Uniform Tenders

Uniform Tenders

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Others
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.5 K)
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections City Of Muntinlupa Request For Quotation #2025-014 Supply And Delivery Of Materials For The Repair Of Lethal Injection Chamber And Bucor Museum (nego. Proc.-small Value Procurement) Abc ₱ 1,132,927.00 Date:¬¬¬¬_________________ Name Of Company: _______________________________________________________________ Address: ________________________________________________________________________ Tin No.: ________________________________________________________________________ Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions As Stated Hereunder. A.) Bidders Shall Provide Correct And Accurate Information Required In This Form. B.) Bidders May Quote For All The Items. C.) Price Quotation/s Must Be Valid For A Period Of One Hundred Twenty (120) Calendar Days From The Date Of Submission. D.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. E.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. F.) Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. G.) Any Alterations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. H.) The Item/s Shall Be Delivered Within Fifteen (15) Calendar Days From Receipt Of Approved Purchase Order. I.) The Bucor Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. J.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bucor Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. K.) Bidders Shall Submit The Required Documents Together With Their Bid Price In A Sealed Envelope Indicating Supplier’s Name And Name Of Project. L.) Submission Thru E-mail And Fax Quotation Will Be Allowed/accepted. Requirements To Be Submitted M.) Valid And Current Philgeps Registration Number N.) Valid And Current Mayor’s/business Permit O.) Omnibus Sworn Statement (original Copy) P.) Income Tax Return Q.) Duly Notarized Authority To Signatory (if Applicable). Note: Allow Pes To Accept The Expired Buisness Or Mayor’s Permit With Official Receipt Of Renewal Application, Subject To Submission Of Business Or Mayor’s Permit After Award Of Contract Under Gppb Resoution No. 05-2020 Approving The Acceptance Of An Expired Mayor’s Permit With Offciial Receipt For Yhe Renewal Application. Note: Bidders Statement Of Compliance On The Terms & Conditions And Requirements As Stated Above _________________________ Signature Over Printed Name Of Sole Proprietor /authorized Representative Submit Your Sealed Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than __february 24, 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 Csi Francis Jade P Pajunar 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 # 2025-014 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 2025-014 Project: Supply And Delivery Of Materials For The Repair Of Lethal Injection Chamber And Bucor Museum Abc ₱ 1,132,927.00 Qty Unit Description Compliance To The Technical Specifications (please Check) Approved Budget For Contract Unit Offered Quotation Offered Quotation Yes No 46 Pcs 0.5mm X 12ft Pre-painted Long Span Rib Type Roofing 83,490.00 52 Pcs 0.5mm X 16ft Pre-painted Long Span Rib Type Roofing 130,000.00 11 Roll 10mm Double Sided Insulation Foam @50m 39,050.00 12 Roll 1’’ Stainless Steel Chicken Wire @30m 70,800.00 145 Pcs Gi C- Purlins 2’’x3’’x1.5mm@6m 87,000.00 10 Pcs 3’’ Ø Gi Pipe Sched 40 X 6m 40,000.00 6 Pcs 2’’ Ø Gi Pipe Sched 40 X 6m 13,860.00 5 Boxes Welding Electrode 6013@10kgs /box 9,000.00 70 Pcs 10mm Ø Deformed Bars 14,700.00 7,500 Pcs Tekscrew(metal) 3’’ 30,000.00 70 Pcs Ficem Senepa 9mm X 2438mm X 254mm 28,000.00 10 Boxes Self-tapping Screw 7mm X 1-1/2’’ 2,500.00 25 Pcs Pre-painted 0.5mm Edge Flashing @8ft 16,250.00 9 Boxes 1/8 X ½’’ Blind Rivet @500/box 4,050.00 4 Gal Elastomeric Sealant 9,200.00 30 Gal Epoxy Primer W/ Reducer (gray) 36,000.00 50 Pcs 5mm Angle Bar 2’’ X 2’’ X 6m 52,500.00 65 Pcs 5mm Angle Bar 1 1/2 ‘’x 1 1/2’’ X6m 51,155.00 22 Pcs 0.5mmx8’ Pre-painted Ridge Roll 12,342.00 127 Pcs 4’x8’x1/4’’ Fiber Cement Board 82,550.00 22 Boxes 1-1/2’’ Black Screw @600pcs/box (self-tapping) 8,800.00 195 Pcs 20mmx50mmx0.5mm Double Furring @5m 35,100.00 135 Pcs 12mm X 38mm X0.7mm Thk Carrying Channel @5m 24,300.00 85 Pcs 25mmx25mm,0.4mm Thickness Wall Angle @3m 8,500.00 140 Pcs Sanding Paper #120 4,900.00 50 Boxes 1/8’’ Ø X3/4’’ Blind Rivet @500/box 22,500.00 20 Gal Putty @ 5kgs 10,000.00 45 Pcs 2’’ Fiber Mesh Tape @30m 9,000.00 750 Pcs W-clip 4,500.00 50 Bags Cement 15,000.00 3 Cu.m Sand 8,400.00 6 Cu.m Gravel 3/4 19,200.00 8 Pcs 12mm Ø Deformed Bars 2,560.00 4 Kgs #16 Tie Wire 520.00 3 Kgs Concrete Nail 3’’ 450.00 3 Kgs Concrete Nail 2-1/2’’ 450.00 2 Pcs ½’’ X4’x8’ Phenolic Board 1,500.00 10 Pcs 2’’x2’’x10’ Coco Lumber 1,500.00 5 Kgs Common Wire Nail 3’’ 650.00 5 Kgs Common Wire Nail 2’’ 650.00 5 Kgs Common Wire Nail 1’’ 650.00 30 Gal Topcoat Qde (silver Gray) 27,000.00 15 Gal Lacquer Thinner @4l/gal 8,250.00 15 Pcs Paint Brush 3” 1,200.00 20 Pcs Roller Brush 7’’ W/ Tray 3,400.00 18 Pcs Roller Brush 9’’ W/ Tray 3,600.00 4 Boxes Metal Drill Bit 3/16’’ @10 Pcs/box 2,080.00 1 Boxes Masonry Drill Bit 6mmø @ 10pcs/ Box 300.00 4 Pcs 14’’ Cut Off Disc 720.00 9 Boxes Cutting Disc 4’’ @10pcs/box 2,700.00 9 Boxes Grinding Disc 4’’ @10pcs/box 3,150.00 10 Pail Flat Latex White @ 16l/pail 32,000.00 14 Pail Semi-gloss Latex Paint @16l/pail 44,800.00 6 Pcs 0.5mm Valley Roll Pre Painted @8ft 3,900.00 15 Gal Lacquer Thinner 8,250.00 ***nothing Follows**** Total ₱1,132,927.00 Purpose: Materials Intended For The Repair Of Lethal Injection Chamber And Bucor Museum Signature Over Printed Name Of Sole Proprietor Or Representative Telephone No: ____________________ Cellphone No: ____________________ Email: ___________________________ Company Letterhead Supply And Delivery Of Materials For The Repair Of Lethal Injection Chamber And Bucor Museum 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 Materials For The Repair Of Lethal Injection Chamber And Bucor Museum, 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 Materials For The Repair Of Lethal Injection Chamber And Bucor Museum, 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 Materials For The Repair Of Lethal Injection Chamber And Bucor Museum 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 _____

Court Of Appeals Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 85 K (USD 1.4 K)
Details: Description Request For Quotation Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) Amp-009-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. ₱85,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 28, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate 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. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-009-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr.”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price 1 Lot Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. 100 Total Price In Words: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-five Thousand Pesos (php85,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: Design: Decorative Lady Statue (please Refer To Annex “c” For Reference) Material: Resin Measurement: Approximately 2.36 X 7.28 Inches Inclusions: Original Manufacturer’s Box And Packaging. Quantity: 100 Pieces Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address   Annex “b” Omnibus Sworn Statement (revised) 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; 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; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ 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 Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ 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 Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____. (please See The Attached File.)

Environmental Management Bureau Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description 2 Request For Quotation (rfq) Supply, Delivery, Installation, Testing And Commissioning Of Four (4) Wall-mounted Air-conditioning Units Rfq No. Emb-pgss-2025-02-014 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) 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/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Supply, Delivery, Installation, Testing And Commissioning Of Four (4) Wall-mounted Air-conditioning Units Wall-mounted Air Conditioning Unit, 2.0hp - Dual Inverter Type, 230 Volts, Single Phase - With Under/over Voltage Protection - Auto-swing, Auto-restart - Independent Humidification - Eco-friendly, Remote Controlled - High Energy Efficiency Rating (at Least 5 Eer) - One (1) Year Warranty On Parts And Services - Five (5) Years Warrantry On Compressor - With Complete Electrical Supply Including The Feeder Wires And Circuit Breaker With Nema-3r Enclosure 4 Units 70,000.00 280,000.00 Drain Pump For Air Conditioner - At Least 20l Per Hour Flow Rate - At Least 3 Meters Discharge Head 4 Units 5,000.00 20,000.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php300,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. 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. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 17, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. 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. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply, Delivery, Installation, Testing And Commissioning Of Air-conditioning Units Under Rfq No. Emb-pgss-2025-02-014 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. 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. 12. 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. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply, Delivery, Installation, Testing And Commissioning Of (acu) Quantity: Units Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications Supply, Delivery, Installation, Testing And Commissioning Of Four (4) Wall-mounted Air-conditioning Units 4 Units Wall-mounted Air Conditioning Unit, 2.0hp - Dual Inverter Type, 230 Volts, Single Phase - With Under/over Voltage Protection - Auto-swing, Auto-restart - Independent Humidification - Eco-friendly, Remote Controlled - High Energy Efficiency Rating (at Least 5 Eer) - One (1) Year Warranty On Parts And Services - Five (5) Years Warrantry On Compressor - With Complete Electrical Supply Including The Feeder Wires And Circuit Breaker With Nema-3r Enclosure Units 4 Drain Pump For Air Conditioner - At Least 20l Per Hour Flow Rate - At Least 3 Meters Discharge Head Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Supply, Delivery, Installation, Testing And Commissioning Of Four (4) Wall-mounted Air-conditioning Units Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Wall-mounted Air Conditioning Unit, 2.0hp - Dual Inverter Type, 230 Volts, Single Phase - With Under/over Voltage Protection - Auto-swing, Auto-restart - Independent Humidification - Eco-friendly, Remote Controlled - High Energy Efficiency Rating (at Least 5 Eer) - One (1) Year Warranty On Parts And Services - Five (5) Years Warrantry On Compressor - With Complete Electrical Supply Including The Feeder Wires And Circuit Breaker With Nema-3r Enclosure 4 Units Drain Pump For Air Conditioner - At Least 20l Per Hour Flow Rate - At Least 3 Meters Discharge Head 4 Units 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) 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. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ 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 His/her Community Tax Certificate No. _______ 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 _____

Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender

Others
Germany
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Description: Restricted invitation to tender with public competition Vob/a electrical installation 01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. ... More01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. Other relevant guidelines and regulations, such as: - The requirements of the building inspectorate - The requirements of the building regulations office - The requirements of the trade inspectorate - The requirements of the local fire brigade - The building police and official regulations - Those of the fire protection office - The recommendation of the building trade association - The guidelines and regulations of Deutsche Post AG Fo and Ftz - The specific requirements of the building permit - The accident prevention regulations - Afa - The recommendation of the office for occupational safety - Avb - Electrical regulations - Lbo - State building regulations with all partial regulations - Vdew, Zvei, Zveh - Vds - The recommendation of the association of property insurers - Tab - Technical connection conditions for medium and low voltage systems of the responsible Evu. All regulations must be conscientiously observed and followed. 02.As a general rule, only overview plans with the system devices are provided. The cable dimensions must be selected according to the system functions and special features of the manufacturer. 03.The upstream overcurrent and short-circuit devices must be adapted to the actual conditions and corrected as appropriate. The person who created the system is liable for its accuracy. Particular attention must be paid to an even load distribution across the three external conductors. The evenness must be verified by measurements. 04.The products offered that have the addition "or equivalent" serve solely to determine the technical requirements to be met by these materials. It is up to the bidder to offer other products that meet these quality standards. 05.There are no lockable rooms available on site for the accommodation of workers, the storage of materials and tools, etc. 06.If the work coincides with that of other contractors, the closest possible contact must be maintained with these companies to ensure that the work is carried out smoothly. All routings must be precisely coordinated with the companies responsible for the building services systems. 07.Samples of all essential components, particularly switches, sockets, lights, ducts, platforms, etc. must be submitted to the construction management without being asked to do so before the order is placed. The final selection is made by the construction management. 08.Before the distribution boards are built, view and sectional drawings of the planned design must be submitted to the construction management for approval. 09.The bidder undertakes to appoint an assembly manager before work begins, who will accept instructions from the construction management and the client at construction meetings and ensure that they are carried out. This assembly manager must remain the same for the entire construction period. If this contact person changes, all costs for damage or inconvenience caused to the client as a result will be deducted from the final invoice. 10.All necessary daily wage work will be billed according to the hourly rates listed in the separate appendix. If the entry is not made, the wage rate will be set by the construction management. Daily wage work will only be approved if it has been agreed with the construction management beforehand. This work may only be carried out on the instructions of the construction management. Daily wage records must be presented to the construction management daily. 11.The measurements must be carried out in a time that ensures that the work can be clearly identified. The measurements must be drawn up in order by circuit. The measurement check must be requested in good time. 12.After completion of the system, the contractor must prepare valid inventory plans with the final status of the installation. The inventory plans must contain all the necessary details such as distribution boxes, circuit designations, etc. The completeness and accuracy must be confirmed from then on by means of a stamp, signature and the inscription "inventory plan". The contractor or his representative only checks the number of plans for completeness. The inventory plans are to be delivered as follows: 2 copies in paper form, folded, in folders, laid out in color 1 copy in digital form on a data carrier All audit documents are to be handed over correctly in a professional form. Handwritten sketches or entries are not accepted! Documentation documents Structure and content of the documentation documents: Cover sheet (in transparent cover) - Project name and address - Trade name - Name and address of the executing company - Name and address of the specialist planner Table of contents (in transparent cover) - Structure according to the following specification (to be separated by index sheets) 1. General 1.1 Protocol for instruction of operating personnel 1.2 List of participants in the inventory acceptance 1.3 List of participants in the functional acceptance 2. Certificates 2.1 Approval certificates 2.2 Certificates of compliance with VDE and DIN standards 2.3 Certificate according to BGV A3 2.4 TÜV acceptance 2.5 Proof of uniform phase loading 3. Functional descriptions 3.1 Functional description of complex systems 4. Measurement reports 4.1 All measurement reports according to DIN VDE 0100, Part 610 4.2 Measurement report for antenna system 4.3 Measurement report for IT cabling 5. Operation and maintenance 5.1 Operating instructions 5.2 Maintenance instructions 6. Manufacturer documents 6.1 Manufacturer brochures (labeling of all components used) 6.2 Equipment file (contains make list and spare parts list of all components used) 7. Diagrams 7.1 Installation diagrams 7.2 Block diagrams 8. Distribution/central documents 8.1 Functional description of the system 8.2 Marshalling plans 8.3 Terminal assignment plans for distributors 9. Revision plans 9.1 Installation plans, scale 1:50, specifying all operating resources with designations in accordance with the distribution documents. An operating manual and a circuit diagram must be attached to each technical center. The diagram must show the structure, function and performance data. 13.To specify the work carried out, the architect and the contractor carry out a joint acceptance of the electrical systems. This acceptance is not a test within the meaning of the VDE regulations, but a test for completeness of the service in accordance with Vob. For this purpose, it is necessary that proof of the implementation of the tests required by VDE is kept in the form of a test report. The personnel costs for participation in acceptance tests are to be included in the unit prices. 14. Partial commissioning, earlier use or final invoice do not replace a final acceptance. This can only take place after the entire work has been completed. Defects identified during acceptance must be remedied within a period to be specified more precisely, without further notice. 15. The contractor is liable for all damage caused by non-compliance with the aforementioned offer and order conditions. He is obliged to inform himself about the other tradesmen involved in the construction and their work and to report any defects that could have an impact on the execution of his services to the construction management in writing before the electrical systems are carried out. The contractor is liable for the completeness of a system component until the final acceptance. 16. References must be included with the offer or it must be stated in a list with amounts that the bidder has already installed systems of the same or larger size several times. 17. If this proof is not included, the offer will be automatically excluded. C. Additional preliminary remarks on the electrical systems 01. Within the suspended ceilings, the cables must be properly fastened with plastic clamps or plastic holders at least every 60 cm. Cable trays are only installed where the frequency of cables justifies this. 02. All cable feedthroughs through metal parts, webs, profile rails, etc. must be provided with PVC grommets. All costs for this must be included in the unit price, as must all necessary drilling. 03. All dimensions for the arrangement of the devices, such as switches, sockets, lights, etc. must be determined with the construction management before installation. 04.Multiple sockets must be designed as a combination with combination cover plates. 05.All built-in devices, such as switches and sockets, etc. must be fastened in the device boxes with screws. Claw fastening is not permitted. 06.Particular attention must be paid to the use of flame-retardant switch boxes, switch terminal boxes and junction boxes in hollow walls, etc. All of these boxes must be calculated accordingly in the Lv, even if this is not specifically mentioned, including the creation of the installation openings. 07.The cables for the building services trades, RWA systems, etc. must be laid according to the instructions of the specialist companies. A cable dimension and position plan must be requested from the specialist companies at an early stage so that these cables can be laid as part of the overall installation. 08.Socket holes in exposed brickwork must be milled cleanly in coordination with the construction management. Damage is the responsibility of the person responsible. 09.All electrical cables must be flame-retardantly coated or sheathed. Only cables from certain brands that have a test certificate for these properties may be used. The bidder must provide proof and present it without being asked to do so before installation begins. If this is neglected or if cables are not laid accordingly, the bidder must bear all costs for replacing the cables. 10.As required by the local fire protection officer, the fire brigade, the city or the relevant authority, appropriate fire barriers must be installed for breakthroughs and cable routes as a fire protection measure. Acceptance must be arranged with the fire protection officer in good time before the ceilings are closed. An acceptance certificate must be presented to the construction management without being asked to do so. All costs for this must be included in the unit prices. 11.The current MLAR must be taken into account. 12. All cable trays, risers and cable ducts must be designed with appropriate dividers to accommodate both high and low voltage systems. 13. In schools, all switches and sockets must be fitted with screwed covers in accordance with school building guidelines. 14. E30 and E90 cables may only be laid using type-approved, tested fastening material for individual installation and with appropriately approved cable tray systems for collective installation. 15. All sockets must be clearly and permanently marked with circuit numbers on the support frame. For surface-mounted sockets, the marking must be attached to the housing using a labelling device. 16. All requirements for the electrical installation listed in the preliminary remarks must be included in the EPs. There is no separate remuneration for this service. Since there are dependencies between the trades, instructions for the completion of services which are, for example, mandatory requirements for the start of a subsequent trade, must be implemented immediately. Any short-term changes to the construction process must be followed immediately. Flexible action with fast reaction times and short arrival and departure times is essential for this construction project. In view of the short execution time, this also applies to instructions from the construction management to carry out work at short notice in order not to hinder or delay subsequent trades and the overall construction process. Any additional work resulting from this must be included in the unit prices. D. General information on the service description Each item shown is to be understood as a finished job and as a service that complies with the regulations, is properly crafted and is ready for use and operation, including all ancillary services. - Additional technical contract conditions - Electrical installation DIN 18 382 The general technical regulations (ATV) for construction work of the Vob, Part C, become part of the contract. Measurements and quantity compilations as the basis for calculation are only to be prepared on forms from the engineering office. The forms are provided free of charge and must be requested in good time. The presence of a contractor employee with technical and local knowledge during the acceptance of the high and low current technical systems, in accordance with the construction certificate and the applicable building inspection regulations, by a building inspector-approved expert, is covered by the unit prices. The contractor must coordinate the provision of his services with - previous and subsequent - trades that technically affect his own services, so that his own services and his own execution dates are carried out correctly in terms of the detailed execution steps and functional accuracy. The usual work sequences, technical dependencies and individual steps of partial services that are separated in time are taken into account in the offer calculation. - General description of the measure - 1. The construction measure is the extension of the fire station with 4 vehicle parking spaces and the required social rooms. The existing building will be partially demolished and rebuilt. For the vehicle hall, the additional base, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be rebuilt using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the depot (the fire service's location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see attachment. Everything else, especially exceptions, must be agreed with the construction management. 2. During the project, some work may be carried out by municipal yard employees and firefighters themselves. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be carried out. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost components requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if various items are omitted, the order may also be for the delivery of the material alone. 4. The construction site toilet and the break rooms must be provided by each contractor. Energy, water and electricity are provided free of charge. 5. A construction meeting is held weekly with all contractors in the community center/construction site. The company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor recognizes the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out necessary work outside of working hours at no extra cost so as not to jeopardize the deadlines for subsequent work. The contractor undertakes to provide the appropriate number of workers based on the amount of work and working days. 7. The contractually binding partial deadlines are set out in the construction schedule. 8.The work advertised must be carried out in parts in accordance with the progress of the construction. This does not give the contractor any right to make additional claims. 9.The disposal of rubbish and debris must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10.All further details can be found in the list of services. 11.Contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12.Services that exceed the contract amount require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13.Daily construction reports must be kept. The forms from "Zweckform - Daily Construction Reports No. 177" or equivalent must be used as a template. These must be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked must be entered here. 14. Depending on the trade, all inventory and inspection documents must be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data storage device): Final payment will only be approved after the documents have been submitted. 15. By signing the list of services, the bidder acknowledges these preliminary remarks.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Food Products
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents 
Details: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ  Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311812 (size Standard Of 1,000 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Network Contracting Office (nco) 22 Is Seeking Sources Capable Of Providing Multiple Fresh Bread Types To Visn 22 Va Medical Centers. the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. statement Of Work objective the Department Of Veterans Affairs Requires Network Contracting Office (nco) 22 To Set Up Base Plus Option Four Years A Single Award Firm Fixed-price Indefinite Quantity Indefinite Delivery (idiq) Contract For Fresh Bread Types. The Contractor Shall Provide Fresh Bread Products Listed On The Schedule To The Va Greater Los Angeles, Long Beach, San Diego, And Loma Linda Healthcare Systems As Needed Basis. Orders Shall Be Placed By Email, Telephone, Or In Writing Via Fax, As Mutually Agreed Upon Between The Facility Point Of Contact (poc) And Contractor At Least Two Business Days Prior To The Anticipated Delivery Date. participating Va Medical Centers va Greater Los Angeles Healthcare System (691) 11301 Wilshire Boulevard, los Angeles, Ca 90073-1003 va Long Beach Healthcare System (600) 5901 East 7th Stret, long Beach, Ca 90822-5201 va San Diego Healthcare System (664) 3350 La Jolla Village Drive, san Diego, Ca 92161-0001 va Loma Linda Healthcare System (605) 11201 Benton Street, loma Linda, Ca 92357-1000 period Of Performance base: 5/1/2025 6/30/2026 option Year 1: 5/1/2026 6/30/2027 option Year 2: 5/1/2027 6/30/2028 option Year 3: 5/1/2028 6/30/2029 option Year 4: 5/1/2029 6/30/2030 deliverables quantities Are Estimated Only. Quantities Are Estimated For A Year Performance. Estimated Quantities Shall Remain The Same Throughout All Base Plus Option Four Years: station item # description estimated Quantity/year 691 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 1,600 691 pralf-s bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf 1,600 691 amib amish Bun, Plain Hamburger Bun 6pk 6,000 691 amihd hot Dog Bun 12pk 2,000 691 drfr french Dinner Roll (12ct) 5,500 691 drpre pretzel Dinner Roll (12ct) 3,200 600 lob lobster Roll 30ct 144 600 ob onion Bun 6pk 720 600 brib brioche Buns 6pk 1,290 600 drrs rosemary Sage Dinner Roll 12ct 360 600 drche cheese Dinner Roll 12ct 360 600 brisb brioche Slider 12ct 720 600 drpre pretzel Roll 12ct 360 664 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 218 664 amilf-s3 bread, White (amish), 3/4" Sliced, 13 Slices Per Loaf 1 664 pralf-s bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf 327 664 bri-s3 brioche Loaf, 3/4" Sliced, 21 Slices Per Loaf 400 664 drfr-bx french Roll, Par-baked Box-96ct 133 664 drcia-bx ciabatta Roll, Par-baked Box-96ct 145 664 drcf-bx country French Roll, Par-baked Box-96ct 123 664 drmb-bx malted Brown Roll, Par-baked Box-96ct 83 664 drgar-bx roasted Garlic Dinner Roll, Par Baked Box-96ct 149 605 amipdm-s bread, White (amish), 1/2" Sliced, 30 Slices Per Loaf 500 605 amipdm-s3 amish Pain De Mie, Sliced 3/4", 21 Slices Per Loaf 100 605 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 50 605 amihd hot Dog Bun 12pk 50 605 drche cheese Dinner Roll 12 Ct. 450 605 drgar garlic Dinner Roll 12 Ct. 450 605 drmb malted Brown Dinner Roll 12 Ct. 450 605 drsd sourdough Dinner Roll 12 Ct. 450 605 pralf-s prarie Loaf, Sliced (ww), 1/2" Sliced, 21 Slices 1,400 the Quantities Cited Above Chart Are Estimated Quantities Per Year For Base And All Option Periods; Quantities Are Not A Contractual Statement Of Precise Quantities That The Government Will Order. The Quantities Given Are Estimated Only, And No Guarantee Of Their Accuracy Is Either Given Or Implied. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled. contractor May Offer Alternate Pack Sizes; However, The Estimated Quantities Shall Be Adjusted Accordingly. order Limitations minimum Order Threshold Per Delivery Order: $5,000.00 maximum Order Threshold Per Delivery Order: $100,000.00 compliance With Federal Laws And Regulations all Deliveries Shall Conform In Every Respect To The Provision Of The Federal Food, Drug, And Cosmetic Act Usc Title 21, Chapter 9 (fd&c Act) And Regulation Promulgated There Under. where Applicable, The Interpretation Of Requirements (descriptive Terms), Methods Ascertaining Grades, Testing, Etc., Shall Be In Accordance With Those Contained In The U.s. Standards For The Particular Products In Effect On The Date Of Solicitation. the Contractor Agrees To Provide The Products Listed To Participating Va Medical Centers For Base Period, And Option Years If Exercised By The Government. Deliveries Shall Be In Such Quantities And At Such Times As May Be Required In Accordance With All Terms, Conditions, Provisions, And Schedules Of This Contract. Please Note Quantities Are Estimated Only. There Is Not A Contractual Statement Of Precise Quantities That The Government Will Order Under This Idiq Contract. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled Off Of Each Delivery Order. all Products Furnished Under This Contract Shall Be Processed And Packaged Under Sanitary Conditions In Strict Accordance With Guidelines Provided By The U.s. Food And Drug Administration And The U.s. Department Of Agriculture, Using The Best Commercial Practices That Are Standard For The Industry. All Containers Shall Be Clean, Sound, And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, Or Contamination. All Ingredients Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With Provision Shall Be Considered Grounds For Default Of The Contract. all Current Usda Standards And Guidelines Must Be Followed And Met Through The Entire Production, Packaging, Labeling, And Delivery Process. ingredients For Fresh Or Frozen Bread And Bakery Products Shall Consist Of Flour, Water, Salt, Yeast, Emulsifiers Or Stabilizers, And Other Ingredients Appropriate For The Type Of Bread Specified In The Schedule Of Products. The Fresh Or Frozen Bread Include Mold Inhibitors Of Proper Levels As Allowed By The Federal Food, Drug And Cosmetic Act. products Shall Be Delivered In An Enclosed Truck, Which Protects The Bread Products From Dirt Or Other Contamination. Bread Products Shall Be Delivered On Racks And Not Stacked One On Top The Other Unless Separated By Shelving Or Spacers. All Loaves, Packages And Individually Wrapped Breads And Rolls Will Be Clearly Labeled With The Expiration Or Used By Date. by Submitting An Offer, The Contractor Certifies That The Products Offered Meet The Requirements Of The Solicitation And: requirements Of Federal, State, And Local Regulations conforms To The Producer S Own Specifications And Standards, Including Product Characteristics, Manufacturing Procedures, Quality Control Procedures, And Storage And Handling Practices contractor Shall Obtain All Necessary Licenses Required To Perform Work Stated Under This Statement Of Work. contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Program Office Manager With The Final Decision Being Made By The Contracting Officer. product Requirements enriched Flour: When The Bread Or Bakery Product Is Enriched, The Wheat Flour Used For The Bread Shall Conform To The U.s. Standards Of Identity For Enriched Flour (1 Cfr 137.165) And Shall Be Milled From A Variety Of Hard And Or Soft Wheat. appearance And Color: The Fresh Or Frozen Bread And Applicable Bakery Products Shall Have A Uniformly Brown Crust Which Is Characteristic Of The Bread Product. The Fresh Or Frozen Bread And Baker Products Shall Have A Typical Volume, Characteristic Grain, And Be Evenly Baked And Without Evidence Of Foreign Odors Or Flavors, Burnt, Scorched, Stale, Rancid Or Moldy. The Delivered Products Shall Not Be Crushed O Damaged. quality And Freshness: Fresh Bread And Bakery Products Shall Conform To The Following Freshness Requirements: bread (loaf, Muffins, Hamburger, And Hotdog Rolls) Shall Be Delivered To The Va Facilities Within 24 Hours After Baking. brown And Serve Rolls Shall Be Delivered Within 36 Hours After Production. the Government Reserves The Right To Return Products In The Original Packing For Full Credit If They Have Visible Signs Of Poor Quality Within 24 Hours After Delivery. physical Hazards: Products Shall Be Clean, Sound, Wholesome, And Be Free From Foreign Material Such As, But Not Limited To, Dirt, Insect Parts, Hair, Wood, Glass, Or Metal. bread/bakery Items Must Be Freshness Dated In Either Of The Following Methods: production Date Or Freshness Expiration Date Directly Marked On Packaging Or Twist Tie/plastic Closure. production Date Or Freshness Expiration Date Color Coding Or Similar Type Markings On Packaging Or Twist Tie/plastic Closure. special Note: Production Date On Individually Wrapped Items. bread Shall Have A Minimum Of 5 Days Of Shelf Life After The Date Of Delivery. packaging, Packing And Labeling unless Otherwise Specified, Preservation, Packaging, And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions, Handling, Etc., And Shall Conform To Normal Commercial Practice And Applicable Carrier Rules And Regulations Involving Shipment From The Contractor To The Receiving Activity For Storage. Shipping Containers Shall Be Incompliance With National Motor Freight Classification And Uniform Freight Classification (issue In Effect At The Time Of Shipment). the Package Shall Be Clean, Sound, And Securely Covered To Sealed To Provide Adequate Protection From Dirt, Filth, And Contamination. All Products Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With This Provision Shall Be Considered Grounds For Default Of The Contract. labeling Shall Be In Accordance With Commercial Labeling, Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated There Under. unless Otherwise Specified, Preservation, Packaging And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions And Shall Conform To Normal Commercial Practices And Applicable Carrier Rules And Regulations Involving Shipment From Contractor To Receiving Activity For Storage. all Items Must Be Identified With Readable Dates (open Code Dates, Or Color-coded Dates. The Product Color Code Shall Explain The Actual Date Of Production. The Successful Offeror Shall Furnish The Poc And The Contracting Officer With The Instructions For Deciphering The Date On Which The Pasteurization Process Was Completed. This Information Is To Be Furnished Within Five Days Of Award Of A Contract. Failure To Comply With This Requirement Will Render A Contract In Default And Grounds For Termination. ordering participating Va Medical Centers Shall Place Orders Through An Approved Delivery Order (do) And Purchase Order (po). An Approved Purchase Order Shall Be Signed By A Warranted Contracting Officer. the Poc Or Other Delegate Of Nutrition And Food Service Shall Place Orders By Website, Email, Telephone, In Writing Via Fax, Or Any Manner Consistent With Accepted Business Practices At Least Two (2) Business Day Prior To The Anticipated Delivery Date. an Order Number Will Be Provided To Each Facility At The Time The Order Is Placed. participating Va Medical Centers Intend To Place Multiple Orders Per Week. Consequently, The Contractor Is Required To Deliver Multiple Orders Per Week (deliveries Vary One (1) To Five (5) Deliveries Per Week). availability, Substitutions And Alternates: contractor Will Order Quantities Of Products Based On The Facility S Menu Needs, With Oversight And Concurrence From Facility. all Products Offered Will Be Available To Be Ordered For Delivery At Any Station Location Listed In The Contract. any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b. contractor Will Not Substitute Any Items And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Poc. should Any Product Under This Contract Become Unavailable Or Available On A Limited Basis, Either Temporarily Or Permanently, The Contract Shall Provide The Government With Sufficient Notification Thereof, Offering Possible Substitutions And/or Alternative Sources, To Afford The Government Adequate Opportunity To Approve Or Reject Offered Substitution And/or Make Other Procurement Arrangements. deliveries deliveries Shall Be Made To The Area(s) Listed, Unless Otherwise Directed By The Poc Or Designated Individual Shall Sign For All Deliveries. Off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated (contact Person) Or His/her Designated Representative. delivery Addresses And Po Numbers Shall Be Provided On Each Delivery Order. replacement Of Rejected Products(s) Shall Be Delivered The Same Day No Later Than 1:00 Pm, Unless Otherwise Specified By The Poc. no Deliveries Will Be Required On Sundays Or National Legal Holidays. This Is Applicable To All Delivery Points. in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays. Refer To Federal Holidays For A List Of Federal Holidays. note: If Delivery Falls On A Holiday, The Contractor Must Then Delivery The Next Business Day Unless The Poc At The Va Facility; Makes Other Arrangements. delivery Of Goods: The Government Reserves The Rights To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To Correct Product(s) And Quantities, Proper Packaging, Damage Goods, Etc. The Contractor Shall Demonstrate Compliance With Performance Standards By Showing That Their Process Adherences To An Appropriately Designed, Validated Hazardous Analysis Critical Control Point (hacccp) Plan. Any Item(s) Determined Unacceptable Shall Be Refused With Full Credit/replacement, At The Discretion Of The Government. off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated, Or His/her Designated Representative. contractor Shall Be Responsible For Providing Hand Trucks, Dollies For Produce, Required To Affect Delivery To Appropriate Location. delivery Shall Not Be Stacked Higher Than Five (5) Feet High. delivery Personnel Shall Wait Until The Delivery Is Fully Inspected By Designee Before Leaving Premises. delivery Vehicles: The Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Good To Assure The Safe And Sanitary Transport Of Items Ordered. Such Inspection Shall Be Made On A Random Basis, Upon Delivery, At The Discretion Of The Poc. inspection Of Facilities: The Government May, Prior To Contract Award Or At Any Time During The Term Of The Contract Inspect The Contractor S Plant, Personnel, Equipment, And Process To Ensure Compliance With State/federal Sanitation Regulation Requirements. all Products Furnished Under The Awarded Contract Shall Be Process At Plants That Have Been Inspected By Federal Government. Approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspections Were Made Not More Than Six (6) Months Prior To The Proposed Contract Period. recall Notices notification To Contracting Officer And Participating Va Medical Centers Shall Be Given Immediately Upon Receiving Recall Notices From The Food And Drug Administration Enforcement Report Publications. Notifications Shall Be Delivered To The Program Manager, Or Designated Personnel Through Phone And Email For Any Food Recalls Related To Items Delivered To The Va From The Contractor. physical Security And Facility Considerations the Contractor Employees And/or Subcontractors Approved By The Poc Shall Wear Visible Identification At All Times While On The Premises Of The Facilities With The Visn. Identification Shall Include But Not Be Limited To A Company Identification Care, Which Shall Include The Company Name, Employee Name, Title, And A Photograph Of The Employee. Contractor Employees Shall Maintain A Professional Appearance Commensurate To Their Industry. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. any Interior Or Exterior Doors That Shall Be Unlocked To Gain Access Shall Be Kept Locked During The Performance Of Work Unless It Results In The Creation Of A Safety Hazard. In Those Instances, The Contractor Is Responsible To Take Necessary Actions To Maintain The Same Level Of Security Prior To Gaining Access/performing Work. Should Any Other Devices Need To Be Unlocked Like An Entry Gate, Those Devices Shall Be Locked Immediately Upon Entry Or Exit. At No Time Shall The Contractor Allow Any Person Into A Locked Area Or Lean Keys/access Cards To Another Person. Contractor May Be Held In Default For Failure To Comply With This Requirement And Subject The Contractor And Its Employee To Contractual And Other Legal Remedies. contractor Personnel Are Required To Check Into The Facility Police & Security Office At Each Visit To Pick Up A Contractor Badge Prior To Contracting The Poc. The Contractor S Staff Shall Also Be Required To Sign In And Out Each Day At A Designated Location Determined By The Poc. the Contractor Agrees That One Of Its Officers Or Employees Shall Use Or Reveal Any Research, Statistical, Medical, Or Security Information Which May Be Obtained During The Performance Of The Work Or As A Result Of Their Presence On Government Premises Without The Written Consent Of The Government. smoking Is Prohibited Inside Any Buildings At Facilities With Visn 22. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. the Contractor Shall Not Allow His/her Employees, Including Subcontractors Employees, To Open Desk Drawers, Cabinets, Or To Use Office Equipment, Including The Use Of Non-pay Telephones For Any Purpose Other Than A Local Emergency Call. The Contractor Shall Be Responsible To Provide All Necessary Equipment, Tools, Parts, And Materials To Perform The Work. The Government Shall Not Be Obligated To Provide Any Equipment, Tools, Parts, And Materials To Assist The Contractor In Performing The Work. authorization the Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration. subcontractors: The Contracting Officer Shall Approve/disapprove All Subcontractors Used At Any Time During This Contract. Contractor Shall List The Name And Address Of All Subcontractors. The Contracting Officer Shall Be Notified Immediately If The Contractor Should Change Any Of The Subcontractor(s) Utilized For This Contract And Provide Their Name And Address. Contracting Officer Shall Approve/disapprove Subcontractors. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 27, 2025 By 4:00 Pm Est. Please Ensure To Answer All Questions Asked Above. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.

Landkreis Potsdam Mittelmark Tender

Software and IT Solutions
Germany
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: The Potsdam-Mittelmark district intends to reorganize the payment processes at its administrative location in Werder (Havel), Am Gutshof 1-7 in 14542 Werder (Havel). Based on the "hess payment system" software from the manufacturer Hess Cash Systems GmbH, which has already been implemented in-house, a new cash register is to be purchased as a replacement and 15 card payment terminals are to be added to the employees' service workstations. The aim is to process all deposits and withdrawals (cash and EC card) of the immigration authorities, registration authorities, driver's license authorities and the job center using a uniform system. The cash register and the card payment terminals are to be integrated into the existing central cash register system and used for cash and non-cash deposits and withdrawals with change. A cash register system based on the "ab-data" software has been in operation with cash registers for years. Payment records are generated using the Ikol-kfz, Ikol-fs and Vois/advis specialist procedures and with the "hess payment system" software. The software is installed as a central solution. The delivery, installation, commissioning and maintenance of 15 card payment terminals and the cash machine are part of the contract.

Court Of Appeals Tender

Automobiles and Auto Parts
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 64 K (USD 1.1 K)
Details: Description Request For Quotation Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle (1 Lot) Amp-016-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Replacement Tires For Toyota Fortuner ₱64,000.002 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 18, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 1st Floor, Annex Vi Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2   Mayor’s Permit For The Year 2025   Must Be Valid For The Year 2025.  A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3   Philgeps Registration Number   Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website)   4  Omnibus Sworn Statement (oss) Original Notarized Secretary’s Certificate (annex “b”) And If Applicable, In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder.  The Requirement For The Submission Of The Oss Applies To Items With A Value Of Fifty Thousand Pesos (₱50,000.00) And Above. Ensure That There Are Eleven (11) Declarations.  Indicate Required Information.  Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable).  Must Be Duly Notarized And Signed.  5 Statement Of Compliance With The Must Be Duly Signed And Dated By The Authorized Technical Specifications Representative. Terms And Conditions: Bidders Shall Provide Correct And Accurate Information Required In This Form. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate3 And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-016-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicle”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. = 1 Item Description = Replacement Tires For Toyota Fortuner Qty = 4 Pieces Unit Cost Total Price Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Replacement Tires For Court Of Appeals Service Vehicles (1 Lot) Approved Budget For The Contract: The Approved Budget For The Contract Is Sixty-four Thousand Pesos (php64,000.00) Inclusive Of All Applicable Taxes And Charges. Requirements: Supply And Delivery Of Replacement Tires For Toyota Fortuner Quantity: Four (4) Pieces Type: Highway Terrain (h/t) Tire Size: 265/65 R17 Speed Rating: H Load Index: (min.) 108 Ply: (min.) 6 Ply Construction: Radial Tubeless (light Truck Radial) Warranty: (min.) Seven (7) Years Warranty Against Any Factory Defect Date Code: Manufactured Within Twelve (12) Months Prior To Delivery. Includes Free Installation, Balancing And Alignment Of New Tires. Other Supplementary Requirements: The Following Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof: Certification From The Bidder With Verifiable Proof Such As, But Not Limited To, Sales Invoice, Official Receipt, Advertisements, Publications And Other Similar Documents That The Brand Being Offered Has Been In The Philippine Market For At Least Fifteen (15) Continuous Years Before The Submission And Receipt Of Bids Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b”  Omnibus Sworn Statement (revised)    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;  8.  [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].   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;  11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted.                  Telephone No/s.:            ________________________________                  Fax No/s.:                      ________________________________                  E-mail Add/s.:                ________________________________                   Mobile No.:                          ________________________________  It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof.  In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ 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 Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ 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 Attorney's No. _____________                                                        Ptr No. _______ [date Issued], [place Issued]                                                        Ibp No. _______ [date Issued], [place Issued]  Doc. No. ______  Page No. ______  Book No. _____  Series Of _____.

Environmental Management Bureau Tender

Environmental Service
Corrigendum : Closing Date Modified
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 490 K (USD 8.3 K)
Details: Description Request For Expression Of Interest Consultancy Services For The Conduct Of Regulatory Impact Assessment (ria) In The Updating Of The Comprehensive Clean Air Action Plan And Framework Of The Philippine Clean Air Act (ra8749) Reoi No. 2024-12-013-aqms 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb), Through The General Appropriation Act Of 2021 Intends To Apply The Sum Of Ph490,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Request No. 2024-1679 Dated November 28, 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposal. 2. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Now Calls For The Submission Of Expression Of Interest And Eligibility Document For The Consultancy Services For The Conduct Of Regulatory Impact Assessment (ria) In The Updating Of Comprehensive Clean Air Action Plan And Framework Of The Philippine Clean Air Act (ra 8749) 3. Interested Consultant/consulting Firm Must Submit Their Expression Of Interest And Eligibility Document On Or Before February 04, 2024, 2:00 P.m. At Emb-afmd Hrd Building, Denr Compound, Visayas Avenue, Diliman, Quezon City. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 4. The Bac Shall Draw Up The Short List Of Consultant/consulting Firms From Those Who Have Submitted Their Expression Of Interest And Eligibility Document And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Invite And Engage In Negotiation With A Sufficient Number Of Consultant/consulting Firm Who Will Be Entitled To Submit Bids Subject To The Condition Laid Down In The Rirr Of Ra9184 Relative To The Instances When The Required Number Of Shortlisting Is Not Met. 5. Scope Of Work 1. Analyze The Potential Impacts Of Proposed Regulatory Measures On Key Sectors Such As Health, Energy, Transportation, Industry, Agriculture, And Technology. 2. Assess The Feasibility And Cost-benefits Analysis Of Different Policy Options And Regulatory Interventions. 3. Prepare Unit Cost Of Activities In Implementing Each Provision Under The Proposed Revised Framework And Action Plan. 4. Assess The Potential Economic, Social, And Environmental Impacts Of Proposed Regulatory Measures To Improve Air Quality. 5. Inform Decision-makers And Other Regulatory Agencies About The Potential Consequences Of Different Policy Options And Regulatory Interventions. 6. Conduct Various Stakeholder Consultations With Government Agencies, Industry Representatives, Environmental Organizations, And Other Relevant Stakeholders. 7. Review And Identify Gaps And Opportunities For Improvement. I. Methodology: 1. Economic Modeling Techniques For Assessing The Costs And Benefits Of Regulatory Measures, Such As Cost-benefit Analysis Or Cost-effectiveness Analysis. 2. Social Impact Assessment Methods For Evaluating The Distributional Effects Of Regulatory Interventions On Different Population Groups. 3. Environmental Impact Assessment Tools For Quantifying The Potential Reductions In Air Pollution And Associated Health And Environmental Benefits. 4. Incorporation Of Uncertainty And Sensitivity Analysis To Account For Variability And Risk Factors In The Assessment. Ii. Data Collection And Analysis: 1. Outline The Data Collection And Analysis Plan, Including: A. Gathering Data On Air Quality, Emissions, Economic Indicators, Social Demographics, And Environmental Outcomes From Reliable Sources. B. Conducting Statistical Analysis, Modeling, And Scenario Planning To Forecast The Potential Impacts Of Regulatory Measures Under Different Scenarios. 2. Engaging With Subject Matter Experts And Stakeholders To Validate Assumptions, Refine Models, And Interpret Findings. Iii. Reporting And Deliverables : 1. Submit Inception Report On The Methodology To Be Conducted, Data Sources Needed, And Preliminary Findings. 2. Submit Interim Progress Report On The Analysis Of Potential Impacts Of Proposed Regulatory Measures On Key Sectors Such As Health, Energy, Transportation, Industry, Agriculture, And Technology. 3. Submit Interim Progress Report On The Feasibility And Cost-benefits Analysis Of Different Policy Options And Regulatory Interventions. 4. Submit Interim Progress Report On The Proposed Unit Cost Of Activities In Implementing Each Provision Under The Proposed Revised Framework And Action Plan. 5. Submit Interim Progress Report On The Potential Economic, Social, And Environmental Impacts Of Proposed Regulatory Measures To Improve Air Quality. 6. Submit Interim Progress Report To Inform Decision-makers And Other Regulatory Agencies About The Potential Consequences Of Different Policy Options And Regulatory Interventions. 7. Submit Proceedings On The Various Stakeholder Consultations Conducted With Government Agencies, Industry Representatives, Environmental Organizations, And Other Relevant Stakeholders Through Meetings, Workshops, Seminars, Or Webinars. 8. Submit Interim Progress Report On The Identified Gaps And Opportunities For Improvement. 9. Submit Documentation Of The Ria Process Including Data Sources, Assumptions, And Limitations, To Ensure Transparency And Accountability. 10. Submit Final Ria Report Summarizing Key Findings, Methodologies, Results, And Conclusions. Iv. Stakeholder Engagement: 1. Describe How Stakeholders Will Be Engaged Throughout The Ria Process, Including: A. Establishing A Stakeholder Advisory Group Or Working Committee To Provide Input And Feedback On The Ria Methodology And Findings. 2. Conducting Stakeholder Consultations, Focus Groups, And Public Hearings To Solicit Input On Regulatory Measures And Their Potential Impacts. 3. Providing Opportunities For Stakeholders To Review And Comment On Draft Reports And Recommendations Before Finalization. V. Budget: Total Contract Cost Four Hundred Ninety Thousand Pesos (php 490,000.00) Only Covering Personnel Costs, Including Salaries And Benefits For Project Staff. Equipment And Supplies For Air Sampling, Laboratory Analysis, And Data Processing. Travel And Fieldwork Expenses, Including Transportation. Vi. Schedule Of Activities Month Activities Deliverables 1st Month - Submission Of Inception Report - Mobilization, Consolidation And Review Of Initial Data - Preliminary Discussions -inception Report -assessment Of Initial Data -minutes Of Preliminary Discussions 2nd – 6th Month - Minimum 2 Consultation Meetings With Emb Co With Relevant Stakeholders - Data Gathering And Assessment To Economic Impacts -proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars 6th – 7th Month - Minimum 2 Consultation Meetings With Stationary And Mobile Sector With Relevant Stakeholders - Presentation And Submission Of First Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Interim Progress Report On Item Vi Deliverables 2 To 6 - First Draft Of The Ria Report 7th – 8th Month - Minimum 2 Consultation Meetings With Cross Cutting Source Sector With Relevant Stakeholders - Presentation And Submission Of Second Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Second Draft Of The Ria Report 8th – 10th Month - Minimum 2 Consultation Meetings With Ngas And Emb Regional Offices With Relevant Stakeholders - Presentation And Submission Of Third Draft Of The Report - Proceedings Of Consultation Meetings, Workshops, Seminars, Or Webinars - Third Draft Of The Ria Report 10th – 12th Month - Final Submission Draft Ria Report - Presentation And Submission Of The Final Draft Of The Report - Final Ria Report Vii. Responsibilities Of Emb The Emb Central Office Will Be Responsible For The Following: 1. Facilitate And Monitor Project Implementation. 2. Organize The Meetings And Consultations. 3. Reproduce The Materials For The Meetings And Consultations. 4. Provide The Venue And Meals Of The Participants During The Meetings And Consultations. 5. Review And Accept/approve The Output Of The Technical Consulting Firm; And 6. Pay The Necessary Fees For The Services Rendered By The Technical Consulting Firm. The Corresponding Remuneration Is Enumerated In Section Viii. Viii. Responsibilities Of Technical Consultant The Technical Consulting Firm Shall Perform The Following: 1. Perform Activities Under Item Iii To Vii; 2. Ensure Timely Submission Of Deliverables; And 3. Provide Hardcopies Of Deliverables Including Minutes/proceedings Of Meetings. Ix. Outputs, Deliverables And Schedule Of Payments Outputs And Deliverables Of The Technical Consulting Firm Shall Be As Follows: Output/deliverable Number Of Months Payment 1. Submission And Acceptance Of Inception Report, Assessment Of Initial Data And Minutes Of Preliminary Discussions. Month 1 To 2 20% Of The Contract Amount 2. Submission And Acceptance Of The Item Vi Deliverables 2 To 6, First Draft Of The Ria Report And Minutes Of Consultation Meetings. Month 6 30% Of The Contract Amount 3. Submission And Acceptance Of The Second Draft Of The Ria Report And Minutes Of Consultation Meetings. Month 8 30% Of The Contract Amount 4. Submission And Acceptance Of The Final Ria Report And Minutes Of Consultation Meetings. Month 12 20% Of The Contract Amount Total 12 Months 100% Renumeration: A Lump Sum Quotation Is Required Including Fees For Writing The Annual Report And Information Sheet. Payment Will Be Linked To Deliverables. X. Qualifications And Skills 1. University Degree In Communications, Science, Engineering Or Other Related Fields 2. At Least 8 Years Of Progressive Work Experience In A Relevant Field 3. Previous Results-based Annual Report Writing Experience 4. Knowledgeable In Results-based Management And Results-oriented Approach To Project Implementation 5. Previous Experience In Copy-editing And Fact-checking 6. High Level Proficiency In Standard Computer Software, In Particular, Microsoft Word And Excel 7. Excellent Written And Oral Communication Skills In English, Of Publication Standard 8. Persistence In Follow Up, Tact And Diplomacy 9. Demonstrated Ability To Meet Deadlines All Interested Applicants To Send Application, Stating The Position With The Following Documents To Recordsco@ Emb.gov.ph And Aqmsco@emb.gov.ph;mailto:procurement@aseanfoundation.org 1. Application Letter And Timetable On How The Assignment Will Be Carried Out Completed With Clear Deliverables 2. Curriculum Vitae 3. Samples Of Writing 4. Financial Proposal Specifying A Total Lump Sum Amount Highlighting Deliverables. Include A List Of References Cited In The Terms Of Reference, Including Relevant Literature, Reports, Guidelines, And Regulations Related To Air Quality Management And Regulatory Impact Assessment. 6. The Contract Shall Be Completed Within Twelve (12) Months Or May Be Extended As Agreed By Both Parties As The Need Arises. 7. The Prospective Bidder/consultant Shall Submit The Complete, Recent/updated Eligibility Document As Stated Below (ra9184 Irr Annex H, Appendix A): A) Expression Of Interest (with Financial Bid) B) Company Profile With Professional License/curriculum Vitae Of Consultant • If Consulting Firm, A Company Profile Indicating Its Qualifications, Experience, And Capability (including Its Track Record In Module Writing And Projects That Include Assisting Schools In Developing Modules And/or Conducting Training Among Schools On Module Development) • If Individual Consultant, A Curriculum Vitae/profile Indicating Its Qualifications, Experience, And Capability (including Its Track Record In Module Writing And Projects That Include Assisting Schools In Developing Modules And/or Conducting Training Among Schools On Module Development) C) Philgeps Registration Number/proof Of Philgeps Registration D) Income/business Tax Return E) Proposal (including The Firm Or Consultant’s Plan/methodology In Conducting The Project) F) Omnibus Sworn Statement (required/must Be Submitted With Bid/eoi) 8. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Engr. Rodney V. Diaz Oic-property And General Service Section Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: B.3 Statement Of Work replacement And Testing Of Backflow Preventers objective the Purpose Of This Service Contract Is To Inspect, Test, And Repair Any Failed Backflow Preventers At Veterans Hospital At 10 North Greene St, Baltimore, Maryland, And Va Medical Center At 3901 The Alameda, Baltimore Md 21218 To Ensure Compliance With The Latest Plumbing And Safety Standards. Testing Must Be Conducted By A Certified Backflow Inspector, And All Repairs Or Replacements Must Meet Applicable Codes To Protect Potable Water Systems And Maintain Operational Safety. applicable Standards all Work Shall Adhere To The Latest Editions Of The Following: american Society Of Sanitary Engineering (asse) Standards, Including Asse 1013 And Asse 1024. uniform Plumbing Code (upc) Or International Plumbing Code (ipc) As Applicable. environmental Protection Agency (epa) Cross-connection Control Manual. manufacturer Specifications For All Backflow Preventers. hospital Infection Control Protocols, Including Infection Control Risk Assessment (icra) Guidelines. occupational Safety And Health Administration (osha) Standards. general-duty Valves For Plumbing Piping Https://www.cfm.va.gov/til/spec/220523.docx scope Of Work the Contractor Shall Provide Certified Personnel And Follow The Steps Outlined Below: pre-inspection Activities: review Existing Plumbing Schematics And Previous Inspection Records To Locate All Backflow Preventers. collaborate With Hospital Staff To Coordinate Inspection And Repair Schedules, Ensuring Minimal Disruption To Operations And Water Services. develop And Submit An Infection Control Risk Assessment (icra) Plan To Hospital Management For Approval. inspection And Testing: perform A Visual Inspection Of All Backflow Preventers To Assess General Condition, Installation Compliance, And Any Visible Damage Or Corrosion. before Testing Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct A Proper Utility System Shutdown Where Applicable. certified Backflow Inspector(s) Shall Conduct Functional Testing On Each Device Using Calibrated And Approved Testing Equipment. verify Proper Pressure, Flow, And Valve Operation. document Test Results, Noting Any Failures Or Performance Issues. identify And Tag All Failed Backflow Preventers For Repair Or Replacement: provide A Detailed Quote For The Necessary Work To Bring Any Non-compliant Backflow Preventers Up To The Compliance. include A Breakdown Of Labor, Materials, And Any Other Costs Associated With The Repair Work. repair Or Replacement Of Failed Units: before Repair Or Replacement Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct Utility System Shutdown Where Applicable. repair Failed Backflow Preventers Using Manufacturer-approved Repair Kits And Materials. if Repair Is Not Feasible, Replace The Failed Unit With A New Backflow Preventer Of Equivalent Or Superior Specifications. ensure All Installations Are Properly Secured, Leak-free, And In Compliance With Plumbing Codes. conduct A Post-repair Performance Test To Confirm Proper Operation And Compliance. post-repair Activities: restore All Work Areas To Their Original Condition Or Better, Including Any Necessary Patching Or Painting. remove And Dispose Of Old Or Defective Parts In Compliance With Local Environmental Regulations. prepare And Submit A Detailed Report Documenting The Following: test Results For All Inspected Devices. description Of Repairs Or Replacements Performed. certification Details Of The Inspector(s) certification Requirements all Testing Must Be Performed By A Certified Backflow Inspector With Current Credentials From An Approved Certifying Organization (e.g., Asse, Abpa, Or Similar). proof Of Certification For All Inspectors Involved In The Service Contract Must Be Provided To Hospital Management Prior To The Start Of Work. deliverables detailed Inspection Report With Test Results For Each Backflow Preventer. certification Documents For Inspectors Performing The Work. list Of Backflow Preventers Repaired Or Replaced, Including Specifications, Warranties, And Manufacturer Details. updated Listed Of: location function required installed type serial Number size schedule the Service Contract Shall Commence On Day Of Award And Be Completed By 60 Days. a Detailed Timeline, Including Milestones For Inspection, Testing, Repair, And Final Reporting, Shall Be Submitted Prior To Work Commencement. contractor Responsibilities provide Certified Personnel, Tools, And Materials Required For The Completion Of The Work. adhere To Hospital Policies, Infection Control Protocols, And Safety Guidelines. coordinate With Hospital Staff To Minimize Disruptions To Operations And Patient Care. submit Daily Progress Reports To The Hospital Project Manager. quality Assurance And Warranty provide A Warranty Of 1 Year For All Repairs, Replacements, And Associated Labor. All Work Shall Be Performed To The Highest Professional Standards And In Compliance With Applicable Codes. safety And Compliance ensure All Work Complies With Osha Standards And Hospital Safety Protocols. maintain Containment Measures To Protect Hospital Staff And Patients From Contaminants. report Any Incidents Or Hazards Immediately To Hospital Authorities. period Of Performance hours Of Operation 6:00 Am To 4:30pm. the Initial Term Of This Agreement Shall Commence After Contract Has Been Awarded Of 1 Year. The Agreement May Be Extended For Up To Four (4) Additional Years Periods Upon The Written Exercise Of An Option By Veterans Affairs Hospital Delivered To The Other Party At Least 30 Days Prior To The Expiration Of The Then-current Term. points Of Contact brandon Johnson (cor) Louis Hopson Vincent Butler 10 N. Greene St 3901 The Alameda 10 N.greene St baltimore Md 21201 Baltimore Md 21218 Baltimore Md 21201 mobile: 443-939-5568 410-605-7000x 5889 410-605-7000x 6044 brandon.johnson8@va.gov Louis.hopson@va.gov Vincent.butler2@va.gov invoicing And Payment each Invoice Shall Contain The Documentation Required By Ob10. The Invoices Shall Be Itemized To Contain The Equipment S Identifier. When Parts Are Furnished By The Government, They Shall Be Itemized On Contractor's Invoice At No-cost And Indicated As Government Furnished Parts. Contractor Will Forward Invoices To The Following Address, In Arrears Electronically To: vendor Electronic Invoice Submission Methods: Invoices Will Be Electronically Submitted To The Tungsten Website At Http://www.tungstennetwork.com/uk/en/ Tungsten Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten To The Va-fsc Should Mirror Your Current Submission Of Invoice, With The Following Items Required. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. For Additional Information, Please Contact: department Of Veterans Affairs Financial Service Center: Tungsten Support phone: 1-877-489-6135 website: http://www.tungsten-network.com/uk/en/ email: vafscched@va.gov loch Raven building/ location function required installed type missing 1 1 G19 main Domestic yes yes dual High Hazard 2 1 G19 main Domestic Secondary yes yes dual High Hazard 3 1 G19 pk Heating Hot Water yes yes single Check 4 1 G19 main Domestic (kitchen) yes yes single Check 5 1 G19 boiler Water Feed yes yes prv 6 i Exp main Domestic Water yes yes dual High Hazard 7 2 main Domestic yes no none 8 2 heating Hot Water yes no none 9 4 main Domestic yes no none 10 4 main Domestic 4" yes yes single Check 11 4 boiler Water Feed yes yes prv 12 4 heating Hot Water yes yes single Check 13 5 main Domestic yes yes single Check 14 5 heating Hot Water yes yes single Veck 15 6 main Domestic yes yes dual High Hazard 16 6 heating Hot Water yes yes prv 17 7 main Domestic yes yes dual High Hazard 18 14 main Domestic yes no none baltimore location function required install type missing 1 7d100 main Domestic yes yes reduced Pressure Zone (rpz) High Hazard 2 7d100e main Domestic Secondary yes yes rpz (high Harzard) 3 7d100e pk Heating Hot Water yes yes single Check 4 7d100e main Domestic (kitchen) yes yes rpz (high Harzard) 5 6d158 Service Bay boiler Water Feed yes yes rpz (high Harzard) 6 6c101 Service Bay main Domestic Water yes yes single Check (tested) Low Hazard 7 6b129 Service Bay main Domestic yes no single Check (tested) 8 6a133 Service Bay heating Hot Water yes no single Check/dual Check Harzard 9 5d130 Single Check main Domestic yes no single Check Harzard 10 5a127 Service Bay main Domestic 4" yes yes single Check/dual Check Harzard 11 5b182 Service Bay boiler Water Feed yes yes single Check/dual Check Harzard 12 5c114 Service Bay heating Hot Water yes yes single Check/dual Check Harzard 13 5d121 Cystoscopy 1/2 main Domestic yes yes rpz High Harzard 14 5d124 Instrument Decontamination heating Hot Water yes yes high Harzard 15 5d100b Scrub Area main Domestic yes yes rpz 16 5d101 Or's 8/7 heating Hot Water yes yes rpz 17 5d101b Or's 3/4 Steris main Domestic yes yes rpz 18 4d154 Service Bay main Domestic yes no dual Singles Checks 19 4c120 Service Bay unknown double Check/single Ck. 20 4b182 Service Bay unknown single Check 21 4a133 Service Bay unknown single Check 22 3a133 Service Bay unknown zurn Wilkins 3" Dual Check 23 3b182 Service Bay unknown zurn Wilkins 3" Dual Check 24 3c100 Service Bay unknown nibco 3" Single Check 25 3d119 Service Bay unknown nibco 3" Single Check 26 2d126 Service Bay unknown single Checks 27 2c124 Service Bay unknown single Checks 28 2b118 Service Bay unknown single/double Checks 29 2a114 Service Bay unknown single Check 30 1c100 Service Bay unknown single Checks 31 1b141 Service Bay unknown single Checks 32 bb137 Service Bay unknown single Checks 33 bb123 Animal Lab. unknown 34 bd116 Service Bays unknown single Checks 35 1pa102 Service Bay unknown dual Checks 36 1pa103 Balto. St. Side Domestic Main unknown 37 1pc103 Service Bay Domestic Water unknown dual Check 38 3c-101aâ  Washer unknown rpz 39 3c-101â  Washer unknown rpz 40 bb-131  washer unknown rpz 41 bb-123  sterilizer unknown rpz 42 bb-123  washer unknown rpz 43 bb-119  sterilizer (not In Use) unknown rpz 44 bb-119  sterilizer (not In Use) unknown rpz 45 bb-109  sterilizer (not In Use) unknown ppz 46 4c-125  water Meter (not In Use) unknown rpz 47 2b-119  oven unknown dcv 48 ba-115 Dialysis 5b-166 Room unknown dcv interested & Capable Responses:â  nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Baltimore Va Medical Center. please Respond To This Rfi/sources Sought 36c24525q0217 With Your: business Name (including Unique Entity Id (sam.gov)â â  business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Andâ â  person Of Contact (including Telephone Number & Email Address).â â â  capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities.â â  available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics)â  brief Summary Of Categories Of Services That Your Company Can/cannot Provide.â  certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable)â  confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response:â â â  do You Intend To Self-perform This Effort?â  if You Are Located Outside The Immediate Area, How Will You Self-perform?â  or Do You Intend To Subcontract Work Under This Contract?â  if You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting?â  â  response Instructions:â  responses Must Be Submitted By 10:00 Am (et) 1/10/2025. Responses To The Information Requested Above Must Be Submitted Via Email To John Ritter At John.ritter2@va.gov. this Request For Information/sources Sought Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.â  The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open Competition, Etc.).â  Va Assumes No Responsibility For Any Costs Incurred As A Result Of A Vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A Result Of This Notice. john Ritter contracting Officer vha-nco 5 John.ritter2@va.gov

Court Of Appeals Tender

Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 85 K (USD 1.4 K)
Details: Description Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) Amp-013-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Supply And Delivery Of Souvenirs ₱85,000.00 For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 11, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2   Mayor’s Permit For The Year 2025   Must Be Valid For The Year 2025.  A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3   Philgeps Registration Number   Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website)   4  Omnibus Sworn Statement (oss) Ensure That There Are Eleven (11) Declarations.  (annex “b”) And If Applicable, Original Indicate Required Information.  Notarized Secretary’s Certificate In Attach Competent Evidence Of Identification (valid Case Of A Corporation, Partnership, Or Government-issued Id. The Use Of Cedula Is Not Acceptable). Cooperative; Special Power Of Attorney Must Be Duly Notarized And Signed. In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder.  Terms And Conditions: Bidders Shall Provide Correct And Accurate Information Required In This Form. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate 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. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate For Final Settlement Of Government Contracts 1 And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-013-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr.”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price 1 Lot Supply And Delivery Of Souvenirs 100 For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. Total Price In Words: ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Souvenirs For The Retirement Party Of Associate Justice Jacinto G. Fajardo, Jr. (1 Lot) Approved Budget For The Contract: The Approved Budget For The Contract Is Eighty-five Thousand Pesos (php85,000.00) Inclusive Of All Applicable Taxes And Charges. Requirements: Lot No. Item Description Qty Material Measurement Other Inclusions 1 Lot Lady Justice Statue With 46 Pcs Made Of Resin Approximately 8.5 Original Manufacturer’s Pen Holder Inches In Height Box And Packaging Decorative Lady Justice 54 Pcs Made Of Resin Approximately 2.36 Original Manufacturer’s Statue X 7.28 Inches Box And Packaging The Souvenirs Offered Shall Be Covered By A Warranty Against Any Defects Or Damages Upon Delivery. In The Event Of Defects Or Damages, The Supplier Is Required To Replace Or Repair The Items At No Additional Cost To The Procuring Entity. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Shape Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address  annex “b”  Omnibus Sworn Statement (revised)    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;  8.  [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].   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;  11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted.                  Telephone No/s.:            ________________________________                  Fax No/s.:                      ________________________________                  E-mail Add/s.:                ________________________________                   Mobile No.:                          ________________________________  It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof.  In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ 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 Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ 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 Attorney's No. _____________                                                        Ptr No. _______ [date Issued], [place Issued]                                                        Ibp No. _______ [date Issued], [place Issued]  Doc. No. ______  Page No. ______  Book No. _____  Series Of _____.   annex “c”  Lady Justice Statue With Pen Holder A Statue Of A Person Holding Scales Description Automatically Generated Decorative Lady Justice Statue A Statue Of A Person Holding Scales Description Automatically Generated
2751-2760 of 2824 archived Tenders