Majeure And Other Unforeseen Or Fortuitous Event, Subject To The Approval Of Tpb. • Final Itinerary To Be Approved By The Tpb. Vii. Tour Kits - Provision Of Safety Tour Kits For 12 Pax To Include The Following: A. Kits Placed In Reusable Drawstring Bags, Cacha Bags Or In Sustainable Packaging B. 500 Ml Reusable Water Tumbler C. Two (2) Pieces Individually Wrapped Disposable Kn94 Masks D. One (1) Pack Of Facial Tissue E. One (1) Pack Wet Wipes (biodegradable Bamboo Fiber Material) F. 50 Ml. Of 70% Isopropyl Alcohol In Spray Bottle G. Hand Sanitizer H. Mints I. Mosquito Repellant In Spray J. Sunblock K. Disposable Hooded Emergency Raincoat Viii. Tour Guide - Provision Of One (1) Licensed Dot-accredited Chinese Or English-speaking Tour Guide With The Following Qualifications: A. Must Be Familiar With The Destination, Must Be Fluent And Conversant In Chinese And English, And Have A Strong Sense Of Philippine History, Culture, Tradition, Art As Well As Current Events. B. Must Have Handled At Least (3) Foreign Tour Groups In The Past 5 Years *note: Copy Of Dot-accreditation And Curriculum Vitae (cv) Must Be Submitted To Tpb Ten (10) Days Before The Actual Tour. Ix. Tour Coordinator - Provision Of Tour Coordinator To Handle On-site Requirements And Arrangements For The Duration Of The Tour. Additional Notes: • Tour Coordinator Must Have At Least Three (3) Years Relevant Experience. • Bidder Should Submit A Copy Of The Curriculum Vitae (cv) Of The Proposed Tour Coordinator In Their Technical Bid. • Shall Work Closely With The Tour Guide As Well As The Assigned Tpb Officer On All Matters Required For The Smooth Implementation Of The Tour. X. Tour Signage, Banner And Itinerary Booklet - Provision Of Vehicle Banners, Identifiers For The Delegates. - Post Tour Banner (1 M X 2 M) For Group Photos (preferably Cloth) - Provision Of A Printed And Digital Tour Booklet Showing The Detailed Itinerary, Photos Of The Destinations, Contact Persons, And Emergency Contact Details. *proposed Design Will Be Subject To Tpb’s Approval Xi. Sustainable Destination-based Giveaways - Provision Of Curated Sustainable Destination-based Giveaways For 12 Pax @ Php 500 Each. *note: Submit Photos Of Proposed Giveaways To Be Included In The Bid, For Tpb’s Approval. Xii. Miscellaneous Expenses - Communication Expenses, Food Sampling, Coordination Meetings, Supplies, Dot-shanghai Local Hire Dsa And Other On-site & Administrative Expenses Amounting To Php 16,000.00 *note: Billing Should Be Based On Actual Expense And Must Be Supported By Receipts. Xiii. Other Requirements - Must Be A Dot-accredited Tour Operator Company. Please Include A Copy Of The Dot-accredited Certification In Their Bid; - Engaged In The Business As A Travel And Tour Operator For At Least Three (3) Years At The Date And Time Of The Submission Of The Bids And - Submit List Of At Least Three (3) Similar Projects/groups Handled In The Last Five Years As Part Of Their Bid. - The Winning Tour Operator Should Cover All Travel Expenses And Insurance Of All Their Deployed Personnel And All Administrative Expenses Including Gratuity Pay. Additional Notes: Itinerary And Dates May Be Subject To Change Based On The Availability Of Flights, Accommodation, Activities, And Travel Restrictions/quarantine Status Of The Chosen Destinations, If Applicable. Legal Requirements: 1. Mayor’s/ Business Permit 2. Philgeps Registration Number/ Certificate 3. Income/business Tax Return 4. Notarized Omnibus Sworn Statement Attachments: 1. Technical Specifications/ Terms Of Reference 2. Statement Of Compliance 3. Omnibus Sworn Statement Note: 1. All Entries Must Be Typewritten In Your Company Letterhead. 2. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days. Terms - Payment Shall Be Made Within 30 Working Days Upon Submission Of The Statement Of Account, After The Conclusion Of The Event, So Long As There Are No Additional Documentary Requirements Or Billing Concerns; - The Supplier Is Encouraged To Have A Landbank Account. Payment Will Be Made Through Lbp Bank Deposit. In Case The Supplier Does Not Have A Landbank Account, Bank Charges Will Be Shouldered By The Supplier; And - Terms Of Payment To The Winning Bidder Shall Be In Accordance With The Government Procedure (send Bill Arrangement Must Be Based On The Actual Number Of Participants). Tpb Shall Inform The Winning Bidder Of The Sponsorships Secured Two (2) Weeks Before The Date Of The Event Abc Php900,000.00 Inclusive Of Service Charge And All Applicable Taxes.
Closing Date21 Feb 2025
Tender AmountPHP 900 K (USD 15.5 K)
Commission On Elections Tender
Education And Training Services
Philippines
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
Closing Date3 Feb 2025
Tender AmountPHP 179.9 K (USD 3 K)
Commission On Elections Tender
Education And Training Services
Philippines
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
Closing Date17 Feb 2025
Tender AmountPHP 75 K (USD 1.2 K)
Commission On Elections Tender
Education And Training Services
Philippines
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 Iloilo, Good For 1,673 Participants (1,521 Deso Technical Support Staff, 152 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 Iloilo, Good For 1,673 Participants (1,521 Deso Technical Support Staff, 152 Deso Technical Support Staff Back-up) On February 16-22, 2025 (rbac Resolution No. R6-svp-009-2025). 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 Iloilo, Good For 1,673 Participants (1,521 Deso Technical Support Staff, 152 Deso Technical Support Staff Back-up) On February 16-22, 2025 (please See Attached Tor For Details) 1 Lot ₱334,600.00 ₱334,600.00 Total ₱334,600.00 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 Iloilo, Good For 1,673 Participants (1,521 Deso Technical Support Staff, 152 Deso Technical Support Staff Back-up) On February 16-22, 2025 1,673 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, Iloilo, 2nd Floor, Angeles Arcade Bldg., Mabini St., Iloilo City 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
Closing Date17 Feb 2025
Tender AmountPHP 334.6 K (USD 5.7 K)
Philippine Information Agency - PIA Tender
Software and IT Solutions
Philippines
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of All-in-one Desktop And Mid-range Laptop Computers For The Enhancement Of Hrdd Proper And Training / Examination Room 1. The Philippine Information Agency (pia) Intends To Procure All-in-one Desktop And Mid-range Laptop Computers For The Enhancement Of Hrdd Proper And Training / Examination Room With An Approved Budget For The Contract (abc) Of One Million Two Hundred Seventy-four Thousand Pesos Only (php 1,274,000.00). 2. The Pia Bids And Awards Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline To The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From The Bac-secretariat At The Address And Contact Numbers Given Below From February 3 - 24, 2025, 8:00 A.m. To 4:00 P.m. 5. The Schedule Of Bidding Activities Are As Follows: Activities Schedule Advertisement/posting Of Request For Quotation /start Of Availability Of Request For Quotation Starting Feb. 3, 2025 (monday) Pre-negotiation Conference February 11, 2025 (tuesday) 1:30 Pm Pia Procurement Conference, 2nd Flr., Pia Bldg., Visayas Ave., Qc Submission Of Quotations And Legal/technical Documents (in Sealed Envelope) February 24, 2023 (monday) 10:00am Pia Procurement Section, 2nd Flr., Pia Bldg., Visayas Ave., Qc Opening Of Quotations February 24, 2023, 1:30 Pm Pia Procurement Conference, 2nd Flr., Pia Bldg., Visayas Ave., Qc 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission In Five (5) Copies (1 Original And 4 Certified True Copies) And An Electronic Copy Contained In A Usb Flash Drive (1 Technical Component And 1 Financial Component) Pia Building, Visayas Avenue, Diliman, Quezon City On Or Before February 24, 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contact Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contracts Shall Refer To Procurement Of All-in-one Desktop And Mid-range Laptop Computers Which Shall Be Completed Within The Last Five (5) Years Prior To The Date Of Submission Of The Best And Final Offer. C) Bid Security In Any Of The Following Form As Prescribed Under 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc Or (php 25,480.00). Ii. In Case Of Surety Bond, Submit Also A Certification Issued By The Issuance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of Abc Or Php 63,700.00) Iii. Bid Securing Declaration. D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable; In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. The Head Of The Procuring Entity (hope) Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Not Award The Contract In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations. 10. For Further Information, Please Refer To: Ms. Jupalyn L. Benedicto Head, Bac Secretariat 2nd Floor, Pia Central Office, Visayas Avenue, Diliman, Quezon City (02) 8920-4338 / 0999-887-9307 Piacentral.bids@pia.gov.ph Issued This 30th Day Of January 2025. Atty. Allan Vincent B. Lorenzo Chairperson, Bids And Awards Committee Date: 30 January 2024 Annex “a” Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Philippine Information Agency Central Office. Item Number Description Quantity Total Delivered, Weeks/months 1. All-in-one Desktop Computer 16 Units 90 Days Upon Issuance Of Notice To Proceed 2. Mid-range Laptop Computers 10 Units 90 Days Upon Issuance Of Notice To Proceed *** Nothing Follows*** I Hereby Verify To Comply With All The Above Requirements. __________________________________________________________ Signature Over Printed Name Of The Authorized Representative ___________________________________________________________ Company Name ___________________________________________________________ Date Item Specification Statement Of Compliance [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. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Technical Specifications I. Sixteen (16) Units Of All-in-one Desktop Computer Processor - Intel Core I5-13420h 8 Core, 12 Threads Or Equivalent Memory - 8gb Ddr5 5200 So Dimm Storage - 1tb Ssd M.2 2280 Gen 4 Tlc Graphics - Intel Uhd Graphics Display - 23.8 Fhd (1920 X 1080), Anti-glare, 99% Srgb Connectivity - Integrated 100/1000m; - Wlan + Bluetooth Wi-fi ®6, 802.11ax 2x2 + Bt5.2 Os - Windows 11 Home Software - Ms Office Home & Student 2021 With Wireless Keyboard And Wireless Mouse Warranty - Three (3) Years Premium Care / Supplier’s Warranty Design - Case Color White Or Cloud Grey (color Shall Be Uniform To All Units To Be Delivered) Ii. Ten (10) Units Of Mid-range Laptop Computers Processor - Raptor Lake I5-13420h Or Equivalent Os - Windows 11 Pro Display - 14” 16:10 Fhd+ (1920 X 1200), Ips-level Panel Graphics - Iris Xe Graphics Memory - 8gb Ddr4 (3200mhz) Storage - 512gb Nvme Pcie Ssd Gen 4x4 W/o Dram Camera - Hd Type (30fps@720p) With Noise Reduction Keyboard - Single Backlight Keyboard (white) Connectivity - Gb Lan, Wi-fi 6e Ax211, Bluetooth V5.3 With Laptop Bag And Mouse Two (2) Years Warranty Iii. Warranty And Support In Addition To The Warranty Provided Above, The Supplier Must Also Provide At Least 90 Days Of Complimentary Technical Support Upon Delivery Of The Procurement Items Iv.scope Of Work A.supplier • Certification That The Sixteen (16) Units All-in-one Desktop And Ten (10) Units Laptop Computers Have Been Delivered. • Provision Of Technical Support From Supplier And/or Manufacture. • Submit Certification As Authorized Distributor Or Reseller. • Present Their Proposed Unit During The Bid Opening, Preferably By Demonstrating The Actual Unit Or Through Video Or Brochure Presentations. B.procuring Entity • Certification That The Sixteen (16) Units All-in-one Desktop And Ten (10) Units Laptop Computers Are Compliant With The Technical Specifications And Free From Manufacturer’s Defects And Damages Upon Delivery. • That Abovementioned Computers Are Burned-in By Random Sampling. V. End-user Requirement The Technical Specifications Provided Are The Minimum Requirements. Bidders May Offer Higher Specifications Than Those Presented To Prevent Stock Unavailability, Avoid Delays In The Procurement Process, And Ensure Continuity Of Operations In The Hrdd. However, Such Proposals Will Be Subjected To Evaluation By The Technical Working Group (twg) And Must Comply With The Provisions Of Ra9184 And Its Implementing Rules And Regulations. Furthermore, The Bid Amount Must Remain Within The Approved Budget For The Contract (abc), And No Specification Should Fall Below The Minimum Requirements Outlined In The Section Vi Technical Specifications. Accordingly, Any Variation In The Technical Specifications Must Always Be Reasonable And Advantageous To The Government. *** Nothing Follows**** Name: ____________________________________________________________________ Legal Capacity: ___________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For Behalf Of: ______________________________ Date: _____________________________________________________________________ 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] Statement Of Single Largest Completed Contract (within Five (5) Years From The Date Of Submission And Receipt Of Bids) Name Of Client Name Of The Contract Date And Status Of The Contract Kind Of Goods Amount Of Contract Value Of Outstanding Contracts Date Of Delivery I Hereby Verify To Comply With All The Above Requirements. __________________________________________________________ Signature Over Printed Name Of The Authorized Representative ___________________________________________________________ Company Name ___________________________________________________________ Date Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] _________________________________________________________________________ Republic Of The Philippines) City Of _______________________) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [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] Price Schedule For Goods Offered From Within The Philippines [shall Be Submitted With The Bid If Bidder Is Offering Goods From Within The Philippines] ______________________________________________________________________________ For Goods Offered From Within The Philippines Name Of Bidder ________________________ Project Id No._________ Page ___of___ 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Appendix “1” Bid Form For The Procurement Of Goods [shall Be Submitted With The Bid] _________________________________________________________________________ Bid Form Date : _________________ Project Identification No. : _________________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Of Agentcurrencycommission Or Gratuity ________________________________________________ ________________________________________________ ________________________________________________ (if None, State “none”) ] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of [name Of The Bidder] As Evidenced By The Attached [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: ___________________________________________________________________ Legal Capacity: _____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Date: ___________________
Closing Date24 Feb 2025
Tender AmountPHP 1.2 Million (USD 22 K)
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. 02-0053, S. 2025 Procurement Activity Procurement Of Tokens For The Dhsud 6th Founding Anniversary Celebration On February 14, 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Total Approved Budget For The Contract (abc) Two Hundred Thirty-one Thousand Pesos (php231,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before February 11, 2025 At 10:00 A.m. Delivery Schedule Delivery Of Items Shall Be On Or Before February 14, 2025, Upon Approval Of The Sample Items The Minimum Technical Specifications For Each Item Are As Follows: # Quantity (in Pcs) Item, Description, & Minimum Specifications 1 700 Pocket Powerbank Description: Personalized With Print (dhsud Anniversary Logo) 10000 Mah With Standard Warranty Terms And Conditions: 1. Payment Shall Be Made Upon Complete Delivery Of Items 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); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. 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; 6. 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; And E. 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 Tokens For The Dhsud 6th Founding Anniversary Celebration On February 14, 2025 Request For Quotation No.: 02-0053, 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: Qty Description Unit Price Total Price 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:] [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] Dhsud Logo
Closing Date11 Feb 2025
Tender AmountPHP 231 K (USD 3.9 K)
Environmental Management Bureau Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation (rfq) Food And Venue For The Capdev Twg / Msg Rfq No. 2025-emed-003 The Department Of Environment And Natural Resources – Environmental Management Bureau – National Capital Region (denr-emb-ncr) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications. The Denr-emb-ncr Intends To Apply The Sum In Two Hundred Thousand Pesos Only (php 200,000.00) Being The Request For Quotation (rfq) Food And Venue For The Capdev Twg / Msg, Rfq No. 2025-emed-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A Set Of Technical Specifications Are Provided In Attachment 1. All Items Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. Small-value Procurement/shopping Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis, And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. Quotations Must Be Delivered At The Address Below Not Later Than 12:00 P.m. Of February 10, 2025. Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue Diliman, Quezon City Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. Bid/quotation Request For Quotation (rfq) Food And Venue For The Capdev Twg / Msg, Rfq No. 2025-emed-003. .. Or You May Send Your Bid-quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr125@gmail.com). Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (p.o) And/or Job Order (j.o). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue, Diliman, Quezon City The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also 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 Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. The Prospective Bidder Shall Submit The Following: Signed Quotation Form Goods- Technical Specifications And Certification From Regulatory Offices, If Applicable (dole Doh And Etc.) Food Services- Menu Civil Works- Plan, Layout, And Design Proof Of Philgeps Registration; Sec Registration/dti Certificate; Business Permit; Tax Clearance Annual Income Tax Return; Preferably With Proof That The Offered Products/items Are Manufactured By An Iso-9001 And Iso14001 Company Whose Certifications Are Valid On Opening Of Proposal; Preferably In Compliance With Philippine Green Public Procurement Roadmap Of Government Procurement Policy Board (gppb); Failure To Follow The Above Requirements May Result In Outright Rejection Of Submitted Quotation/s. 16. Awarded Bidder Should Sign The Conforme Within Three (3) Working Days Upon Receipt. Failure To Conform Shall Be The Basis In The Consideration Of Appropriate Responsiveness Of The Bidder, In Which The Procuring Entity Shall Proceed To The Next Lowest Calculated And Responsive Bid. Engr. Divina C. Camarao Bac, Chairperson Attachment 1 Technical Specifications No. Purchaser’s Specifications Quantity / Uom Abc Per Unit Total Abc Rfq No. 2025-emed-003 Food And Venue For The Capdev Twg / Msg (iloilo Area ) February 24-28, 2025 20 Pax ₱10,000.00 ₱200,000.00 Along With Your Signed Quotation Please Submit The Ff: Philgeps Certificate Dti/ Sec Mayor’s Permit Tax Clearance Annual Income Tax Return Preferably With Proof That The Offered Products / Items Are Manufactured By An Iso-9001 And Iso-14001 Company Whose Certifications Are Valid On The Opening On Proposal Quotation Form Date: ________________ Rfq No.______________ Attention: Fad-procurement And Property Management Unit Department Of Environment And Natural Resources Environmental Management Bureau-national Capital Region National Ecology Center Compound East Avenue, Diliman, Quezon City Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Quantity / Uom Delivery Site Unit Price (php) Total Price (php) Rfq No. 2025-emed-003 Food And Venue For The Capdev Twg / Msg (iloilo Area) February 24-28, 2025 Emb-ncr We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15)-day Delivery Period From Receipt Purchase Order (p.o) Or Job Order (j.o). We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : Postal Address : Email Address : Telephone & Fax No. : Supplier’s Representative : Signature Over Printed Name : Account Name And Branch : Preferably Landbank Account. In Case Of Other Banks, Charges May Apply. 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: [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]; [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;)]; [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; 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; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 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; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [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. 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]
Closing Date10 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Department Of Human Settlement And Urban Development Quezo Tender
Textile, Apparel and Footwear
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. 02-0051, S. 2025 Procurement Activity Procurement Of Dri-fit T-shirts For The Dhsud Fun Run On February 16, 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement [section 53.9] Approved Budget For The Contract (abc) One Hundred Forty-seven Thousand Five Hundred Pesos (php147,500.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposals On Or Before 1:00 Pm, February 10, 2025. Delivery Schedule Delivery Of Goods/items Shall Be Within 3 Working Days Upon Receipt Of Approved Purchase Order. The Minimum Technical Specifications For The Said Activities Are As Follows: Line Item No. Qty. Unit Item, Description, & Minimum Specifications 1 700 Pcs Supply And Delivery Of Dri Fit T-shirts Specifications (see Attached Design): • Dri-fit Round Neck T-shirt With Front And Back Silk Screen Printing • Color: Blue • Various Sizes Note: Supplier Must Present A Sample/mockup For Approval Before Mass Production. Terms And Conditions: 1. 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); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. 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; 6. 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; And (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); And 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. Latest Tax Clearance; And E. 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 (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 Dri-fit T Shirts For The Dhsud Fun Run On February 16, 2025 Request For Quotation No.: 02-0051, 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: Qty Unit Description Price/ Unit Total Price 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 : ______________________________________ 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:] [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 Date10 Feb 2025
Tender AmountPHP 147.5 K (USD 2.5 K)
2411-2420 of 2588 archived Tenders