Uniform Tenders

Uniform Tenders

Credit Information Corporation Tender

Publishing and Printing
Corrigendum : Tender Amount Updated
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 479.3 K (USD 8.2 K)
Details: Description February 22, 2025 Request For Quotation No.: 2025-fag(002)-npsvp-0002 Supply And Delivery Of Toner Cartridge (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Finance And Administration Group Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Supply And Delivery Of Toner Cartridge 1. Brother Mfc-l8900 Cdw Toner, Tn-456 Bk, Black 19 Piece 4,995.00 94,905.00 2. Brother Mfc-l8900 Cdw Toner, Tn-456 M, Magenta 19 Piece 6,745.00 128,155.00 3. Brother Mfc-l8900 Cdw Toner, Tn-456 C, Cyan 19 Piece 6,745.00 128,155.00 4. Brother Mfc-l8900 Cdw Toner, Tn-456 Y, Yellow 19 Piece 6,745.00 128,155.00 Total Abc (in Php) 479,370.00 Delivery Schedule: Within Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than February 28, 2025, 5:00 P.m. 1. Philgeps Certificate/number; 2. Mayor’s/business Permit For The Current Year Or Official Receipt As Proof That The Bidder Has Applied For Renewal, If The Updated Mayor’s Permit Is Not Yet Available; 3. Latest Income/business Tax Returns; 4. Notarized Omnibus Sworn Statement (annex C); And 5. For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-fag(002)-npsvp-0002, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot Particulars Qty Uom Unit Cost (in Php) Bid Price In Php (inclusive Of Vat) 1 Supply And Delivery Of Toner Cartridge 1. Brother Mfc-l8900 Cdw Toner, Tn-456 Bk, Black 19 Piece 2. Brother Mfc-l8900 Cdw Toner, Tn-456 M, Magenta 19 Piece 3. Brother Mfc-l8900 Cdw Toner, Tn-456 C, Cyan 19 Piece 4. Brother Mfc-l8900 Cdw Toner, Tn-456 Y, Yellow 19 Piece Total Bid Price In Php (inclusive Of Vat) Total Bid Price In Words: _____________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: Annex "b" Compliance Form Technical Specifications Supply And Delivery Of Toner Cartridge Lot Particulars Qty Uom Statement Of Compliance 1 Supply And Delivery Of Toner Cartridge 1. Brother Mfc-l8900 Cdw Toner, Tn-456 Bk, Black * Sealed Brand New And Original * Paper Yield: 6,500 Pages * What's In A Box: 1 X Brother Tn-456 Black Toner Cartridge 19 Piece ◻ Comply ◻ Not Comply 2. Brother Mfc-l8900 Cdw Toner, Tn-456 M, Magenta * Sealed Brand New And Original * Paper Yield: 6,500 Pages * What's In A Box: 1 X Brother Tn-456 Magenta Toner Cartridge 19 Piece ◻ Comply ◻ Not Comply 3. Brother Mfc-l8900 Cdw Toner, Tn-456 C, Cyan * Sealed Brand New And Original * Paper Yield: 6,500 Pages * What's In A Box: 1 X Brother Tn-456 Cyan Toner Cartridge 19 Piece ◻ Comply ◻ Not Comply 4. Brother Mfc-l8900 Cdw Toner, Tn-456 Y, Yellow * Sealed Brand New And Original * Paper Yield: 6,500 Pages * What's In A Box: 1 X Brother Tn-456 Yellow Toner Cartridge 19 Piece ◻ Comply ◻ Not Comply 1. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 15 Calendar Days Upon Receipt Of Notice To Proceed. 2. Terms Of Payment Payment Shall Be Made On The Following: 1. Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. 2. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance”. Statement Of Compliance Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully 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 [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. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.

Environmental Management Bureau Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 553.7 K (USD 9.4 K)
Details: Description Request For Quotation (rfq) Supply Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby Rfq No. Emb-pgss-2024-248 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 Uom Abc Supply Of Labor And Materials For The Proposed Beautification Of The Executive Lobby 1 Lot 1. A. Site Works And Clearing 1 Lot 11,000.00 B. Wall Partitions 1 Lot 60,000.00 C. Door Windows And Glass Partitions 1 Lot 130,000.00 D. Electrical Works 1 Lot 10,000.00 E. Paitning Works 1 Lot 11,000.00 F. Others 1 Lot 153,300.00 Total Cost Of Materials 363,300.00 Total Cost Of Labor 58,600.00 Total Direct Cost 421,900.00 Total Indirect Cost 105,475.00 Ocm (15%) 63,285.00 Profit (10%) 42,190.00 Tax (5%) 26,368.75 Total Project Cost Php553,743.75 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 Php553,743.75. 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. 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 January 22, 2024. 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 Of Labor And Materials For The Proposed Beautification Of The Emb Executive Lobby Under Rfq No. Emb-od-2024-12-248 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 Certificate E) Omnibus Sworn Statement-original & Notarized F) Valid Pcab License (category C Or Above) 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 Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby Quantity: 1 Lot 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 1 Lot Supply Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby 1 Lot A. Site Works And Clearing 1 Lot 1 Lot B. Wall Partitions 1 Lot C. Door Windows And Glass Partitions 1 Lot D. Electrical Works 1 Lot E. Paitning Works 1 Lot F. Others 1 Lot Note: Please Call (02) 8539-4378 Local 107 Or 145 For The Copy Of Tor 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 1. Supply Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Lot A. Site Works And Clearing 1 Lot 1 Lot B. Wall Partitions 1 Lot C. Door Windows And Glass Partitions 1 Lot D. Electrical Works 1 Lot E. Paitning Works 1 Lot F. Others 1 Lot Note: Please Call (02) 8539-4378 Local 107 Or 145 For The Copy Of Tor 1 Lot 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 _____

Environmental Management Bureau Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description 2 Request For Quotation (rfq) Food, Venue And Accommodation For The Multi-stakeholder (msh) Second Consultations On Updating Of The Integrated Water Quality Management Framework (iwqmf) Rfq No. Emb-wqms-2025-02-017 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. Food, Venue And Accommodation For Multi-stakeholder (msh) Second Consultations On Updating Of The Integrated Water Quality Management Framework February 26-27, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors 100 Pax 2,500.00 500,000.00 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 Php500,000.00. 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. 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 19, 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 Food, Venue And Accommodation For The Conduct Of Second Updating Of (iwqmf) Under Rfq No. Emb-wqms-2025-02-017 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 Food, Venue And Accommodation For The Second Updating Of (iwqmf) Quantity: 100 Pax 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 100 Pax Food, Venue And Accommodation For Multi-stakeholder (msh) Second Consultations On Updating Of The Integrated Water Quality Management Framework February 26-27, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors 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 Food, Venue And Accommodation For Multi-stakeholder (msh) Second Consultations On Updating Of The Integrated Water Quality Management Framework February 26-27, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 100 Pax 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 _____

Environmental Management Bureau Tender

Environmental Service
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 615 K (USD 10.6 K)
Details: Description 2 Request For Quotation (rfq) Food, Venue And Accommodation For The Conduct Of Orientation /training Of Philippine Environmental Impact Statement System For (denr-cdd) And (pamo) Rfq No. Emb-eiamd-2025-02-018 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. Food, Venue And Accommodation For The Conduct Of Orientation/training Of The Philippine Environmental Impact Statement System For Denr Conservation And Development Division (denr-cdd) And Protected Area Management Office (pamo) Personnel March 12-14, 2025 Php. 2,500.00 X 82 Pax X 3 Days Venue: Quezon City 82 Pax 2,500.00 615,000.00 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 Php615,000.00. 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. 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 19, 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 Food, Venue And Accommodation For The Orientation/training For Denr-cdd And Pamo Under Rfq No. Emb-eiamd-2025-02-018 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 Food, Venue And Accommodation For Orientation/training On Denr-cdd And Pamo Quantity: 82 Pax 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 82 Pax Food, Venue And Accommodation For The Conduct Of Orientation/training Of The Philippine Environmental Impact Statement System For Denr Conservation And Development Division (denr-cdd) And Protected Area Management Office (pamo) Personnel March 12-14, 2025 Php. 2,500.00 X 82 Pax X 3 Days Venue: Quezon City 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 Food, Venue And Accommodation For The Conduct Of Orientation/training Of The Philippine Environmental Impact Statement System For Denr Conservation And Development Division (denr-cdd) And Protected Area Management Office (pamo) Personnel March 12-14, 2025 Php. 2,500.00 X 82 Pax X 3 Days Venue: Quezon City Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 82 Pax 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 _____

Department Of Human Settlement And Urban Development Quezo Tender

Others
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 68 K (USD 1.1 K)
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 02-0100, S. 2025 Procurement Activity Procurement Of Quarterly Preventive Maintenance Services For The Two (2) Units Of Car Barrier System Of Dhsud Central Office Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) Sixty-eight Thousand Pesos (php68,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 1:00 Pm, February 10, 2025 Delivery Schedule Delivery Of Goods/items Shall Be Seven (7) To Fourteen (14) Calendar Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Said Activities Are As Follows: Technical Specifications Procurement Of Periodic Preventive Maintenance Services For The Two (2) Units Car Barrier System For Dhsud Central Offices I. Background/rationale The Dhsud Building Has Two (2) Units Car Barrier System Located At Gate 3 And At The Car Parking Entrance Along Mayaman Street That Serves As The Primary Security System For Incoming Vehicles Of Employees And The Public Who Transact Business With The Dhsud. This Preventive Maintenance Service (pms) Covers The Supply Of Labor, Tools And Supervision Of The Technical Services For The Quarterly Preventive Maintenance Services Of The Car Barrier System In Order To Maintain Its Good Operational Condition And Minimize Operation Downtime. Ii. Contract Period The Contract Period Is For Four (4) Quarters From January To December 2025 With The Delivery Of Services To Start From The Signing Of Work Order. The Pms Schedule Are As Follows: A. 1st Quarter (january To March 2025) B. 2nd Quarter (april To June 2025) C. 3rd Quarter (july To September 2025) C. 4th Quarter (october To December 2025) Iii. Approved Budget For The Contract (abc) The Abc For The Project Is Sixty-eight Thousand Pesos (php68,000.00) Inclusive Of All Applicable Government Taxes As Included In The Dhsud Approved Annual Procurement Plan For Fy 2025. Iv. Scope Of Work The Service Provider Shall Provide The Department With The Following Services: 1. Provision Of At Least Four (4) Quarterly Preventive Maintenance Services For The Two Units Car Barrier System. The Preventive Maintenance Services Shall Be Done During Weekdays From 8:00 Am To 5:00 Pm; 2. Attend To The Minor Repairs Needed To Keep The Car Barrier System Effectively Operating Within The Parameters; 3. Provide The Necessary Tools And Equipment To Perform The Preventive Maintenance Services; 4. Submit A Separate Quotation For The Parts That Needs To Be Replaced Found During The Conduct Of Preventive Maintenance Services. Warranty Period For The Replaced Parts Should Be Six (6) Months; 5. Preventive Maintenance Shall Be Performed By A Qualified Field Technician; And 6. Submit Detailed Reports Based On The Schedule Of Maintenance Activities. V. Duties And Responsibilities Of The Service Provider The Service Provider Shall: • Perform All Services Using Personnel Who Are Specialists In Car Barrier, Electro-mechanical And Electronic System Maintenance Service; • All Service Personnel Shall Comply With The Safety Regulations Set Forth By The Department; • All Service Personnel Shall Be Provided With The Necessary Safety Equipment; And • Provision Of Two (2) Free On Call Service Per Quarter For Checking/assessment Of Units In Case Of Emergency Or Breakdown. Vi. Terms Of Payment The Services Provider Shall Be Paid On A Monthly Basis Upon Inspection And Acceptance By Gsd And Duly Noted By The Undersecretary For Administrative And Finance Services And Submission Of A Monthly Billing Invoice And Service Report. Vii. Qualifications Of The Service Provider The Service Provider Shall Submit The Following Documents: 1. Latest Business Permit Showing That Its Primary Business Is Integrated Electronic Security And Maintenance Services Of Such And With At Least Five (5) Years Of Experience In The Business; And 2. Philgeps Registration Number. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss): Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To Processing Of Payment; D. Supporting Documents (as May Be Applicable): For Sole Proprietorship – Dti Business Name Registration; For Partnership/corporations: Notarized Special Power Of Attorney, Or Notarized Secretary’s Certificate, Whichever Is Applicable; If The Authorized Representative In The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories; And E. Latest Tax Clearance. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of Quarterly Preventive Maintenance Services For The Two (2) Units Of Car Barrier System Of Dhsud Central Office Request For Quotation No.: 02-0100, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ____________________________ Name Of Authorized Representative : ____________________________ Designation/position : ____________________________ Address : _____________________________ Telephone No./mobile No. : _____________________________ Email Address : _____________________________ Philgeps Registration No. : _____________________________ Tax Identification No : _____________________________ Type Of Registration : Vat ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : Bank Account Number : (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature: _______________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

Bureau Of Plant Industry Tender

Telecommunication Services
Corrigendum : Tender Amount Updated
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 305.4 K (USD 5.2 K)
Details: Description Rfq No. 0254 Pr No. 0479-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Ict Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: March 07,2025 (9:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Thirty (30) Calendar Days Upon Reciept Of Purchase Order (p.o). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 305,487.50 End User: Nsqcs Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Ict Supplies 75 Pieces Otg Flashdrive Usb Type-c Port And On-the-go (otg) Support, Retractable Design With Reversible Usb Type-c Connector And A Traditional Usb Connector, High-speed Usb 3.1 Performance Of Up To 130mb/s Read Speeds ( Usb Type-c Port With Usb 3.1, Gen. 1/usb 3.0 Support Required), With Compatible Android App On Google Play 600.00 ₱45,000.00 19 Pieces Portable Drive, 1tb (external Hard Drive, 1 Terabyte Storage Capacity, Black, Polished Aluminum Texture, Usb-c, Usb 2.0/3.0 Ready, Compatible With Windows And Mac) 3,294.50 ₱62,595.50 12 Pieces Computer Keyboard (full-sized Keyboard With Integrated Number Pad,plug And Play, Spill Resistant Design, Durable Keys, Sturdy Tilt Legs With Adjustable Height, Deep-profile Keys, Corded, Compatible With Windows And Mac) 525.00 ₱6,300.00 13 Pieces Comnputer Mouse (plug-and-play, Corded, Ambidextrous Design, Broad Compatibility, Line-by-line Scrollng,180 Cm Cable Length, 1,000min./max Opticla Tracking Dpi, Usb Port, Compatible With Windows And Mac) 407.50 ₱5,297.50 10 Pieces Computer Speaker (compact Stero Speakers, Usb Port For Power, Headphone Jack,3.5mm Input,with Power And Volume Contols) 630.00 ₱6,300.00 10 Pieces Internal Solid State Drive, 500gb Ultra 3d 2.5 Sata3 Ssd, 500gb 5,010.00 ₱50,100.00 4 Pieces 8gb Ram For Laptop Computer, Memory Capacity: 8gb, Speed: 2666mjz (pc4-21300), Error Check: Non-ecc, Model/series/type: Kcp, Module Type: Sodimm, Cas Latency:cl19, Form Factor: Ddr4, Rank:1r (single Rank), Pins: 260 Pin, Operating Temperature: 0c To 85c, Memory Voltage:1.2v, Memory Depth:1g, Product Condition: New Product Type/family: Ram, Datawidth:x64, Chip Organization: X8 1,950.00 ₱7,800.00 9 Pieces Usb C To Hdmi Vga Adapter Type-c To Multi-port Adapter, Connector: Type-c Male, Hdmi Femal+vga Female+usb3.0 Female+type-c Female (chargeonly), Hdmi 1.4-upto 4k@30hz,downward Compatible With 2k@60hz, Downward Compatible With 1080i@60hz, 720@60hz; Usb 3.0- Up To 5gbps Transfer Speed, Downward Compatible With Usb 2.0 Peripherals. Supports Usb Devices Like Mouse, Keyboard, Flash Drive, Hard Drive, Headset, Printers; Type-c Female Port Supports Pd Charging Up To 87w, Conductor: Tinned Copper, Shell: Aluminum Alloy + Abs, Shielding: Aluminum Foil, Jacket: Pvc, Length: 0.15m,warranty: 1 Year 1,255.50 ₱11,299.50 5 Pieces Usb 3.0 3-port Hub & Gigabit Ethernet Adapter (2 In 1 Usb Adapter), Adds 3 Additional Usb 3.0 Ports That Support Transfer Speed Up To 5gbps, 10 Times Faster Than Usb 2.0; Adds Gigabit Ethernet Network Connectivity That Supports Transfer Speed Up To 100mbps; Compact And Light, Plug And Play, Enhance Stability And Compatibility 1,440.00 ₱7,200.00 9 Pieces Usb C Hub Docking Station Hdmi-compatible/card Reader/rj45, Standard: Usb 3.2, Interface Type: Usb Type-c, Docking Station With M.2 Enclosure, Compatible With M.2 Nvme Sata Dual Protocol Ssd, 10 In 1 Docking Station, M.2 Enclosure, 100w Pd Charging, 4k@60hz Hdmi-compatible, Sd/tf Card Reader, With Storage Bag, Ssd Enclosure, Docking Station Usb-c 4,266.50 ₱38,398.50 3 Pieces Travel Tripod Stability Photography Stand 360-degree Rotation (aluminum Alloy For Cameras; Net Weight:1.5kg; Maximum Height: 1585mm; Storage Height: 430mm; Sections; Load Capacity: 8kg) 1,433.00 ₱4,299.00 7 Pieces Wireless Presentation Remote Black, Class 2 Laser, Max Output: Less Than 1mw, Wave Length: 640~660nm (red Light), 2 Aaa Batteries, Battery Life (laser Pointer): 20-hour Maximum, Wireless Operating Distance: Approx 10m2, 2.4 Ghz Wireless Technology, Supports Windows Os, Interface:usb, With Carrying Case, Wireless Mini-receiver, 3-year Manufacturer's Warranty 2,228.50 ₱15,599.50 5 Pieces Usb Adapter Wifi Receiver Ultimate Wi-fi Speed - Ac1300 (400 Mbps On 2.4ghz Band And 867 Mbps On 5ghz Band) Wireless Speed With The Next Generation Wi-fi - 802.11ac, Dual Band Wireless- 2.4ghz And 5ghz Band For Flexible Connectivity, Mini Design, Super Speed Usb 3.0 Port - Up To 10x Faster Transfer Speeds Than Usb 2.0, Mu-mimo, Supports Windows And Mac Os 1,200.00 ₱6,000.00 2 Pieces Bletooth 5.4 Dongle Wireless Usb Adapter For Pc/ Bluetoothnbluetooth 5.4 Dongle Wireless Usb Adapter For Pc/bluetooth Receiver Transmitter, Backward Compatible With 5.3/5.1/5.0/4.0 Bluetooth Version Devices, Supports Connection Of 7 Devices Simultaneously 500.00 ₱1,000.00 8 Pieces Hdweb Camera 1080p With Microphone (web Cam For Laptop Cmos 2 Megapixels Rotate Freely Usb Interface), Product Positioning- Middle Level, Hybrid Lens, Fixed Focus, Field Of 1 Iew-80 Degrees, Video Encoding - H.264, Video Resolution - Fhd1080/ Hd 720p, Auto Light Correction, Built-in Mics, Double Noise Canceling, Usb 2.0 Interface, 1080p, Built-in Omni-directionalmicrophone, Wide-angle Lens, Flexible Rotation, Usb Plug And Play, No Drivers Required 1,362.50 ₱10,900.00 7 Pieces Card Reader ( Supports All Major Flash Cards; High Speed Usb 2.0 Interface With Transfer Rate Up To 480mbps), With High-performance Card-reader Equipped With The Leading-edge Sdhc2.0 Specification 600.00 ₱4,200.00 3 Pieces Router, Dual Band 5ghz, Up To 867 Mbps At 5ghz, 4x Fixed High- Performance Antennas, 1x 10/100m Wan Port And 4x 10/100m Lan Port, Router Mode, Access Point Mode, Range Extender Mode, Ipv6 Supportede, Iptv, Beamforming, Mu-mimo, Agile Config 1,933.00 ₱5,799.00 3 Pieces Usb Port Hub, 8 In 1, Type C, With Lan Cable, Pd Interface: Pd 3.0 100w, Usb-c Cable: 0.2m Nylon Braided Cable, Usb-a Port: 2, 5gbps, Usb-c Port:1, 5gbps, Hdmi Port: 4k60hz, Dp 1.4 Rj45port: 1gbps, Microsd Slot: 50mbps, Sd Slot: 50mbps, Button Funtion: Enables Hdmi Output, Materials: Abs+aluminum Alloy 3,333.00 ₱9,999.00 1 Piece Graphics Card, Afox G 210 (gddr3 1gb/512mb) 7,400.00 ₱7,400.00 "delivery Place: Bpi-property And Supply Section Bpi San Andres, Malate, Manila" Delivery Period: 30 Calendar Days From The Receipt Of Purchase Order (p.o) Grand Total 305,487.50 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
Details: Please See Attachment For Full Rfi Including Images And Diagrams 1.0 General Information 1.1 This Notice Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute As A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Air Force Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi. All Other Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfi Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Beta Sam Website. It Is The Responsibility Of The Potential Offerors To Monitor This Site For Additional Information Pertaining To This Requirement. Respondents Should Indicate Which Portions Of Their Response Are Proprietary And Should Mark Accordingly. Note: This Rfi Is Not Associated With Any Previous Or Ongoing Rfps Or Fair Opportunity Proposal Requests Issued By The Department Of The Air Force (daf). 1.2 Feedback. Submission Is Voluntary. Respondents Are Advised That Af/a57 And Afrl Are Under No Obligation To Provide Feedback With Respect To Any Information Submitted Under This Rfi. 1.3 Regulatory Guidance. This Publication Constitutes A Request For Information (rfi) As Defined In Federal Acquisition Regulation (far) 15.201(e), “rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.” 2.0 Request For Information (rfi) 2.1 Background the Deputy Secretary Of Defense Defines Decision Advantage As The Ability To Make Better And Faster Decisions Than An Opponent. Current Daf Command And Control (c2) Systems And Processes Are Optimized For Low Intensity Conflict And Do Not Address Decision Advantage Over The Pacing Challenge. Deriving Effective C2 Capability Development Toward Decision Advantage Requires A Clear Understanding Of What C2 Decisions Are. The Daf Advanced Battle Management System (abms) Cross Functional Team (cft) Provides A Quantitative Model For The Joint Warfighting Function Of C2 As The Command, Plan, And Battle Management Decision Domains. Each Of These Decision Domains Are Decomposed In The Transformational Model For Decision Advantage (tm) Using Model-based Systems Engineering Which Bring These C2 Decisions To Light In A Detailed Manner. the Tm Describes Military Decisions Being Made Within A Human-machine Team (hmt), Including Specific Choices Within These Domains And The Battlespace Information Needed To Inform Said Choices. Therefore, The Tm Provides Foundational Requirements For C2 Decision-making That Are Universal (agnostic To Time Epoch, Process, Geography, Organization, Doctrine, Among Others). Additional Information On The Tms Can Be Found At: Sam.gov the Transformational Model – Battle Management (tm-bm) Is Comprised Of 13 Distinct And Orthogonal Subfunctions (figure 1) Deduced From The Following Operational Environment (oe) Assumptions/axioms: no Entities Exist In Identical States Simultaneously. force Distributions In The Oe Are Not Uniform. the Oe Evolves Over Time. information Is Incomplete And Uncertain. missions Are Difficult And Resources Are Constrained. in Oes Where These Assumptions Apply (which Will Be The Case For The Pacing Challenge), The Tm-bm Subfunctions Explain The Comprehensive Set Of Battlespace Information Elements And Decisions An Hmt Must Make To Battle Manage The Battlespace. Consequently, Tm-bm Reveals Measures Of Performance And Give Structure To A Design Of Experiments (doe) That Best Characterize A Battle Management Hmt. figure 1: Transformational Model – Battle Management Subfunctions. the Resulting Analysis Delivers C2 Decision Advantage Requirements To Military Capability Developers And Acquisition Professionals Through Rigorous Defensible Analysis. 2.2 Problem Statement. Emerging C2 Solutions Focus On Decision Support (i.e., System Interoperability, Information Exchange, And Information Presentations, I.e., Battlespace Awareness/display) And Do Not Directly Address Decision Advantage (i.e., Software That Machine-assists/automates Battle Management Decision-making). To Win Against A Peer Adversary, The Joint Force Must Achieve Decision Advantage By Equipping C2 Hmts With Automation To Sort Through Complex And High-volume Battle Management Decisions With Faster Tempo And Improved Decision Quality. 2.3 Decision Advantage Sprint For Hmts (dash) the Abms Cft (af/a57rb), Air Force Research Laboratory, Information Directorate (afrl/ri), And 711 Human Performance Wing (711 Hpw) Are Seeking Information To Host A Transformational Model – Battle Management “perceive Actionable Entity” (pae) Dash Event Tentatively Scheduled For 31 March - 11 April 2025 At The Howard Hughes Operations (h2o) Center In Las Vegas, Nv. Participants Will Be Limited Based On Resource And Space Constraints, And Selected Participants Will Be Notified By 11 March 2025. during The Dash, Participating Software Development Teams Will Witness A Battle Management Crew Making Pae Battle Management Decisions In A Simulated Combat Environment. The Participating Software Developers Will Then Apply The Transformational Model (the Functional Description Of C2 Decision-making) And Their Creativity In Developing An Application/microservice That Helps The Humans Make Faster And Higher Quality Pae Battle Management Decisions. Battle Management Warfighters Will Be Teamed With Coders To Provide Operational Perspective And Feedback. At The End Of The Dash, Each Development Team Will Have The Opportunity To Demonstrate How Their Software Affects Overall Human-machine Team Decision Making During A Culminating Experiment. Experiment Results And The List Of Participants Will Be Shared With Government Stakeholders. Invited Participants Will Retain Their Intellectual Property (ip), Including Any Changes Made Over The Course Of The Week. Government Stakeholders Reserve The Right To Analyze All Collected Sprint Data (including Software Performance And Technical Integration Insights) To Derive, Refine And Mature Functional And Technical C2 Software Requirements. 2.4 Technical Challenge while Perhaps Streamlining And Expediting Battlespace Information Transport And Display, Current And Emerging C2 Systems Still Foist Battle Management Decision-making On The Humans. One Of These Decision Functions Is “perceive Actionable Entity” (pae). Pae Determines Possible, Desirable, And Permissible Actions To Take On Something In The Operational Environment—whether It Is A Target (e.g., To Investigate Or Prosecute) Or A Task Objective (e.g., To Rescue, Refuel, Resupply, Etc.)—to Achieve A Specific Effect, Calculates The Window Of Opportunity For Those Actions, And Highlights Conflicts Between Desired Effects. the Primary Output Of Pae Is A Stream Of Effects, Called Battleeffects, That Map A State Change Onto An Entity And Include Applicable Operational Limits (e.g., Rules Of Engagement) And The Time Window Associated With The State Change. Coding To This Decision Function Is A Tangible Step Toward Building C2 Systems With True Decision Advantage Attributes. the Pae Dash Aims To Answer The Following Core Questions: how Many Pae Decision Opportunities Are Recognized/missed? how Fast Can The Hmt Make Its Decision? how Accurate Or Error Free Are The Hmt’s Decisions? how Confident Is The Human Operator In The Hmt’s Solution? what Are Some Technical Software Attributes/requirements That Must Be Considered Along With The Functional Requirements? software Attributes Will Be Assessed Based On Hmt Decision Speed, Correctness, Completeness, And User Experience. Experiment Details Will Be Distributed Along With This Rfi. 3.0 Request For Information (rfi) Abstracts 3.1 Content And Format no Classified Information Should Be Included In The Rfi Response. Section A: A Cover Page (not To Exceed A Single Page) Identifying The Company Or Organization, Cage Number, Street Address, And The Names, Emails, Company Web Page Url, And Telephone Numbers Of The Point Of Contact. In The Case Of Partnerships, Please Provide The Appropriate Information For The Lead Poc. Include The Names, Emails, And Phone Numbers Of Up To Five Personnel Who Would Be Available, If Invited By The Government, To Attend A Pae Dash Event From 31 Mar – 11 Apr 2025 At The Howard Hughes Operations (h2o) Center In Las Vegas Nv. A Formal Sprint Announcement Will Not Be Posted To Sam.gov, Invitations Will Be Sent Directly To Those Organizations That Are Invited To Attend. state Whether Your Company Is A Small Business Such As 8(a), Small Disadvantaged Business, Women-own Business, Hubzone Small Business, Veteran-owned Business, Or Service-disabled Veteran Owned Business. Also Include A Statement As To Whether Your Company Is Domestically Or Foreign Owned. If Foreign, Indicate The Country Of Ownership. also Provide A Short Summary Statement Of The Company’s Or Party’s Experience/capabilities And A Short Summary Of The Organization’s Experience In The Areas Described Above. This Section Is Not Included In The Page Count. Section B: Technical Summary. The Government Is Assessing The Current State-of-the-art And Potential Near-term Solutions. The Rfi Should Reflect An Understanding Of The Pae Decision Function, Describe The Potential Product Solution, And Address Coverage Of The Requirements Stated In This Rfi (“technical Challenge”) By The Potential Solution. As Part Of “understanding Of The Pae Decision Function”, Include An Unclassified Military Use Case (short Vignette) That Demonstrates The Company’s/party’s Understanding The Pae Decision Function, I.e., What In The Scenario Constitutes A Chain Of Events Leading From Knowledge About An Entity Of Interest To Knowledge About A Battle Effect With A Time Window. the Abstract Shall Not Exceed 5 Pages Including Figures. All Abstracts May Be Single Spaced With A Font No Smaller Than 11 Pt Font. All Responses To This Announcement Must Be Addressed To Pocs, As Discussed In Section 6.0 Of This Announcement. Responses Should Be Submitted In Microsoft Office Word Or Pdf Format. 3.2 Additional Information. The Submitted Documentation And Content Thereof Becomes The Property Of The U.s. Government And Will Not Be Returned. It Does Not Commit The Government To Reply To Information Received. 3.3 Proprietary Information. This Notice Is Part Of Government Market Research. Information Received From This Request Will Be Considered As Sensitive And Will Be Protected As Such. Any Company Or Industry Proprietary Information Contained In Responses Should Be Clearly Marked By Paragraph, So That Publicly Releasable And Proprietary Information Are Clearly Distinguished. Any Proprietary Information Received In Response To This Request Will Be Properly Protected From Unauthorized Disclosure. The Government Will Not Use Proprietary Information Submitted From Any One Source To Establish The Capability And Requirements For Any Future Acquisition, So As To Inadvertently Restrict Competition. 4.0 Special Considerations. Government Representatives May Or May Not Choose To Meet With Vendors Responding To This Rfi. Such Discussions Would Only Be Intended To Get Further Clarification Of Potential Capability To Meet The Requirements. the Government Will Review Abstracts And Provide Email Notification No Later Than 14 Mar 2025 Of Those Selected For Participation In A 31 Mar – 11 Apr 2025 Dash Event At The H2o Center In Las Vegas Nv To Be Held At The Unclassified Level. If Selected And Invited By The Government, No More Than 4 Individuals From Each Company May Participate In The Sprint Week. Invitees Should Rsvp No Later Than 21 Mar 2025 With Employee Name, Email, Phone Number, And Clearance Information To Poc Identified In Section 6. 5.0 Schedule. 21 Feb 2025: “ask Me Anything” On Microsoft Teams (1100 – 1300 Eastern Time) join The Meeting Now Meeting Id: 993 409 633 53 Passcode: Vr9vr9t9 +1 410-874-6750 Conference Id: 265 986 706# 7 Mar 2025: Industry Abstracts Due To Government By 1500 Eastern. 11 Mar 2025: Government Invites Selected Participants. 21 Mar 2025: Industry Rsvps Due. 31 Mar – 11 Apr: Pae Dash, H2o Center, Las Vegas Nv. 31 March: Academics And Initial Battle Management Scenario Run 1-4 April: Software Development 7 April: Optional Mid-course Checkpoint With Battle Management Scenario Run 7-8 April: Software Development 8-10 April: Final Scenario Run With Software Subject Matter Experts 6.0 Point Of Contacts: 6.1 Non-government Advisors. Non-government Advisors May Be Used In The Evaluation Of Responses And Have Signed Non-disclosure Agreements (ndas) With The Government. Additional Ndas Will Not Be Required. Instead, A Response To This Rfi Will Be Considered An Implicit Acknowledgement And Acceptance Of The Fact That Non-government Advisors Will Be Assisting The Government In This Process. The Government Understands That Information Provided In Response To This Rfi Is Presented In Confidence And May Contain Trade Secret, Commercial Or Financial Information, And It Agrees To Protect Such Information From Unauthorized Disclosure To The Maximum Extent Permitted Or Required By – 18 Usc 1905 (trade Secrets Act); 18 Usc 1831 Et Seq. (economic Espionage Act); 5 Usc 552(b) (4) (freedom Of Information Act); executive Order 12600 (pre-disclosure Notification Procedures For Confidential Commercial Information); And any Other Statute, Regulation, Or Requirement Applicable To Government Employees 6.2 Agency Contacts: Rfi Responses Should Be Submitted Electronically, Via Email (or A Dod Safe Link Can Be Provided) To: primary Technical Poc: lt Col Timothy Wintch abms Cft (af/a57rb) timothy.wintch@us.af.mil alternate Poc: dr. Elizabeth Frost 711 Hpw/rhtwc elizabeth.frost.7@us.af.mil

Environmental Management Bureau Tender

Electronics Equipment...+3Electrical Goods and Equipments, Publishing and Printing, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 150 K (USD 2.5 K)
Details: Description 2 Request For Quotation (rfq) Supply And Delivery Of Epson Ink Wf-5890 Rfq No. Emb-oad-2024-12-250 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 And Delivery Of Epson Ink Wf-5890 Epson Wf-c5890 Black- Genuine 12 Cart 4,690.00 56,280.00 Epson Wf-c5890 Cyan- Genuine 6 Cart 4,950.00 29,700.00 Epson Wf-c5890 Yellow- Genuine 6 Cart 4,950.00 29,700.00 Epson Wf-c5890 Magenta- Genuine 6 Cart 4,950.00 29,700.00 Epson W-c5890 Maintenance Box 2 Cart 2,310.00 4,620.00 Total 150,000.00 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 Php150,000.00. 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 January 20, 2024. 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 And Delivery Of Epson Ink Wf-5890 Under Rfq No. Emb-oad-2024-12-250 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 Return 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 And Delivery Of Epson Ink Wf-c5890 Quantity: Cart 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 And Delivery Of Epson Ink Wf-c5890 12 Cart Epson Wf-c5890 Black- Genuine 6 Cart Epson Wf-c5890 Cyan- Genuine 6 Cart Epson Wf-c5890 Yellow- Genuine 6 Cart Epson Wf-c5890 Magenta- Genuine 2 Epson W-c5890 Maintenance Box 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 And Delivery Of Epson Ink Wf-c5890 Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Epson Wf-c5890 Black- Genuine 12 Cart Epson Wf-c5890 Cyan- Genuine 6 Cart Epson Wf-c5890 Yellow- Genuine 6 Cart Epson Wf-c5890 Magenta- Genuine 6 Cart Epson W-c5890 Maintenance Box 2 Cart 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 _____

Environmental Management Bureau Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 380 K (USD 6.4 K)
Details: Description 2 Request For Quotation (rfq) Food, Venue And Rental Of Led Wall For The Conduct Of Recognition Of Partners On Environmental Sustainability Rfq No. Emb-eeid-2025-01-006 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. Food, Venue And Rental Of Led Wall For The Conduct Of Recognition Of Partners On Environmental Sustainability On February 7, 2025 Venue: Quezon City Rental Of Led Wall (8.2 X 11.48 X 3-4ft) Including Lights And Sounds System 160 1 Total Pax Lot 2,000.00 60,000.00 320,000.00 60,000.00 380,000.00 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 Php380,000.00. 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 January 27, 2024. 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 Food, Venue And Rental Of Led Wall For The Conduct Of Recognition Of Partners On Environmental Sustainability Under Rfq No. Emb-eeid-2025-01-006 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 Food, Venue And Rental Of Led Wall For The Conduct Recognition Quantity: Lot 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 160 1 Pax Lot Food, Venue And Rental Of Led Wall For The Conduct Of Recognition Of Partners On Environmental Sustainability On February 7, 2025 Venue: Quezon City Rental Of Led Wall (8.2 X 11.48 X 3-4ft) Including Lights And Sounds System 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 Food, Venue And Rental Of Led Wall For The Conduct Of Recognition Of Partners On Environmental Sustainability On February 7, 2025 Venue: Quezon City Rental Of Led Wall (8.2 X 11.48 X 3-4ft) Including Lights And Sounds System Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 160 1 Pax Lot 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 _____

Environmental Management Bureau Tender

Others
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 240 K (USD 4.1 K)
Details: Description Request For Quotation (rfq) Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Rfq No. Emb-pppdd-2025-01-001 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 Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting -live-in -room Accommodation: Twin Sharing (individual Beds) With Complete Amenities Meals Requirements: -buffet Breakfast, Am Snack, Lunch, Pm Snack, Dinner -live-out -am Snack, Lunch, Pm Snack And Dinner Function Room Requirements: -conference Set-up (classroom Type) -2 Lcd Projector With Wide Screen -sound System And Rostrum -space For Secretariat Registration -3 Units Of Microphone & Mic Stand -with Free Flowing Coffee -backdrop & Welcome Streamer -free & Reliable Wifi Internet Access Within Quezon City 20 70 Pax Pax 2,500.00 2 Days 2,000.00 100,000.00 140,000.00 1. 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 Php78,000.00. 2. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 3. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 4. Quotations Must Be Delivered To The Address Below Not Later Than 12:00 P.m. Of January 17, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 5. 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. 6. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Rfq No. Emb-pppdd-2025-01-001 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. 7. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 8. The Delivery Period Shall Be Within Fifteen (15) 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. 9. 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 10. 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. 11. 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 A Contract Award, Without Thereby Incurring Any Liability To The 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 Fulfil The Contract. 12. 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. 13. 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 Certificate 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 Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Quantity: 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 20 70 Pax Pax Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting -live-in -room Accommodation: Twin Sharing (individual Beds) With Complete Amenities Meals Requirements: -buffet Breakfast, Am Snack, Lunch, Pm Snack, Dinner -live-out -am Snack, Lunch, Pm Snack And Dinner Function Room Requirements: -conference Set-up (classroom Type) -2 Lcd Projector With Wide Screen -sound System And Rostrum -space For Secretariat Registration -3 Units Of Microphone & Mic Stand -with Free Flowing Coffee -backdrop & Welcome Streamer -free & Reliable Wifi Internet Access Within Quezon City 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 Qty Uom Unit Price Total Price Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting -live-in -room Accommodation: Twin Sharing (individual Beds) With Complete Amenities Meals Requirements: -buffet Breakfast, Am Snack, Lunch, Pm Snack, Dinner -live-out -am Snack, Lunch, Pm Snack And Dinner Function Room Requirements: -conference Set-up (classroom Type) -2 Lcd Projector With Wide Screen -sound System And Rostrum -space For Secretariat Registration -3 Units Of Microphone & Mic Stand -with Free Flowing Coffee -backdrop & Welcome Streamer -free & Reliable Wifi Internet Access Within Quezon City 20 70 Pax Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15) 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 _____
3111-3120 of 3214 archived Tenders