Uniform Tenders

Uniform Tenders

Department Of Agriculture Tender

Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Soon26 Feb 2025
Tender AmountPHP 810 K (USD 13.9 K)
Details: Description February 21, 2025 Request For Quotation No. Np-028-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: ✔ Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 ✔ Philgeps Registration/organization Number (red Membership) ✔ Income Tax Returns (annual Income Tax Return Of The Preceding Tax Year) Or Business Tax Returns (value Added Tax Or Percentage Tax Return Covering The Previous Six Months). ✔ Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub-total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: February 26, 2025 At 12:00nn. 10. Delivery Period: On The Date(s) Of Activity. C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done By Lot. 3. Terms Of Payment: Within Thirty (30) Calendar Days Upon Acceptance Of The Items/services Rendered. 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Notice/announcement: Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0282-p2 Abc: Php810,000.00 End-user: Special Area For Agricultural Development (saad) Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty. Unit Item/description Ceiling Price Per Unit (php) No. Of Day(s) *unit Price In Php Total Price In Php (qty X Unit Price X No. Of Days) Vehicle Rental For The Participants Of The Fy 2025 Special Area For Agricultural Development (saad) Phase 2 Marketing Assistance And Enterprise Development (maed) Training Series In Laguna, Region Iv-a 3 Unit Van Rental (at Least 12 Seating Capacity) Module I: Cluster A Itinerary: March 17, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a March 21, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 1 Unit Van Rental (at Least 12 Seating Capacity) Module I: Cluster B Itinerary: March 31, 2025 Pick-up: Airport (manila) Drop-off: Laguna, Region Iv-a April 4, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Airport (manila) 15,000.00 2 2 Unit Van Rental (at Least 12 Seating Capacity) Module I: Cluster B Itinerary: March 31, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a April 4, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 2 Unit Van Rental (at Least 12 Seating Capacity) Module I: Cluster C Itinerary: April 7, 2025 Pick-up: Airport (manila) Drop-off: Laguna, Region Iv-a April 11, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Airport (manila) 15,000.00 2 1 Unit Van Rental (at Least 12 Seating Capacity) Module I: Cluster C Itinerary: April 7, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a April 11, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 3 Unit Van Rental (at Least 12 Seating Capacity) Module Ii: Cluster A Itinerary: May 5, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a March 9, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 1 Unit Van Rental (at Least 12 Seating Capacity) Module Ii: Cluster B Itinerary: May 19, 2025 Pick-up: Airport (manila) Drop-off: Laguna, Region Iv-a May 23, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Airport (manila) 15,000.00 2 2 Unit Van Rental (at Least 12 Seating Capacity) Module Ii: Cluster B Itinerary: May 19, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a May 23, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 2 Unit Van Rental (at Least 12 Seating Capacity) Module Ii: Cluster C Itinerary: June 2, 2025 Pick-up: Airport (manila) Drop-off: Laguna, Region Iv-a June 6, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Airport (manila) 15,000.00 2 1 Unit Van Rental (at Least 12 Seating Capacity) Module Ii: Cluster C Itinerary: June 2, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a June 6, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 3 Unit Van Rental (at Least 12 Seating Capacity) Module Iii: Cluster A Itinerary: June 9, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a June 13, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 1 Unit Van Rental (at Least 12 Seating Capacity) Module Iii: Cluster B Itinerary: June 16, 2025 Pick-up: Airport (manila) Drop-off: Laguna, Region Iv-a June 20, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Airport (manila) 15,000.00 2 2 Unit Van Rental (at Least 12 Seating Capacity) Module Iii: Cluster B Itinerary: June 16, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a June 20, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 2 Unit Van Rental (at Least 12 Seating Capacity) Module Iii: Cluster C Itinerary: June 23, 2025 Pick-up: Airport (manila) Drop-off: Laguna, Region Iv-a June 27, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Airport (manila) 15,000.00 2 1 Unit Van Rental (at Least 12 Seating Capacity) Module Iii: Cluster C Itinerary: June 23, 2025 Pick-up: Da Central Office, Elliptical Road, Quezon City Drop-off: Laguna, Region Iv-a June 27, 2025 Pick-up: Laguna, Region Iv-a Drop-off: Da Central Office, Elliptical Road, Quezon City 15,000.00 2 Inclusions: Driver & Driver’s Meal, Parking Fee, Toll Fee, Fuel Expenses Grand Total (original Signed) Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/or Deliver The Above-mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________ *signature Over Printed Name Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company _____________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: Payment Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer, Bank Transfer Fee Shall Be Charged Against The Creditor’s Account. Payment Details: *banking Institution: __________________________________________ *account Number: ___________________________________________ *account Name: _____________________________________________ *branch: __________________________________________________

Department Of Human Settlement And Urban Development Quezo Tender

Others
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 118.7 K (USD 2 K)
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date: 1 September 2023 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. Purchase Request No. Rfq No. 02-0096 S. 2025 P.r. No. Procurement Activity Procurement Of Packed Meals For The Preparatory Activities And Launch Of The West Showcase Area Phase 3 Plaza Mexico To Fort Santiago Segment On February 26 And 27, 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) One Hundred Eighteen Thousand Seven Hundred Fifty Pesos (php118,750.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 9:00 Am, February 25, 2025. Delivery Schedule Delivery Of Services Shall Be On February 26 And 27, 2025. The Minimum Technical Specifications For The Said Activities Are As Follows: Item No. Qty. Unit Item, Description, & Minimum Specifications Preparatory Activities On February 26, 2025 1 75 Pax Packed Pm Snacks Noodles And Or Pastries//sandwich And Canned Drinks Launching Of The West Showcase Area Phase 3 On February 27, 2025 2 100 Pax Packed Am Snacks Noodles And Or Pastries//sandwich And Canned Drinks 3 100 Pax Packed Lunch Beef, Pork, Chicken/vegetable Viands, Rice, Dessert And Bottled Softdrinks 4 100 Pax Packed Pm Snacks Noodles And Or Pastries//sandwich And Canned Drinks Terms And Conditions: 1. Delivery Of Goods/items Shall Be On February 26 - 27, 2025, However, The Dates Are Tentative And Subject To Change By The End-user Unit/implementing Office Under Certain Circumstances; 2. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 3. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 5. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 6. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 7. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; 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); 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 Packed Meals For The Preparatory Activities And Launch Of The West Showcase Area Phase 3 Plaza Mexico To Fort Santiago Segment On February 26 And 27, 2025 Request For Quotation No.: 02-0096, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ 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]

Commission On Elections Tender

Publishing and Printing
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 71.6 K (USD 1.2 K)
Details: Description Republic Of The Philippines Commission On Elections Negros Island Region (nir) 2nd Floor, Comelec-nir Integrated Field Office Kagawasan Avenue, Capitol Area, Barangay Taclobo Dumaguete City, 6200 Negros Oriental Tel No. (035) 522-2060; Redo_nir@comelec.gov.ph Invitation To Submit Price Quotation For Procurement Of Training Supplies For The Training Of Electoral Boards For Siquijor In Preparation For The May 2025 National And Local Elections End-user/s Purchase Request Number/s Comelec, Negros Island Region 24-12-2132 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac), Will Undertake A Small Value Procurement Under Section 53.9 And Invites Interested Entities To Submit Their Price Quotation For The Procurement Of Training Supplies For The Training Of Electoral Boards For Siquijor In Preparation For The May 2025 National And Local Elections (project Id No. Rbac-nir-svp-2024-005). Below Are The Details Of The Project: Item Description And Technical Specifications Qty Unit Unit Cost (php) Approved Budget Of The Contract (php) • Plastic Envelope With Handle (legal Size) • 1 Piece Of Black Sign-pen 0.5 • 1 Piece Of Pencil With Eraser • 1 Piece Sharpener • 1 Pad Of Steno Notebook (50 Leaves) • 20 Sheets Folio Size Bond Paper • Name Tag With Clip 358 Set 200.00 71,600.00 Total 71,600.00 Payment Terms: Thirty (30) Days • One-time Payment After Inspection And Acceptance And Receipt Of All Documentary Requirements For Payment. • Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, Or Any Commercial Bank, Charges Shall Be For The Account Of The Supplier. The Supplier Shall Submit The Bank Details For Ready Reference. Offers Or Quotations Exceeding The Approved Budget For The Contract (abc) Will Be Rejected. (note: In Case Of A Tie In Offers Or Quotations, 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. B. This Project Shall Be Awarded Per Lot; Bidder Must Quote/bid For All Items In A Lot; C. Bids/price Quotations Received In Excess Of The Total Abc Per Item Shall Be Automatically Rejected; D. Bids/price Quotations That Are Within The Abc Per Lot, Regardless If The Price Offered For Other Items In The Lot Exceeds Their Respective Abc Per Item, May Be Considered For Award If Proven To Be The Lowest Calculated And Responsive Bid Among All Other Bids/quotations; And E. In Case Of Tie In Offer/quotation Per Item, Gppb Circular 06-2005 Shall Apply. 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. Technical Specifications And Other Requirements For The Project Is Detailed In The Attached Prescribed Form (annex “a”). Any Interested Entity May Submit Their Quotation Using Annex “a” Including The Required Eligibility Documents Listed Below Not Later Than January 28, 2025 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Reference Number) At: Office Of The Regional Election Director Commission On Elections 2nd Floor, Comelec-nir Integrated Field Office Dumaguete City, Negros Oriental B. Submission Of Quotation Via Email At Rbac_nir@comelec.gov.ph. 5. Include The Following Eligibility Documents In The Sealed Envelopes Or In The Email (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid Except For Omnibus Sworn Statement). Failure To Submit The Required Documents Will Be Subjected For Disqualification: A. Copy Of Philgeps Registration Number; B. Copy Of Valid Mayor’s/business Permit; And C. Duly Signed And Notarized Omnibus Sworn Statement Per Attached Annex B With Attached Proof Of Authority Of The Bidder’s Authorized Representative (i.e., Copy Of Notarized Secretary Certificate, Board Resolution Or Special Power Of Attorney, Whichever Is Applicable) 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. Atty. Eddie G. Aba Rbac Vice Chairperson Received By : (printed Name And Signature) Position/designation : Date : Bidder’s Quotation (annex A) Date: ________________ Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Procurement Of Training Supplies For The Training Of Electoral Boards For Siquijor In Preparation For The May 2025 National And Local Elections Comelec Project Requirements Bidder’s Quotation Item Description Qty Unit Price/unit (indicate Price Quotation Per Unit) • Plastic Envelope With Handle (legal Size) • 1 Piece Of Black Sign-pen 0.5 • 1 Piece Of Pencil With Eraser • 1 Piece Sharpener • 1 Pad Of Steno Notebook (50 Leaves) • 20 Sheets Folio Size Bond Paper • Name Tag With Clip 358 Set Total Bid Offer P________________ Other Project Requirements: Indicate “comply” • Together With The Bidder’s Quotation: -brochure (or Internet Download), Technical Data Sheet, Picture/s And/or Equivalent Document/s For Each Item Being Offered Showing Compliance With The Technical Specifications. Note: Incomplete Submission Shall Be A Ground For Disqualification Other Project Requirements: Indicate “comply” • Delivery Period:  Thirty (15) Calendar Days From Receipt Of Purchase Order • Delivery Site:  Office Of The Provincial Election Supervisor Commission On Elections Province Of Negros Oriental Capitol Area, Kagawasan Avenue, Dumaguete City Negros Oriental Notes: • Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). • Bids/price Quotations That Are Within The Abc Per Lot, Regardless If The Price Offered For Other Items In The Lot Exceeds Their Respective Abc Per Item, May Be Considered For Award If Proven To Be The Lowest Calculated And Responsive Bid Among All Other Bids/quotations. • Bidder Must Quote For All Items In The Lot. 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/ntp/po/contract Is Issued/signed. Name Of Company/corporation: ___________________________________________ Address: ________________________________________________________________ Email And Telephone Number: _____________________________________________ ______________________________________ Authorized Company Representative Signature Over Printed Name  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; 2revised Per Gppb Resolution No. 16-2020 Dated 16 September 2020 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 Subscribed And Sworn To Before Me This _____ Day Of ____________ At ____________, Philippines. Affiant Is Personally Known To Me And Was Identified By Me Through Competent Evidence Of Identity As Defined In 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant Exhibited To Me His/her ______________________ With No. ________________________, With Her Photograph And Signature Appearing Thereon.

COMMISSION ON ELECTION BUTUAN CITY, AGUSAN DEL NORTE Tender

Agriculture or Forestry Works
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 78.6 K (USD 1.3 K)
Details: Description Republic Of The Philippines Commission On Elections Caraga Region Xiii Regional Bids & Awards Committee Request For Quotation Procurement Of Training Supplies For Deso Tss Training Of Agusan Del Sur Relative To The 2025 Nle (ts- Deso-ads) Project Id Purchase Request No. Svp2025-ts-desotss-ads-004 Pr No. 25-01-0263 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 Procurement Of Training Supplies For Deso Tss Training Of Agusan Del Sur Relative To The 2025 Nle (ts- Deso-ads) As Per Purchase Request No. 25-01-0263 With The Following Details: Qty. Unit Of Issue Item Description/specification Approved Budget For The Contract Abc Per Unit Total Abc 1 Lot Training Supplies A.393 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop; With Handle,long - 1 Id Holder With Sling B. 393 Pieces Cash Envelop; Long, White C. 393 Pieces Of Specialty Paper; A4, 200gsm D. 1 Ream Bondpaper; Legal, 70 Gsm, 500s 200.00 78,600.00 Total 78,600.00 Delivery Delivery Period : February 17-21, 2025 Delivery Sites At The Training Venue In San Francisco, Agusan Del Sur Payment Terms Maximum Of One Hundred Twenty (120) Days Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, Or Any Other Commercial Bank, Charges Shall Be For The Account Of Supplier. The Supplier Shall Submit The Bank Details For Ready Reference. Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: Bid Offer Shall Be Awarded As One Lot Indicating Unit Cost Per Item.) 2. 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. 3. Subcontracting Is Not Allowed, Except To The Extent Outlined In Republic Act No. 9184. 4. Any Interested Entity Must Submit Its Quotation In Person Using Annex “a”, Not Later Than 1:00pm At February 4, 2025 (tuesday) At The Rbac Secretariat Office, Office Of The Regional Election Director, Commission On Elections, Caraga – Region Xiii, Km. 4, National Highway, Libertad, Butuan City From 8:00 Am To 5:00 Pm From Mondays To Fridays Or Contact Through Telefax 085-225-7905, Email Address Rbac.caraga@comelec.gov.ph. The Submission Must Be In A Labeled And Sealed Envelope Indicating The Company Name And Project Title. Any Submission Which Is Not In Accordance With This Paragraph Shall Not Be Opened And Considered. 5. The Quotations Must Include The Following Eligibility Documents, Preferably Certified True Copy: (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid.) A. Valid Mayor’s/business Permit B. Philgeps Registration Number C. Omnibus Sworn Statement (oss) 6. The Price Quotation Must Indicate Valid And Active Email Address And Contact Numbers. Notices And Other Documents Required To Be Sent By The Rbac, Thru Its Secretariat, Shall Be Sent To The Email Address Duly Indicated In The Price Quotation And Shall Be Considered Duly Sent And Received Regardless Of The Actual Receipt Of The Hard Copy Via Private Courier. A Message And/or Call Shall Be Made By The Secretariat To The Contact Number Provided To Apprise The Supplier Of The Email Sent To The Email Address Provided. An Email Which Have Become Inactive, Or A Contact Number Which Cannot Be Reached, Shall Not Prejudice The Rbac Secretariat. For This Reason Annex “a” Must Duly Indicate The Followings; Name Of Company/corporation: _____________________________________ Address: _________________________________________________________ Email Address: ____________________________________________________ Contact Number: (cellphone And Landline) __________________________________ None Compliance There With Shall Be A Ground For Non-consideration/ Disqualification Of The Quotation Submitted. 7. The Line Of Business Of Interested Suppliers/providers, Per Business Permit, Must Cover The Goods And/or Services Subject To Procurement. 8. Interested Entities Must Have A Physical Store Or Business Office, The Address Of Which Must Be The One Indicated In The Business Permit. 9. Sample Of Item/s Subject To Procurement Must Be Presented During The Post Qualification Proceedings. 10. 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. Atty. Tristan G. Niog Head, Rbac-caraga Secretariat January 31, 2025 Annex “a” (company Logo) (company Name) (company Address And Contact Nos.) Price Quotations Date: ________________ Commission On Elections Bids And Awards Committee - Caraga We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Of Issue Item Description/specification Bidders Quotation Quotation Total 1 Lot Training Supplies A.393 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop; With Handle,long - 1 Id Holder With Sling B. 393 Pieces Cash Envelop; Long, White C. 393 Pieces Of Specialty Paper; A4, 200gsm D. 1 Ream Bondpaper; Legal, 70 Gsm, 500s Total Other Project Requirements: Indicate “comply” Delivery Delivery Period February 17-21, 2025 Delivery Sites At The Training Venue In San Francisco, Agusan Del Sur Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). 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/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _____________________________________ Address: _________________________________________________________ Email Address: ____________________________________________________ Contact Number: (cellphone And Landline) __________________________________ _____________________________________ Authorized Company Representative Signature Over Printed Name Annex “b” Omnibus Sworn Statement (revised1) [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; ---------------------------------- 1revised Per Gppb Resolution No. 16-2020 Dated 16 September 2020 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

Commission On Elections Tender

Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 143.8 K (USD 2.4 K)
Details: Description Republic Of The Philippines Commission On Elections Negros Island Region (nir) 2nd Floor, Comelec-nir Integrated Field Office Kagawasan Avenue, Capitol Area, Barangay Taclobo Dumaguete City, 6200 Negros Oriental Tel No. (035) 522-2060; Redo_nir@comelec.gov.ph Invitation To Submit Price Quotation For Procurement Of Training Supplies For The 2025 Nle Deso-tss Training - Negros Oriental End-user/s Purchase Request Number/s Comelec, Negros Island Region 24-12-2042 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac), Will Undertake A Small Value Procurement Under Section 53.9 And Invites Interested Entities To Submit Their Price Quotation For The Procurement Of Training Supplies For The 2025 Nle Deso-tss Training - Negros Oriental In Preparation For The May 2025 National And Local Elections (project Id No. Rbac-nir-svp-2024-007). Below Are The Details Of The Project: Item Description And Technical Specifications Qty Unit Unit Cost (php) Approved Budget Of The Contract (php) • Plastic Envelope With Handle (legal Size) • 1 Piece Of Black Sign-pen 0.5 Color • 1 Piece Of Pencil With Eraser • 1 Piece Sharpener • 1 Pad Of Notebook (50 Leaves) • 20 Sheets Folio Size Bond Paper • Name Tag With Clip 719 Set 200.00 143,800.00 Total 143,800.00 Payment Terms: Thirty (30) Days • One-time Payment After Inspection And Acceptance And Receipt Of All Documentary Requirements For Payment. • Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, Or Any Commercial Bank, Charges Shall Be For The Account Of The Supplier. The Supplier Shall Submit The Bank Details For Ready Reference. Offers Or Quotations Exceeding The Approved Budget For The Contract (abc) Will Be Rejected. (note: In Case Of A Tie In Offers Or Quotations, 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. B. This Project Shall Be Awarded Per Lot; Bidder Must Quote/bid For All Items In A Lot; C. Bids/price Quotations Received In Excess Of The Total Abc Per Item Shall Be Automatically Rejected; D. Bids/price Quotations That Are Within The Abc Per Lot, Regardless If The Price Offered For Other Items In The Lot Exceeds Their Respective Abc Per Item, May Be Considered For Award If Proven To Be The Lowest Calculated And Responsive Bid Among All Other Bids/quotations; And E. In Case Of Tie In Offer/quotation Per Item, Gppb Circular 06-2005 Shall Apply. 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. Technical Specifications And Other Requirements For The Project Is Detailed In The Attached Prescribed Form (annex “a”). Any Interested Entity May Submit Their Quotation Using Annex “a” Including The Required Eligibility Documents Listed Below Not Later Than February 5, 2025 12:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Reference Number) At: Office Of The Regional Election Director Commission On Elections 2nd Floor, Comelec-nir Integrated Field Office Dumaguete City, Negros Oriental B. Submission Of Quotation Via Email At Rbac_nir@comelec.gov.ph. 5. Include The Following Eligibility Documents In The Sealed Envelopes Or In The Email (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid Except For Omnibus Sworn Statement). Failure To Submit The Required Documents Will Be Subjected For Disqualification: A. Copy Of Philgeps Registration Number; B. Copy Of Valid Mayor’s/business Permit; And C. Duly Signed And Notarized Omnibus Sworn Statement Per Attached Annex B With Attached Proof Of Authority Of The Bidder’s Authorized Representative (i.e., Copy Of Notarized Secretary Certificate, Board Resolution Or Special Power Of Attorney, Whichever Is Applicable) 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. Atty. Eddie G. Aba Rbac Vice Chairperson Received By : (printed Name And Signature) Position/designation : Company : Date : Bidder’s Quotation (annex A) Date: ________________ Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Procurement Of Training Supplies For The 2025 Nle Deso-tss Training - Negros Oriental Comelec Project Requirements Bidder’s Quotation Item Description Qty Unit Price/unit (indicate Price Quotation Per Unit) • Plastic Envelope With Handle (legal Size) • 1 Piece Of Black Sign-pen 0.5 Color • 1 Piece Of Pencil With Eraser • 1 Piece Sharpener • 1 Pad Of Notebook (50 Leaves) • 20 Sheets Folio Size Bond Paper • Name Tag With Clip 719 Set Total Bid Offer P________________ Other Project Requirements: Indicate “comply” • Together With The Bidder’s Quotation: -brochure (or Internet Download), Technical Data Sheet, Picture/s And/or Equivalent Document/s For Each Item Being Offered Showing Compliance With The Technical Specifications. Note: Incomplete Submission Shall Be A Ground For Disqualification Other Project Requirements: Indicate “comply” • Delivery Period:  Thirty (15) Calendar Days From Receipt Of Purchase Order • Delivery Site: Office Of The Provincial Election Supervisor Commission On Elections Province Of Negros Oriental Capitol Area, Kagawasan Avenue, Dumaguete City Negros Oriental Notes: • Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). • Bids/price Quotations That Are Within The Abc Per Lot, Regardless If The Price Offered For Other Items In The Lot Exceeds Their Respective Abc Per Item, May Be Considered For Award If Proven To Be The Lowest Calculated And Responsive Bid Among All Other Bids/quotations. • Bidder Must Quote For All Items In The Lot. • 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/ntp/po/contract Is Issued/signed. Name Of Company/corporation: ___________________________________________ Address: ________________________________________________________________ Email And Telephone Number: _____________________________________________ ______________________________________ Authorized Company Representative Signature Over Printed Name  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; 2revised Per Gppb Resolution No. 16-2020 Dated 16 September 2020 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 Subscribed And Sworn To Before Me This _____ Day Of ____________ At ____________, Philippines. Affiant Is Personally Known To Me And Was Identified By Me Through Competent Evidence Of Identity As Defined In 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant Exhibited To Me His/her ______________________ With No. ________________________, With Her Photograph And Signature Appearing Thereon.

Environmental Management Bureau Tender

Textile, Apparel and Footwear
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 510 K (USD 8.8 K)
Details: Description Request For Quotation (rfq) Conduct Of Training And Other Capacity Building Activities To Gfps Members And Other Personnel In The 2025 Celebration Of Women’s Month And As Part Of The 1st Quarter Emb-ncr General Assembly Program Rfq No. 2025-fad-004 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 Of Five Hundred Ten Thousand Pesos Only (php 510,000.00) Being The Conduct Of Training And Other Capacity Building Activities To Gfps Members And Other Personnel In The 2025 Celebration Of Women’s Month And As Part Of The 1st Quarter Emb-ncr General Assembly Program, Rfq No. 2025-fad-004. 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 17, 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 May Be Typewritten And May Be Placed In A Sealed Envelope Marked The Conduct Of Training And Other Capacity Building Activities To Gfps Members And Other Personnel In The 2025 Celebration Of Women’s Month And As Part Of The 1st Quarter Emb-ncr General Assembly Program, Rfq No. 2025-fad-004. 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-fad-004 Conduct Of Training And Other Capacity Building Activities To Gfps Members And Other Personnel In The 2025 Celebration Of Women’s Month And As Part Of The 1st Quarter Emb-ncr General Assembly Program On March 12, 2025 204 Pax ₱ 2,500.00 ₱ 510,000.00 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-fad-004 Conduct Of Training And Other Capacity Building Activities To Gfps Members And Other Personnel In The 2025 Celebration Of Women’s Month And As Part Of The 1st Quarter Emb-ncr General Assembly Program On March 12, 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]

Environmental Management Bureau Tender

Environmental Service
Corrigendum : Closing Date Modified
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 225 K (USD 3.8 K)
Details: Description Request For Quotation (rfq) Central Processing Unit (cpu) Rfq No. 2024-cpd-251 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 Of Two Hundred Twenty Five Thousand Pesos Only (php225,000.00) Being The Central Processing Unit (cpu), Rfq No. 2024-cpd-251. 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 17 , 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 May Be Typewritten And May Be Placed In A Sealed Envelope Marked The Central Processing Unit (cpu), Rfq No. 2024-cpd-251. Or You May Send Your Bid-quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr123@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. 2024-cpd-251 Central Processing Unit (cpu) Specification Operation System: English Windows 11 Processor: Intel I5 Or Equivalent To Amd Or High (latest Generation) Memory: 8gb Gb Ddr4 3200mhz Or Higher Storage: 1tb Hard Disk Or Ssd Power Supply: 600w With Wbcam: 1080p With Speaker With Keyboard & Mouse With Wifi Stick Or Wifi Ready 5 Units 45,000.00 225,000.00 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. 2024-cpd-251 Central Processing Unit (cpu) Specification Operation System: English Windows 11 Processor: Intel I5 Or Equivalent To Amd Or High (latest Generation) Memory: 8gb Gb Ddr4 3200mhz Or Higher Storage: 1tb Hard Disk Or Ssd Power Supply: 600w With Wbcam: 1080p With Speaker With Keyboard & Mouse With Wifi Stick Or Wifi Ready 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]

Department Of Human Settlement And Urban Development Quezo Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Soon26 Feb 2025
Tender AmountPHP 65 K (USD 1.1 K)
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date: 1 September 2023 Request For Quotation 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. Purchase Request No. Rfq No. 02-0094, S. 2025 P.r. No. 2025-02-0114 Procurement Activity Supply And Installation Of Wall Mounted Ac, One (1) Unit 2hp Inverter Type Air Condition For The Conversion Of 9th Floor Storage Room Area Mode Of Procurement Negotiated Procurement - Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) Sixty- Five Thousand Pesos (php65,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 1:00 Pm, 26 February, 2025. Delivery Schedule Delivery Of Goods/items Shall Be Seven (7) To Fifteen (15) Calendar Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Items Are As Follows: Item No Qty Unit Item, Description, & Minimum Specifications 1 1 Lot Supply And Installation Of 2hp Wall Mounted Inverter Type Air Condition Including Its Accessories And Drain Pump Scope Of Work: A. Supply, Delivery, Installation, Testing, And Commissioning Of One (1) Wall Mounted Ac Unit; B. Supply, Delivery, And Installation Of Drain Pumps; C. Supply And Installation Of Service Breaker Near The Condenser Unit. Service Breaker Should Be In Nema 1 Enclosure. Breaker Rating As Required; D. Power Supply From Condenser Unit To Electrical Panel Board Located At 8f Ee Room; E. Installation And Termination Of Control Wiring And Indoor Unit Power Supply; F. Fabrication And Installation Of Necessary Hangers And Support Of Refrigerant And Drain Line (condenser Support To Be Provided And Installed By Dhsud); And G. Testing And Commissioning. Standard Warranty On Compressor, Parts And Services Terms And Conditions: 1. The Supplier Shall Indicate In The Bid Proposal The Offered Brand With Technical Specifications; 2. Additional Services Not Related To The Basic Installation Of Each Appropriate Unit, If Any, Shall Have Another Bidding Process And Will Be Quoted Separately By The Supplier; 3. Delivery Of Goods/items Shall Be Within Seven (7) To Fifteen (15) Calendar Days Upon Receipt Of The Approved Purchase Order; 4. 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); 5. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 6. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 7. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 8. 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; 9. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2024 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); 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 (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 (scrq/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: Supply And Installation Of Wall Mounted Ac, One (1) Unit 2hp Inverter Type Air Condition For The Conversion Of 9th Floor Storage Room Area Request For Quotation No.: 02-0094, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ 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]

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Security and Emergency Services
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 218 K (USD 3.7 K)
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections City Of Muntinlupa Request For Quotation #2025-006 Supply And Delivery Of Firefighting Equipment (nego. Proc.-small Value Procurement) Abc ₱ 218,000.00 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.) 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 3, 2025____at The Bac Office, Bureau Of Corrections At 9:00am. Late Submission Of Bids Shall Be Rejected. For Further Information, You Can Call The Bac Secretariat C/o Maria Adoracion Viñas At The Supply Office, Bureau Of Corrections, Muntinlupa City At Tel # 8809-8587/8478-0907 From 8:00 Am To 5:00pm Or Email At Bacsec2022@gmail.com, Monday To Friday Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Rfq # 2025-006 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 2025-006 Project: Supply And Delivery Of Firefighting Eqipment Abc ₱ 218,000.00 Qty Unit Description Compliance To The Technical Specifications (please Check) Approved Budget For Contract Offered Quotation Offered Quotation 3 Sets Fire Fighter’s Suits (coat And Trouser) Outer Shell: 93% Meta- Aramid/ 5% Para-aramid/2% (fire Retardant) Moisture Barrier: Meta/ Para-aramid Spunlance Substrate With Ptfe Membrane (110gsm) Thermal Lining: Meta/ Para-aramid Felt (70gsm) Quilted To 50% Meta Aramid/ 50% Fr Viscose Woven Fabric (120 Gsm) Standard: En 469:2005/ A1:20006+ac:2005 Compliant Size: Free Size Color: Dark Blue Yes No 120,000.00 3 Pair Fire Fighters Boots Fire Retardant Component: Insale: Nylon Fabric Knitted Cushioned Shin: High- Grade Nitrite Rubber Sole/heel: High- Grade Nitritae Rubber Midsale: Stainless Steel Outsole: Tractor Threat Type Steel Toe Cap Color: Opaque Black With Yellow Stripes On Toecao, Shin, Midsole And Top Standard: En15090: 2012 (f2ih13p T Ci) /iso 9001:2008 Size: 42 33,000.0 3 Pcs Fire Fighter’s Helmet Fire Retardant Compliance: En 443: 2008 Outer Shell:pa66 Thermoplastic Shell Face Shield (visor): Polycarbonate Inner Impact Liner: Mode Of Polyurethane Ear Cover: Made Of Two Layer Of Heat And Flame Resistant Fabric Material, Aramid+ Aluminum Coating Chin Strap: Aramid Fabric Color: Yellow Standard: En 443: 2008/ Iso 9001:2008 Ccga442014 Size: 43 45,000.00 5 Pair Fire Fighter’s Gloves Fire Retardant Materials: Palm: Caw Leather Back: Caw Leather, Fr Reflective Trim Or Reflective Words Cuff: Fr Knitted Fabric Membrane: Thermoplastic Polyurethane Thread: Namex & Kevlar Color: Dark Blue Sizes: 9/l Standard: En659: 2003+ Ac: 2009/en420 20,000.00 Total ₱218,000.00 Signature Over Printed Name Of Sole Proprietor Or Representative Telephone No: ____________________ Cellphone No: ____________________ Email: ___________________________ Company Letterhead Supply And Delivery Of Firefighting Equipment 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 Firefighting Eqipment, 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 Firefighting Eqipment 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 Firefighting Eqipment 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 _____

Commission On Elections Tender

Publishing and Printing
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 5.6 K (USD 96)
Details: Description Republic Of The Philippines Commission On Elections Negros Island Region (nir) 2nd Floor, Comelec-nir Integrated Field Office Kagawasan Avenue, Capitol Area, Barangay Taclobo Dumaguete City, 6200 Negros Oriental Tel No. (035) 522-2060; Redo_nir@comelec.gov.ph Invitation To Submit Price Quotation For Procurement Of Training Supplies For The 2025 Nle Board Of Canvassers Training - Siquijor End-user/s Purchase Request Number/s Comelec, Negros Island Region 24-12-2133 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac), Will Undertake A Small Value Procurement Under Section 53.9 And Invites Interested Entities To Submit Their Price Quotation For The Procurement Of Training Supplies For The 2025 Nle Board Of Canvassers Training - Siquijor In Preparation For The May 2025 National And Local Elections (project Id No. Rbac-nir-svp-2024-001). Below Are The Details Of The Project: Item Description And Technical Specifications Qty Unit Unit Cost (php) Approved Budget Of The Contract (php) • Plastic Envelope With Handle (legal Size) • 1 Piece Of Black Sign-pen 0.5 Color • 1 Piece Of Pencil With Eraser • 1 Piece Sharpener • 1 Pad Of Notebook (50 Leaves) • 20 Sheets Folio Size Bond Paper • Name Tag With Clip 28 Set 200.00 5,600.00 Total 5,600.00 Payment Terms: Thirty (30) Days • One-time Payment After Inspection And Acceptance And Receipt Of All Documentary Requirements For Payment. • Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, Or Any Commercial Bank, Charges Shall Be For The Account Of The Supplier. The Supplier Shall Submit The Bank Details For Ready Reference. Offers Or Quotations Exceeding The Approved Budget For The Contract (abc) Will Be Rejected. (note: In Case Of A Tie In Offers Or Quotations, 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. B. This Project Shall Be Awarded Per Lot; Bidder Must Quote/bid For All Items In A Lot; C. Bids/price Quotations Received In Excess Of The Total Abc Per Item Shall Be Automatically Rejected; D. Bids/price Quotations That Are Within The Abc Per Lot, Regardless If The Price Offered For Other Items In The Lot Exceeds Their Respective Abc Per Item, May Be Considered For Award If Proven To Be The Lowest Calculated And Responsive Bid Among All Other Bids/quotations; And E. In Case Of Tie In Offer/quotation Per Item, Gppb Circular 06-2005 Shall Apply. 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. Technical Specifications And Other Requirements For The Project Is Detailed In The Attached Prescribed Form (annex “a”). Any Interested Entity May Submit Their Quotation Using Annex “a” Including The Required Eligibility Documents Listed Below Not Later Than February 5, 2025 12:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Reference Number) At: Office Of The Regional Election Director Commission On Elections 2nd Floor, Comelec-nir Integrated Field Office Dumaguete City, Negros Oriental B. Submission Of Quotation Via Email At Rbac_nir@comelec.gov.ph. 5. Include The Following Eligibility Documents In The Sealed Envelopes Or In The Email (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid Except For Omnibus Sworn Statement). Failure To Submit The Required Documents Will Be Subjected For Disqualification: A. Copy Of Philgeps Registration Number; B. Copy Of Valid Mayor’s/business Permit; And C. Duly Signed And Notarized Omnibus Sworn Statement Per Attached Annex B With Attached Proof Of Authority Of The Bidder’s Authorized Representative (i.e., Copy Of Notarized Secretary Certificate, Board Resolution Or Special Power Of Attorney, Whichever Is Applicable) 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. Atty. Eddie G. Aba Rbac Vice Chairperson Received By : (printed Name And Signature) Position/designation : Company : Date : Bidder’s Quotation (annex A) Date: ________________ Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Procurement Of Training Supplies For The 2025 Nle Board Of Canvassers Training - Siquijor Comelec Project Requirements Bidder’s Quotation Item Description Qty Unit Price/unit (indicate Price Quotation Per Unit) • Plastic Envelope With Handle (legal Size) • 1 Piece Of Black Sign-pen 0.5 Color • 1 Piece Of Pencil With Eraser • 1 Piece Sharpener • 1 Pad Of Notebook (50 Leaves) • 20 Sheets Folio Size Bond Paper • Name Tag With Clip 28 Set Total Bid Offer P________________ Other Project Requirements: Indicate “comply” • Together With The Bidder’s Quotation: -brochure (or Internet Download), Technical Data Sheet, Picture/s And/or Equivalent Document/s For Each Item Being Offered Showing Compliance With The Technical Specifications. Note: Incomplete Submission Shall Be A Ground For Disqualification Other Project Requirements: Indicate “comply” • Delivery Period:  Thirty (15) Calendar Days From Receipt Of Purchase Order • Delivery Site: Office Of The Provincial Election Supervisor Commission On Elections Province Of Negros Oriental Capitol Area, Kagawasan Avenue, Dumaguete City Negros Oriental Notes: • Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). • Bids/price Quotations That Are Within The Abc Per Lot, Regardless If The Price Offered For Other Items In The Lot Exceeds Their Respective Abc Per Item, May Be Considered For Award If Proven To Be The Lowest Calculated And Responsive Bid Among All Other Bids/quotations. • Bidder Must Quote For All Items In The Lot. • 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/ntp/po/contract Is Issued/signed. Name Of Company/corporation: ___________________________________________ Address: ________________________________________________________________ Email And Telephone Number: _____________________________________________ ______________________________________ Authorized Company Representative Signature Over Printed Name  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; 2revised Per Gppb Resolution No. 16-2020 Dated 16 September 2020 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 Subscribed And Sworn To Before Me This _____ Day Of ____________ At ____________, Philippines. Affiant Is Personally Known To Me And Was Identified By Me Through Competent Evidence Of Identity As Defined In 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant Exhibited To Me His/her ______________________ With No. ________________________, With Her Photograph And Signature Appearing Thereon.
2541-2550 of 2673 archived Tenders