Uniform Tenders
Uniform Tenders
Department Of Agrarian Reform - DAR Tender
Security and Emergency Services...+1Manpower Supply
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)
Details: Description Technical Specifications Terms Of Reference Provision Of Security Services For F.y. 2025 Introduction The Department Of Agrarian Reform Provincial Office (darpo) Of Zamboanga Del Sur Shall Engage The Services Of A Security Agency In Accordance With Republic Act 11917, Also Known As “the Private Security Services Industry Act”, That Will Provide Duly Licensed, Adequately Trained, And Armed Security Guards To Secure And Safeguard The Employees, The Office Building, Equipment, Vehicles And Other Office Properties, Including Its Premises And Immediate Vicinity From Theft, Pilferage, Robbery, Arson, And Other Unlawful Acts Of Strangers, Third Parties And /or Its Employees And Maintain Peace And Order Thereof At All Times For The Year 2025. General Requirements 1. Complete Licenses And Accreditations As Required In The Eligibility Requirements In The Bidding Documents Including The License To Operate From The Supervisory Office For Security And Investigation Agencies Or (pnp-sosia), License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, And Membership In The Philippine Association Of 2. Department Of Labor And Employment Registration; 3. Agency Experience Of At Least Five (5) Years; 4. Security Guard Must Possess The Following Qualifications: A Filipino Citizen At Least 21 Years Old; Physically And Mentally Fit; Have A Good Moral Character; A Graduate Of High School From Any Deped Recognized Secondary School Whether Public Or Private; Completed The Necessary Pre-licensing Training Program The Pltp/rtc; With Experience Of At Least 1 Year As Security Guard; Secured A Valid License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, Recognizing Him/her To Be Qualified To Perform The Duties Of A Private Security Professional In Accordance With Section 13 Of Ra 11917; Acquired The Required Number Of Training Hours On Public Safety And Security Set By The Philippine National Police (pnp); Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Pnp/nbi-accredited Testing Centers Within The Last Six (6) Months; Secured A Valid Firing Certificate 5. Security Guard Must Not Have Committed Any Unlawful Act Nor Shown Misbehavior/unethical Conduct That Can Be Reasonable Grounds For Disqualification Under Section 21 Of Ra 11917. Grounds For Disqualification: Having Been Convicted Of Any Crime Or Offense Involving Moral Turpitude; Having Been Dishonorably Discharged Or Separated From Employment Or Service; Being Mentally Incompetent; Being A User Or Addicted To The Use Of Dangerous Drugs Or Narcotics; Being A Habitual Drunkard; Dummy Of A Foreigner 6. The Security Agency Has Fully Remitted Premium Payments Of Personnel To The Sss, Hdmf, And Phic For The Last Three (3) Months – To Be Checked During The Post-qualification Of The Lowest Calculated Bidder. 7. The Security Agency Has Established An Office In Pagadian City. Logistical Requirements The Security Agency Shall Provide The Following Minimum Logistical Support To The Security Guards: 1. At Least 1 Set Of Proper Agency Uniform With Visible Identification Badges (free Of Charge To The Guard) 2. 1 Unit Of A Licensed .38 Caliber Pistol Or 1 Unit 9mm Pistol With Ammunition 3. 1 Whistle For Each Of The 6 Security Guards 4. 1 Ac-dc Flashlight 5. 1 Unit Metal Detector 6. 1 Unit Handcuffs 7. 2 Units Umbrella 8. 1 Unit Night Stick 9. Timepiece (synchronized) 10. Writing Pen 11. Notebook And Duty Checklist (electronic Or Not) 12. First Aid Kit 13. Electronic And/or Communication Devices The Dar Shall Provide The Following Counterpart Support: 1. 6 Units Of Fire Extinguishers 2. 6 Units Of Emergency Lights 3. 2 Logbooks The Security Guard Shall Provide For Himself/herself An Extra Set Of Uniform Charged To His/her Personal Account As Per Section 204 Of Ra 11917. Total Number Of Guards Total Number Of Security Guards To Be Deployed 24/7 In Three (3) Intervals Is Six (6). Duty Detail And Area Of Coverage A. Security Services Shall Be Performed 24/7 In Three (3) Shifts At The Provincial Office Of The Dar In Acs Building, Barangay Dao, Pagadian City, Following The Duty Detail Indicated Hereunder: Time Schedule Post Two (2) Guards From 0700h To 1500h – Day Shift Main Entrance Two (2) Guards From 1500h To 2300h – Afternoon Shift Main Entrance Two (2) Guards From 2300h To 0700h – Night Shift Main Entrance B. Each Guard Shall Have A Regular 8-hour Tour Of Duty, Unless When Expressly Required In Writing By Darpo Management That An Overtime For A Maximum Of Four (4) Hours (such As During Late Night/extended Office Activities) Shall Be Taken By The Assigned Security Guards On Specific Posts. C. The Darpo Management Shall Inform The Security Agency In Writing In Case Of Changes In The Duty Detail. Manual Of Operations The Engagement Shall Cover The Following: A. Posting Station Shall Be At The Main Entrance Of The Office Building. B. Control Of Ingress And Egress Of Employees, Clients, And Other Visitors By Regular Updating Of The Logbook To Be Provided By The Dar. C. Conduct Of I.d. Verification And Body Search On All Incoming Clients, Guests, And Other Visitors And Require Them To Deposit Their Firearms And Other Deadly Weapons Before They Be Allowed To Enter The Office Building. D. Recording Of The Incoming And Outgoing Of All Vehicles (darpo’s And Others’) Entering The Office Premises. E. Roving/inspection Of The Office Premises Shall Be Done Two (2) Times In Every Duty Shift. F. Strict Observance Of The Eleven (11) General Orders As Mandated By Section 244 Of Ra 11917 And Its Irr. G. In Case Of Emergency/untoward Incidents (fire, Pilferage, Vandalism, Trespass, Robbery, Arson, Sabotage, Attack, Bomb Scare And Other Forms Of Security Threats) The Security Guard Shall First Attend To The Situation, Maintain Peace And Order Of Things, And Facilitate The Preservation Of Proofs/evidence Of Crime. The Security Guard Shall Immediately Notify The Fire And Police Departments For Reinforcement And Make A Spot Report To Aid The Police In The Conduct Of Investigation. H. The Security Guards Shall Be Under The Supervision And Control Of The General Services Officer (gso)/administrative Officer Iv (ao Iv) Of The Darpo; And Shall Facilitate Implementation Of Internal Office Policies, Rules And Regulations Such As The Policy On Austerity (turning Off Of Lights And Office Equipment When Not In Use); The Policy On Security And Safety (require Guests To Present And Deposit Ids, Firearms/weapons); The Policy On Attendance (require All Employees To Log In And Log Out On The Biometrics Machine); And The New Normal Health & Safety Protocol (enforcement Of The Wearing Of Face Mask, Maintenance Of Social Distancing, Sanitizing Of Hands Of Incoming Personnel/guests). I. Weekly Evaluation/surprise Inspection By A Security Agency Officer Shall Be Done To Ensure That Efficiency, Alertness And Discipline Are Instilled And Practiced By The Guards At All Times In The Performance Of Their Duties And Functions; The Security Agency Officer Shall Ensure That There Is Regular Compliance/implementation Of Security Measures, Procedures And Systems Adopted/applied In The Darpo. J. The Security Agency Shall Provide Opportunities For Skills Upgrading For The Security Guards Such As The Latter’s Enrollment To Security Training Courses, Attendance To Seminars On Personal Security Awareness, Disaster-preparedness And Other Significant Seminars That Will Increase The Level Of Knowledge, Skills And Expertise Of The Guards In Their Field Of Work. K. No Replacement/s Of Security Personnel/guards During The Effectivity Of The Contract Shall Be Allowed, Except Of Death, Resignation From Work, Physical Incapability Etc., Of The Guards Assigned. In The Event That Replacement Of The Security Guards Is Needed, A Written Notice Together With A Bio-data And Credentials Of The Replacements Are Required And This Shall Be Subject To The Approval Of The Darpo Management. L. The Darpo Shall Have The Absolute Right To Ask For The Relief And Replacement Of Any Security Guard In Whom The Former Has Lost Its Trust And Confidence And/or Has Been Found To Be Inefficient And Ineffective In The Discharge Of Duties. M. Supervising Personnel From The Security Agency Shall Conduct Regular Monitoring And Surprise Checking Of The Guards And/or As Requested By The Darpo Management To Ensure Consistent And Quality Security Service. N. The Security Agency Shall Ensure Complete And Timely Payment Of Premium Contributions Due To The Sss, Philhealth And Hdmf As Its Faithful Compliance To Its Written Undertaking Submitted As Part Of Its Bid. Proofs Of Payment Of Social Premium Remittances To Sss, Phic, And Hdmf Shall Be Submitted To The Darpo-sto Division On A Quarterly Basis. O. The Security Agency Shall Submit To The Darpo-sto Division On A Monthly Basis, Copy Of The Payroll Of The Assigned Security Guards And The Corresponding Statement Of Account. Such Payroll And Soa Are Pre-requisites To The Processing Of The Monthly Payment To The Security Agency. Inspection And Performance Assessment A. The Darpo Management Or Its Duly Designated General Services Officer (gso)/administrative Officer Iv (ao Iv) Shall Have The Right To Inspect The Guards Assigned By The Security Agency At Any Time; B. The Darpo Management Or Its Duly Designated Gso Or Ao Iv Shall Have The Right To Conduct Inspection And Performance Assessment To Determine The Quality And Acceptability Of The Services Being Performed By The Guards In Accordance With The Contract; C. On The Basis Of The Result Of The Aforementioned Inspection And Performance Assessment And At The Sound Discretion Of The Darpo Management Through Its Provincial Agrarian Reform Program Officer Ii, The Latter Shall Have The Right To Demand For The Temporary/permanent Replacement Of The Security Guards On Detail; D. As Part Of Darpo Management’s Precautionary And Safety Measures In Implementing The Security Services Contract, The Security Guards Shall Undergo Drug Test At Least Once A Year In An Accredited Pnp Drug Testing Center Or When Required By The Darpo Management. Security Plan The Security Agency Shall Submit A Security Plan That Assesses Security Risks, Develops Measures To Minimize The Risks, Formalizes The Procedures That Will Be Followed To Respond To Security Incidents And The Subsequent Procedures To Undertake In Reporting Such Security Incidents. In Addition, The Security Agency Shall Integrate The Herein Prescribed Security Policies, Rules, Regulations And Procedures Of The Dar-zds With Its Existing Security Protocols And Standards Of Practice In Accordance With R.a. 11917, Also Known As “the Private Security Services Industry Act”. Other Conditions A. There Shall Be No Employer-employee Relationship Between The Darpo Management And The Security -agency/guards During The Engagement Of The Latter Service/s Nor The Former Be Held Liable/accountable For Any Accident, Injury Of Any Kind And/or Even Death Of The Security Personnel/guards Assigned Either On-duty Or Off-duty. B. The Darpo Management Shall Not Be Responsible For Any Claim For Personal Injury Or Damage Including Death Caused To Any Security Guard In The Performance Of His Duties Nor Shall The Darpo Management Be Liable For Any Claims Against The Security Agency For Causes As May Be Allowed/determined By Applicable Laws. Responsibility/liability A. The Security Agency Shall Be Fully Responsible For All Work And Services Performed By Its Security Guards, And Shall For This Purpose Employ Qualified, Competent And Well-trained Guards To Perform The Services Under The Contract. B. The Security Agency Shall Take All Reasonable Measures To Ensure That The Security Guards Conform To The Highest Standards Of Moral And Ethical Conduct. C. The Security Agency Shall Ensure Its Security Professionals Adhere To The Professional Conduct And Ethical Standards Set Forth Under Section 235-236 Of Ra 11917 And Its Irr. D. The Security Agency Shall Assume Full Responsibility For Whatever Damages Or Losses On Any Of The Property Of The Darpo During The Watch Hour Or Tour Of Duty Of Its Guard/s After The Same Fact Of Loss Or Damage Has Been Established As A Result Of The Guard’s Omission, Commission, Negligence, Fault, Laxity Or Misconduct, Following Investigation Conducted Jointly By Both Parties; However, The Security Agency Shall Not Be Held Liable Where Such Losses Or Damages Are Due To Fortuitous Event As Defined In The Civil Code Of The Philippines, Or Where Losses Occurred Under Any Of The Following Causes Or Situation: 1. Where The Damage Or Loss Is Inside A Closed Room, Except Otherwise Proven That The Entrance Thereto Was With Force Upon Things Or Person/s As Defined Under The Revised Penal Code Of The Philippines, And That The Loss Or Damage Has Been Reported To The Security Agency Within Forty-eight (48) Hours Upon Discovery Of Occurrence, Whichever Comes First. 2. Any Property Belonging To The Party Of The Darpo And Issued To Or Held In Trust By Its Employees Shall Be The Sole Responsibility Of Said Employees, Unless Said Property Is Endorsed In Writing And Signed By The Guard. 3. Where The Loss Or Damage Of Items Is The Result Of Robbery In Band, Mob, Violence, Tumultuous Affray, Acts Of Dissident, Acts Of War And Revolution. E. In The Event Of Loss Or Damage To The Premises Or Properties Of The Darpo, The Security Agency Shall Only Be Liable For Its Replacement Or Restitution Thereof In The Same Condition As It Was/they Were Immediately Prior To The Loss Or Damage. F. No Assignment Whatsoever Of The Security Services Contract Shall Be Made To Any Third Party. Waiver From Any Liability A. The Security Agency Shall Hold The Darpo Management Free From Any Liability, Courses Of Action Or Claims Which May Be Filed By Its Security Guards By Reason Of Their Employment With The Security Agency Pursuant To The Contract, Or Under The Provision Of The Labor Code, The Social Security Act, And All Other Laws And Regulations Which Are Now In Force Or Which Hereafter Are Enacted; B. In The Event The Darpo Management Is Impleaded In Any Such Action Or Case, The Department Shall Be Authorized To Withhold From The Security Agency’s Collectible Accounts Such Amounts As Would Be Reasonable To Approximate The Claims Of The Security Guards Against The Security Agency In Case The Same Are Levied Or Exerted Against The Darpo Management. Contract Duration The Engagement Shall Be Effective Within A Period Of Twelve (12) Months Beginning January 1, 2025 To December 31, 2025. Terms Of Payment Payment Shall Be Made For The Account Of The Security Agency On A Monthly Basis Upon Submission To The Dar-zds Through The Administrative Officer Iv, General Services Section Of The Following: Statement Of Account/billing Letter Daily Time Record Duly Signed By Assigned Head Guard, As The Case May Be, And Countersigned By The Administrative Officer Iv Payroll Of The Immediately Preceding Month Proof Of Payment Of Remittances For Social Benefit Premiums (sss, Phic, Hdmf)— Submitted On A Quarterly Basis Contract Amount Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: • Increase In Minimum Daily Wage And Other Wage-related Benefits Pursuant To Law Or New Wage Order Issued After Date Of Bidding. In This Case, The Prescribed Wage/wage-related Benefit Increase Shall Be Borne By The Darpo And The Security Service Contract Shall Be Deemed Amended Accordingly. In The Event That The Darpo Fails To Pay The Prescribed Increases, The Security Agency Shall Be Jointly And Solidarily Liable With The Former; • Increase In Taxes; • If During The Term Of The Contract The Darpo Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. Separability If Any Provision Of This Contract Is Declared Void, Ineffective, Invalid Or Contrary To Law By A Final Judgment Or Decree By Any Court, Commission, Or Other Judicial Or Quasi-judicial Body Of Competent Jurisdiction, The Other Provisions Not Affected By The Said Judgment Or Decree Shall Remain Unimpaired Unless Said Judgment Affects The Contract As A Whole. Exclusivity Of The Venue Of Action/s Actions Arising Out Of This Contract Shall Be Filed With The Court Of Competent Jurisdiction In Pagadian City To The Exclusion Of All Other Courts.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Food Products
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents
Description: This Request For Information (rfi)/sources Sought Notice Is Issued Solely For Information And Planning Purposes. This Is Not A Solicitation.
submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e).
disclaimer
this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought/rfi Description
this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311991 (size Standard Of 700 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing List Of Fresh Produce For Nutrition And Food Service For San Diego Va Healthcare System. Contractor Shall Provide Listed Products At Firm-fixed-price During Contractual Performance Period While Meeting All The Requirements Listed In Statement Of Work.
statement Of Work
the Contractor Will Provide Fresh Produce Products Listed On The Schedule To The Va San Diego Healthcare System. Orders Shall Be Placed By Email, Telephone, In Writing Via Fax, Or Via Contractor Web Site As Mutually Agreed Upon Between The Facility Cor And Contractor One Business Day Prior To The Anticipated Delivery Date. The Awarded Contract Shall Be For 12 Months From The Date Of Award. Anticipated Period Of Performance Is April 1, 2025 March 31, 2025 (estimate).
evaluation Of Offers Will Be Based On Capability To Meet The Government Requirements, Past Performance, And Price. preference May Be Given To Offers That Provide Prices For Product In Containers As Specified. However, Vendors May Offer Alternate Container (packaging) Options And Pricing. award Will Be Made To The Offeror That Is Determined To Be The Best Value For The Government. alternative Methods, (i.e. Organic) Are Encouraged. If Presenting Alternative Methods, Please Specify That In Your Bid.
compliance With Federal Laws And Regulations
the Delivered Products Shall Comply With All Applicable Federal, State And Local Mandatory Requirements And Regulations Relating To The Preparation, Packaging, Labeling, Storage, Distribution, And Sales Of The Products With The Commercial Marketplace.
by Submitting An Offer, The Contractor Certifies That The Products Offered Meet The Requirements Of The Solicitation And:
requirements Of Federal, State And Local Regulations
conforms To The Producer S Own Specifications And Standards, Including Product Characteristics, Manufacturing Procedures, Quality Control Procedures, And Storage And Handling Practices
has National Or Regional Distribution Storage Facilities Located Within The United States, Its Territories, Or Possessions
is Sold On The Commercial Market
inspection Of Facilities:
all Product Furnished Under The Awarded Contract Shall Be Processed At Facilities That Have Been Inspected By The Federal Government. approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspection Was Made Not More Than Six (6) Months Prior To The Proposed Contract Period.
the Contracting Officer Or His/her Designee Reserves The Right To Make Pre-award, On-site Survey And Inspection Of The Plant, Personnel, Equipment And Processes Of The Offeror Prior To Making Award And Conditions Found Will Be Considered In Awarding The Contract.
inspection(s) May Also Be Made At Any Time During The Life Of The Contract And, If It Is Found That The Contractor Is Not Complying With Specifications, Deliveries Will Be Rejected And The Products Covered By This Contract Will Be Procured In The Open Market. any Excess Cost Occasioned By This Action Will Be Charged Against The Contractor S Account.
the Government Reserves The Right To Determine Proof Of Such Conformance Prior To The First Delivery From Point Of Origin And Any Time Thereafter, Up To And Including Delivery At Destination As May Be Necessary To Determine Conformance With The Provisions Of The Contract.
all Deliveries Shall Conform In Every Respect To The Provisions Of The Federal Food, Drug And Cosmetic Act And Any Other Applicable Laws And Regulations.
manufacturing Standards
when The Manufacturing Plant Is Identified On The Shipping Documents Accompanying The Delivery, The Plant Shall Be Identified By Its Complete Name, Address, And Plant Code.
products Manufactured To Metric Dimensions Will Be Considered On An Equal Basis With Those Manufactured Using Inch-pound Units, Providing They Fall Within The Tolerances Specified Using Conversion Dimensions. If Those Dimensions Exceed The Tolerances Specified In The Inch-pound Units, A Request Should Be Made To The Contracting Officer To Determine If The Product Is Acceptable. the Cotr, In Accordance With The Contracting Officer, Will Accept Or Reject The Product. product Quality And Freshness
physical Hazards: Products Shall Be Clean, Sound, Wholesome, And Be Free From Foreign Material Such As, But Not Limited To, Dirt, Insect Parts, Hair, Wood, Glass, Or Metal.
mold: Products Shall Include Mold Inhibitors Of Proper Levels As Allowed By The Federal Food, Drug And Cosmetic Act.
odors: all Products Shall Be Free From All Undesirable And Objectionable Odors And Have A Pleasingly Sweet Distinctive Individual Characteristic Flavor. color: All Products Shall Be Uniformly Colored Throughout And Characterize The Type And/or Flavor It Represents.
consistency:
products Shall Not Be Slimy.
they Shall Be Free From Undesirable Gas Formation.
fresh Produce Shall Have Sufficient Remaining Shelf Life Commensurate With Good Practices And At A Minimum:
prepared (sliced, Diced, Chopped, Etc.) Produce Has A Minimum 5 Days Of Shelf Life After The Date Of Delivery.
packaging, Packing And Labeling
packaging And Packing:
all Packaging And Packing Shall Be In Accordance With Good Commercial Practice. Labeling Shall Be In Accordance With Commercial Labeling Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated Thereunder.
the Identification On The Primary Container May Consist Of Either The Manufacturing Plant Name And Address Or A Manufacturing Plant Code.
the Package Shall Be Clean, Sound, And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, And Contamination. All Products/ingredients Shall Be Clean, Sound, Wholesome, And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With This Provision Shall Be Considered Grounds For Default Of The Contract. unless Otherwise Specified, Preservation, Packaging, And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions And Shall Conform To Normal Commercial Practices And Applicable Carrier Rules And Regulations Involving Shipment From Contractor To Receiving Activity For Storage.
dating:
all Prepared (sliced, Diced, Chopped, Etc.) Items Must Be Identified With Readable Dates (open Code Dates). other Labeling Requirements:
unless Otherwise Specified In The Item Specification Or Solicitation, Marking Shall Be In Accordance With Best Commercial Practice.
any Commercial Or Additional Labeling As Specified Which Complies With The U.s. Food, Drug And Cosmetic Act And Regulations Promulgated Thereunder, Is Acceptable.
authorization
the Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration.
subcontractors:
the Contracting Officer Shall Approve/disapprove All Subcontractors Used At Any Time During This Contract. contractor Shall List The Name And Address Of All Subcontractors. the Contracting Officer Shall Be Notified Immediately If The Contractor Should Change Any Of The Subcontractor(s) Utilized For This Contract And Provide Their Name And Address. contracting Officer Shall Approve/disapprove Subcontractors.
note: Far Clause 52.222-37: Public Law (p.l.) 105-339, Section 1354 Provides That No Agency May Enter Into A Contract With A Contractor Who Has Not Filed A Vets-100 Report For The Preceding Fiscal Year Under Title 38 Section 4212(d). A Contract Can Be Placed With That Contractor As Soon As The Report Required By Section 4212(d) For The Fiscal Year Concern Is Filed With The Department Of Labor. P.l. 105-339 Also Increased The Threshold Of Covered Contracts And Subcontracts From $10,000 To $25,000. Contractors Shall Complete This Report At Least 7 Days Prior To The Due Date For Bids In Response To This Solicitation. This Can Be Done Online At Http://www.dol.gov/vets/vets4212.htm. only The Contracting Officer Is Authorized To Make Commitments To Issue Changes Which Will Affect The Price, Quantity And Quality Or Delivery Of This Contract.
the Contracting Officer Shall Authorize Va San Diego And Personnel To Place Delivery Orders For Products Listed In The Schedule Of Pricing As Needed Based On The Established Delivery Schedule.
ordering Capabilities
the Contracting Officer S Representative (cor) Or Other Delegate Of Nutrition And Food Service Shall Place Orders By Email, Telephone, In Writing Via Fax, Via Contractor Web Site, Or Any Manner Consistent With Accepted Business Practices One Business Day Prior To The Anticipated Delivery Date. an Order Number Will Be Provided To Each Facility At The Time The Order Is Placed.
availability, Substitutions And Alternates:
contractor Will Order Quantities Of Products Based On The Facility S Menu Needs, With Oversight And Concurrence From Facility.
all Products Offered Within A Bid Group Will Be Available To Be Ordered For Delivery At Any Location Within That Bid Group.
any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b.
contractor Will Not Substitute Any Items And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Cor Or His/her Designee.
should Any Product Under This Contract Become Unavailable Or Available On A Limited Basis, Either Temporarily Or Permanently, The Contractor Shall Provide The Government With Sufficient Notification Thereof, Offering Possible Substitutions And/or Alternative Sources, To Afford The Government Adequate Opportunity To Approve Or Reject Offered Substitution And/or Make Other Procurement Arrangements.
the Government Does Not Guarantee The Estimated Yearly Quantity.
delivery Specifications
all Deliveries Shall Conform In Every Aspect To The Provisions Of The Food, Drug And Cosmetic Act, Usc Title 21, Chapter 9 (fd&c Act) And Regulations Promulgated There Under.
where Applicable, The Interpretation Of Requirements (descriptive Terms), Methods Ascertaining Grades, Testing, Etc., Shall Be In Accordance With Those Contained In The U.s. Standards For The Products In Effect On The Date Of Solicitation.
deliveries Shall Be Made Between 6:30am And 10:00am, Local Time, On Monday Through Saturday, As Requested By The Cor Or His/her Designee, Excluding Sundays. national Holidays: In Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97, The Following Holidays Are Observed And, For The Purpose, Of This Contract Are Defined As Legal Federal Official Holidays :
new Year S Day (1 January)
martin Luther King's Birthday (third Monday In January)
president S Day (third Monday In February)
memorial Day (last Monday In May)
independence Day (4 July)
labor Day (first Monday In September)
columbus Day (second Monday In October)
veteran S Day (11 November)
thanksgiving Day (fourth Thursday In November)
christmas Day (25 December)
when A Holiday Falls On A Sunday, The Following Monday Shall Be Observed As A National Holiday.
when A Holiday Falls On A Saturday, The Proceeding Friday Is Observed As A National Holiday By U.s. Government Agencies.
also Included Would Be Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday.
deliveries Shall Be Of Specified Items In Quantities Indicated In The Purchase Order Provided.
deliveries Shall Be Made To The Following Locations, Unless Otherwise Directed By The Cor:
va San Diego Healthcare System
building 1, Nutrition & Food Service
3350 La Jolla Village Dr
san Diego, Ca, 92101
delivery Vehicle Specifications:
products Shall Be Delivered In An Enclosed Truck, Which Protects The Products From Dirt Or Other Contamination.
the Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Goods To Assure Safety And Sanitary Transport Of Items Ordered. such Inspections May Be Made On A Random Basis, Upon Delivery, At The Discretion Of The Cor Or His/her Designee.
temperature Requirements:
carrier Equipment From Straight Loads Of Chilled Products Will Be Required To Be Pre-cooled To A Maximum Temperature Of 40-degrees Fahrenheit And Shall Be Capable Of Maintaining Temperature With The Range To Destination.
all Dairy Products Shall Be Received At A Temperature Of 41 Degrees Or Below.
all Delivery Tickets And Invoices Referencing The Purchase Order Number Must Show The Total Items Delivered For Each Line Item.
a Designated Nfs (nutrition & Food Service) Employee Shall Sign For All Deliveries.
the Government Reserves The Right To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To, Correct Product(s) And Quantities, Proper Packaging, Damaged Goods, Etc.
the Contractor Shall Demonstrate Compliance With Performance Standards By Showing That Their Process Adherences To An Appropriately Designated, Validated, Hazard Analysis Critical Control Point (haccp).
any Item Determined Unacceptable Shall Be Refused With Full Credit/replacement, At The Discretion Of The Government. Replacement Of Rejected Products Shall Be Delivered The Same Day, No Later Than 1:00pm, Unless Otherwise Specified By The Cor Or His/her Designee.
off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated, Or His/her Designated Representative.
contractors Shall Be Responsible For Providing Hand Trucks Or Dollies Required To Effect Delivery To Appropriate Location.
all Contractor Delivery Personnel Shall Be Required To Wear A Full Company Uniform, Which Clearly Displays The Name Of The Company And The Individual, And Shall Be Of A Neat, Clean Appearance With Appropriate Hair Containment.
contractor S Employees Shall Wear Identification (id) Badges During The Entire Period Of Time While On Va Property. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below Or Your Intent, Interest To Participation, And Information Provided Will Not Be Considered As Valid For Research Purpose. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Draft/salient Characteristics/sow Requirements. For Instances Where Your Company Cannot Meet The Draft/salient Characteristics/sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Draft/salient Characteristics/sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Draft/salient Characteristics/sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a.
(3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi?
(5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Draft/salient Characteristics/sow?
(6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
(7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified.
(8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items?
(10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act?
(12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate.
(13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail?
(14) Does Your Organization Offer A Leasing Solution? Please Elaborate.
(15) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s).
(16) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract.
(17) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (provide It On Chart #1)
(18) Please Provide Your Sam.gov Unique Entity Id/cage Code Number.
please Indicate If Manufacturer Is/will Be Us Domestic Small Business / Us Domestic Large Business / Foreign (provide It On Chart #1) chart #1:
item Number
description Of Supplies/services
quantity
unit
unit Price
country Of Origin
0001 100.00
cs
__________________
__________________ banana Petite Green Tip 40# Per Case local Stock Number: 0001 0002 7.00
bd
__________________
__________________ parsley, Fresh Bunch Us No. 1 Grade Curly Leaf local Stock Number: 1865 0003 65.00
cs
__________________
__________________ pepper, Green Diced Fresh 5# Bag Sweet Us No 1 Diced 1/4" local Stock Number: 1901 0004 185.00
cs
__________________
__________________ coleslaw, Calico Fresh Trimmed 5# Bag Cored Shredded Medium 75% White 25% Red local Stock Number: 1774 0005 255.00
cs
__________________
__________________ cucumber, Sliced Fresh 5# Bag 1/8 Inch Thick Peeled local Stock Number: 3633 0006 110.00
cs
__________________
__________________ lettuce, Cup Fresh Trimmed Tops 5# Bag Sliced local Stock Number: 5962 0007 79.00
cs
__________________
__________________ onion, Yellow 5# Bag Fresh Peeled, Diced 1/4 Inch local Stock Number: 2054 0008 650.00
cs
__________________
__________________ 4 Way Salad Mix Washed, Trimmed, Cored Prepare In The Following Pre-portions: 70% Chopped Lettuce 20% Chopped Romaine 5% Shredded Carrots 5% Chredded Purple Cabbage local Stock Number: 1841 0009 115.00
cs
__________________
__________________ lettuce Iceberg Shredded, Fresh 5# Bag Medium Cut Trimmed, Cored local Stock Number: 2581 0010 37.00
cs
__________________
__________________ grapes, Lunch Bunch Red 18# Lug Firm Skinned Tender Fleshed Berry Size: 16mm local Stock Number: 0144 0011 1.00
cs
__________________
__________________ apples, Fresh 40# Case Red Delicious 125 Count Fancy Or Better local Stock Number: 2469 0012 30.00
cs
__________________
__________________ strawberries, Fresh 12/12oz 9 Lbs, Us No 1 Grade local Stock Number: 8183 0013 37.00
cs
__________________
__________________ celery, Diced 5# Bag Fresh 1/4 Inch Square local Stock Number: 5156 0014 355.00
cs
__________________
__________________ melons, Cantaloupes Cubes Fresh 1" 5# Tray local Stock Number: 4600 0015 51.00
cs
__________________
__________________ grapes Green Seedless Us No 1 Table 18# Lug local Stock Number: 0143 0016 399.00
cs
__________________
__________________ melon, Honeydew Fresh Cubes 1" 5# Tray local Stock Number: 3587 0017 32.00
lb
__________________
__________________ mint Fresh 1 # local Stock Number: 2891 0018 106.00
cs
__________________
__________________ potatoes Fingerlings 5# Bag local Stock Number: 2113 0019 245.00
cs
__________________
__________________ tangerines, Clementines 5# Bag local Stock Number: 6837 0020 260.00
cs
__________________
__________________ tomatoes, Cherry Us Mo 1 12/12oz local Stock Number: 1403 0021 45.00
cs
__________________
__________________ tomatoes, Pre-diced 1/4" 5# Tray local Stock Number: 1952 0022 644.00
cs
__________________
__________________ lettuce, Spring Mix, 3# local Stock Number: 5269 0023 140.00
cs
__________________
__________________ peppers, Bell, Red, Diced (5# Cs) local Stock Number: 4014 0024 211.00
cs
__________________
__________________ tomatoes, Pre Sliced, 5# Cs local Stock Number: 7402 0025 4.00
cs
__________________
__________________ waterelon, Chunks 5 Lbs local Stock Number: 4846 0026 4.00
cs
__________________
__________________ squash, Butternut Diced 5 Lbs local Stock Number: 9667 0027 92.00
cs
__________________
__________________ onions, Red, Slab-cut Sliced 1/4", 5 Lbs local Stock Number: 2064 0028 2.00
cs
__________________
__________________ apples, Gala 125 Waxf 40 Lbs local Stock Number: 1 0029 2.00
ea
__________________
__________________ oranges, Peeled 4oz Cup Ea local Stock Number: 2 0030 1.00
cs
__________________
__________________ cabbage,green Diced 2"x2 4/5# 20 Lbs local Stock Number: 3 0031 2.00
cs
__________________
__________________ cabbage,red Diced 2"x2 4/5# 20 Lbs local Stock Number: 4 0032 11.00
cs
__________________
__________________ carrots, Carroteenies 100/2 Oz 100 Ea local Stock Number: 08857 0033 20.00
cs
__________________
__________________ cucumbers, Lrg 50/55, 40 Lbs (whole, Not Sliced) local Stock Number: 1226 0034 88.00
ea
__________________
__________________ fruit, Salad Mix Can/hon/red G 4oz local Stock Number: 6 0035 20.00
cs
__________________
__________________ lettuce, Green Leaf Selects 10lbs (washed And Cut Whole Leaves Ready To Serve) local Stock Number: 7 0036 20.00
cs
__________________
__________________ lettuce, Green Leaf, 2 Doz (24 Heads, Not Washed Or Cut) local Stock Number: 1839 0037 2.00
cs
__________________
__________________ lettuce, Romaine 3way 4/5lbs local Stock Number: 07997 0038 1.00
cs
__________________
__________________ oranges, Navel 113 Fcy 40 Lbs local Stock Number: 01642 0039 10.00
cs
__________________
__________________ potatoes, Russet 120 Case local Stock Number: 01312 0040 1.00
cs
__________________
__________________ oranges, Valencia 113 Fcy 40 Lbs local Stock Number: 00271 grand Total
__________________ (19) Is Your Business Registered With California Corporation Commission And/or State Of California? If Not, Which State Is Your Business Registered From?
responses To This Notice Shall Be Submitted Via Email To Sam.choo@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, March 13, 2025 By 10:00 Am Pst. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Bureau Of Plant Industry Tender
Agriculture or Forestry Works
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 342.2 K (USD 5.8 K)
Details: Description Rfq No. O-2025-01-08 Pr No. 25-01-08 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Agricultural And Marine Supplies Under Organic Program Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration A.1. 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 A.2. Platinum Membership Ü No Additional Documents Required, Provided That The Eligibility Documents Are Up To Date 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). Failure To Comply Shall Automatically Forfeit Your Bid. 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry - Baguio National Crop Research, Development And Production Support Center, Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Per Item 10. Deadline For Submission Of Bids: January 31, 2024 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: Fifteen (15) Working Days Upon Receipt Of 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 342,200.00 End User: Ma. Arlene F. Celo Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 60 Pcs. Seedling Tray (35 Holes) 3900 12 Pairs Rainboots For Male ( Size 10; Size 8) 7200 6 Pairs Rainboots For Female (size 7, 8) 3,000.00 6 Pairs Raincoat For Female 7,020.00 12 Pairs Raincoat For Male 6,000.00 4 Rolls Garden Hose (3/4) 99m 14,000.00 3 Pcs. Grubhoe With Handle 1,950.00 3 Pcs. Chinese Hoe With Handle 1,950.00 200 Pcs. Yellow Sticky Trap 10,000.00 25 Pcs. Rubberized Pot (60cm) 17,500.00 15 Rolls Tansi 10,500.00 10 Rolls Plastic Twine 600.00 8 Kgs. Tie Wire # 16 1,350.00 5 Packs Pe Plastic Bag (6 X12; .003) 100pcs/pack 1,000.00 1 Roll Nylon Rope (7mm) 100m 3,000.00 40 Packs Plastic Bag (5x5x8;.003)100/pack 8,000.00 75 Kgs. Cracked Corn 3,535.00 3 Sacks Rice (25kgs) 4,500.00 7 Gals. Molasses 3,493.00 80 Sacks Vermicompost 50kgs/bag 52,000.00 120 Sacks Rice Hull 22,200.00 1 Sachet Lettuce Loose Leaf (grand Rapid) 10g/sachet 600.00 1 Kg. Radish Long White 1,683.50 1 Kg. Pechay (black Behi) 1,683.50 2 Cans Cabbage Seeds -rareball (25 G) 3,320.00 1 Can Ampalaya Var. Bonito (250g) 1,665.00 4 Rolls Clear Pe Tunneling Film 2.7 X.055x 100m 25,200.00 5 Pcs. Trellis Net (7'' X 7"; 2.4m X 100m) 5,650.00 18 Liters Organic Liquid Foliar Spray Occp Registered 14,400.00 18 Liters Organic Liquid Fertilizer For Soil Occp Registered 16,200.00 18 Liters Organic Insecticide -tea Tree Oil Occp Registered 40,500.00 18 Liters Organic Insecticide-matrine Occp Registred 27,000.00 18 Liters Organic Insecticide- Azadirachtin Occp Registered 21,600.00 X-x-x-x-x-x-x-x-x Note: Chemicals Should Not Be More Than 2 Years From The Date Of Formulation X-x-x-x-x-x-x-x-x Grand Total 342,200.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, Guisad, Baguio City 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 Address 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:_______________________________________________________________
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 81.5 K (USD 1.4 K)
Details: Description Request For Quotation No. Sh-002-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: ✔ Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 ✔ Philgeps Registration/organization Number (red Membership) ✔ Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub-total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: February 24, 2025 At 12:00nn. 10. Delivery Period: March 17, 2025 C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done By Lot. 3. Terms Of Payment: Within Thirty (30) Calendar Days Upon Acceptance Of The Items/services Rendered. 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Notice/announcement: Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0282 P3 Abc: Php81,524.00 End-user: Saad Mode Of Procurement: Shopping [section 52.1 (b)] Qty. Unit Item/description Ceiling Price (php) Offered Model/brand Unit Price In Php Total Price In Php (qty. X Unit Price) Supply And Delivery Of Training Supplies And Materials Needed For The Conduct Of Fy 2025 Special Area For Agricultural Development (saad) Phase 2 Marketing Assistance And Enterprise Development (maed) Training Series For Module I, Ii, & Iii 97 Piece Notebook, Stenographer, 60leaves 43.00 291 Piece Ballpen, Black 16.00 97 Piece Envelop, Plastic W 2snap Buttons, Clear, A4, Thickness: 0.2mm 58.00 291 Piece Certificate Holder, A4 Size, Per Piece 65.00 97 Piece Id Jacket W/clip Hard Plastic, Clip: Any Color, Id Jacket Size: 8.5cm (h) X 10.5cm (l) 40.00 6 Jar Glue, All Purpose, 200gms 130.00 15 Pair Scissors # 8 109.00 150 Piece Manila Paper, Size: 36 X 48inches 19.00 100 Piece Permanent Marker, Fine, Black, Flat Tip 64.00 9 Pad Notepad, 2 X2 Inches 400sheets/pad 318.00 20 Piece Certificate Frame, A4, Glass Cover W/wood Board 175.00 20 Roll Tape Transparent, 48mm X 50m 46.00 30 Pack Specialty Paper Board Paper A4 (linen Cream/white 200gsm, 10shests/pack 519.00 9 Piece Sign Pen, 0.8mm (black) 68.00 9 Piece Correction Tape, 15m 133.00 6 Pack Battery Dry Cell ,size Aaa (2's/pack 130.00 10 Pack Cartolina, Assorted Colors, 20's Pack 195.00 20 Roll Tape, Masking, 24mm X 50m 90.00 20 Roll Tape Double Sided, Tissue Type, White 24mm X 10m 171.00 Total Amount (original Signed) Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/or Deliver The Above-mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. _______________________ *signature Over Printed Name Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: Payment Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer, Bank Transfer Fee Shall Be Charged Against The Creditor’s Account. Payment Details: *banking Institution: __________________________________________ *account Number: ___________________________________________ *account Name: _____________________________________________ *branch: __________________________________________________
Bureau Of Plant Industry Tender
Agriculture or Forestry Works
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Rfq No. O-2025-02-15 Pr No. 25-02-15 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Office Supplies Under Organic Program Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration A.1. 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 A.2. Platinum Membership Ü No Additional Documents Required, Provided That The Eligibility Documents Are Up To Date 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). Failure To Comply Shall Automatically Forfeit Your Bid. 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry - Baguio National Crop Research, Development And Production Support Center, Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Lump Sum 10. Deadline For Submission Of Bids: March 03, 2025 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: Fifteen (15) Working Days Upon Receipt Of 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 60,000.00 End User: Cristilyn N. Cuaresma Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 50 Reams Paper, Multicopy A4 Gsm 80 10,175.00 50 Reams Paper, Multicopy Long, Gsm 80 11,275.00 30 Packs Sticker Paper, Long 100pcs/pack (white) 8,250.00 5 Packs Highlighter 3 Pcs/pack 250.00 5 Pcs. Cutter (heavy Duty) Ntl-500 Grt 1,500.00 3 Pcs. Tape Dispenser 1,200.00 1 Pack Expandable Envelope (long) 100 Pcs/pack 600.00 1 Pack Expandable Folder (long) 100pcs/pack 600.00 10 Pcs. Sticky Pad/post-it Pad (3x3) 273.00 2 Boxes Pencil. Lead Hardness 2, 12 Pcs Per Box, High Quality Graphite 400.00 5 Pcs. Marker, Permanent Black Broad Tip 330.00 5 Pcs. Marker, Permanent Black Ultra Fine Tip 350.00 1 Boxes Marker, Board Marker (12 Pcs Per Box) 100.00 5 Boxes Binder Clip (small), 12 Pcs/box 150.00 5 Boxes Binder Clip (medium), 12 Pcs/box 280.00 15 Pcs. Double Sided Tape, Green W/ Foam 1" 660.00 20 Pcs. Scotch Tape 2" 400.00 20 Pcs. Scotch Tape1" 300.00 15 Pcs. Packing Tape 2" 800.00 15 Pcs. Packing Tape 1" 600.00 10 Pcs. Musking Tape 2" 500.00 10 Pcs. Musking Tape 1" 400.00 10 Pcs. Glue Stick (10pcs/pack) 200.00 10 Boxes Staple Wire # 17 Mm 1,000.00 20 Boxes Staple Wire # 35 1,000.00 2 Boxes Staple Wire For Tucker 340.00 6 Pcs. Eraser White, 2-1/2" X 7/8" 420.00 5 Boxes Ballpen 0.5 Retractabje 50 Pcs / Box 1,250.00 12 Boxes Ballpen, 0.4 Mm Ballpoint,12 Pcs/box, Black 3,000.00 4 Rolls Laminating Film 2,000.00 10 Pcs. Wire Binders (15 Mm) 8,000.00 24 Boxes Paper Fastener (metal) 1,680.00 10 Packs Cutter Blades, Heavy Duty, 18mm Extra Sharp Black Blade 1,717.00 X-x-x-x Grand Total 60,000.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, Guisad, Baguio City 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 Address 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:_______________________________________________________________
Department Of Tourism Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 715.5 K (USD 12.4 K)
Details: Description Technical Specifications Services Of An Event Integrator / Event Management Company Tourism Coordinating Council (tcc) Meeting 18 March 2025 | Manila Or Pasay City I. Background Established Under The Republic Act 9593, The Tourism Coordinating Council (tcc) Is An Inter-agency Body Tasked To Coordinate National Tourism Development Efforts, Including Implementing The National Tourism Development Plan (ntdp). The Department Of Tourism (dot) Secretary Serves As The Chairperson With Heads Of The Dot Attached Agencies, National Government Agencies (ngas), And Representatives Of Public And Private Sectors As Members. The Dot As The Lead Agency In The Overall Implementation Of The Ntdp 2023-2028 Strategic Action Programs In Convergence And Partnership With The Identified Ngas Shall Assign Specific Action Plans To Its Internal Offices As Well As Its Regional And Foreign Offices, And Attached Agencies; Initiate The Involvement Of Tourism, Travel-related Private Sector And Non-government Organizations, Civic Bodies And Academe; And Represent The Council To Both The Houses Of Senate And Congress To Expedite The Passing Of Appropriate Laws And Policies In Support Of The Ntdp. In This Regard, The Dot-otdprim Needs A Conference Integrator / Event Management Company To Provide The Physical And Technical Requirements During The Tcc Meeting. Ii. Scope Of Services The Event Integrator / Event Management Company Shall Provide The Following: 1. Form An Event Management Team / Production House / Conference Integrator That Will Execute, Oversee, And Manage The Required Onsite Physical & Technical Requirements Of The Event; 2. Source And Hire A Facilitator And Technical Writer Who Is Knowledgeable In The Field Of Tourism Development To Moderate The Discussion, Wrap Up, And Synthesize The Event As Well As Prepare And Write The Event /meeting Report; 3. Source And Hire Performers But Not Limited To Solo/group/choral Singers And Cultural/ Festival Performers For The Opening Ceremonies And Production Numbers; 4. Source And Hire A Voice-over Talent/artist To Ensure A Smooth Transition In-between Sessions, And Activities And Make The Program Dynamic And Interactive 5. Provide Delegate/conference Kits/tokens For 100 Technical And Executive Staff As Well As Principal Tcc Participants (see Attached Suggested Items; Final Kits Will Be Determined And Subject For Approval Of The End-user); 6. Handle All Necessary Logistical Requirements Of The Event Management Crew For Event Implementation, Including Land Transportation And Meals; 7. Provide The Following General Requirements: A) Design And Printing Of Creative Materials Including Event Banners/straight Tension Fabric Backdrop, Signage, Digital Juice, Title Card; Stand-by Printer With Ink For Printing Of Documents On The Day Of The Event B) Provide At Least Three (3) Sets Collapsible Backdrop Structure/portable Backdrop Stand/pop Up Structure Backdrop Display Straight With The Following Features: • Material: Premium Quality Aluminum (durable And Lightweight); • Default Size In A Bag: Length = 32cm / 1ft.width = 25.5cm / 1ft. Height = 81cm / 2.65ft. • Assemble Size: Length = 306cm / 10ft. Width = 29.5cm / 1ft. Height = 229cm / 7.5ft. • Tarpaulin Size: Length = 308cm / 10.10feet Height = 231cm / 7.57feet C) Facilitate Technical Rehearsal; Secure A Copy Of Presentation And Management Of Pre-recorded Presentations, Technical Requirement And Etc. D) Conduct Of Final Orientation Or Dry Run Of The Event At A Schedule To Be Identified By Dot Before The Actual Event; E) Record All Sessions And Upload Them To A Specific Online Drive Including All Other Creative Material About The Event; F) Document In Photos And Video The Event To Include Presentations In The Session And Endorse To The Dot In An External Hard Drive With Same-day Edit Video And Photo Documentation; G) Live-streaming Of The Event To A Streaming Platform And Dot’s Official Social Media Pages; (if Necessary) 8. Provide The Following Onsite Physical And Technical Requirements: A) Overall Venue Décor/execution And/or Construction For The Above-mentioned Event To Include But Not Limited To: • Stage Design, And Decorations Such A But Not Limited To Potted Plants And/or Flowers (using The Existing Stage Of The Venue) • Venue Styling By The Theme • Printing Of Banners, Straight Tension Fabric Backdrop, Signage, Title Cards • Twenty (20) Uniform For The Technical/secretariat Team Consistent With The Theme Of The Event (barong/filipiniana With Philippine Weave Textile) • Registration Booth (including Laptop, Clipboard, Pens, Alcohol Dispenser, Etc.) B) Provision Of The Following Requirements For The Event And Coordination With The Technical Team Of The Venue (tbd) For The Setup And Installation Of All Physical And Technical Requirements To Include, But Not Limited To The Following: • Audio-visual And Lighting System (speaker, Microphones, Etc.) • Led Wall Screen 12 X 24ft, Backdrop, Stage/set/production Design • Led Projector And Screen (as Needed) • 9 Units Of 55’ Led Tv Screen • Stage Truss System (as Needed) • 30 Units Of Wireless Conference System Microphone With Chairman And Gooseneck Microphones • Amplifiers • 2 Laptop (mac And/or Windows) With Appropriate Connector • 2 Presentation Clicker/laser Pointer • Appropriate Cables And Video Adapters (vga, Hdmi, Etc.) And • Professional Lighting System (if Needed) • Signage/roll-up Banner (tension Fabric) • Close Circuit Camera And Dedicated Cameras With Pan Tilt And Zoom Capabilities And Remote Operation For Documentation Purposes • Non-wired/wireless Internet Connection Equipment • Provide A Generator Set To Sustain The Electrical Requirements Of The Event And Ensure Uninterruptible Power Supply • Ingress On 17 March 2025 • Egress On 18 March 2025 9. Production Management A) Must Provide A Management Team To Execute The Overall Sequence Including But Not Limited To Artist Management, Technical Queuing, And Pre And Post-event Rehearsals (if Needed). Team Composition: - Program Director (show Caller) - Technical Director - Set And Stage Designer - Venue Stylist - Creative Artwork Specialist - Stage Manager - Production Manager - Others, As Necessary 10. Submit To The Dot The Following After The Event: - At Least Two (2) Copies Of Printed And Electronic Narrative Documentation Report; Compilation Of Documents In Photos And Video Of The Event To Include Presentations In The Session And Endorse To The Dot In An External Hard Drive With Same-day Edit Video And Photo Documentation; Iii. Eligibility And Other Requirements 1. Must Be Accredited By Philippine Government Electronic Procurement Systems (philgeps); 2. Must Be Filipino-owned, Operated, And Legally Registered Professional Conference Organizer/ Production House/events Management Entity; 3. Must Be A Professional Full Service Event Management Services Provider Specializing In Handling/producing/organizing/staging National Level Full-packaged Corporate Events, Corporate Communications, Creating And Staging Physical, Program And Broadcast; 4. Must Be Flexible To Make Adjustments On The Requirements; 5. Must Have Experience In Organizing International Events In The Philippines. Bidder To Submit Company Profile And Events Previously Handled; 6. Must Not Have A Rating Below 80% On The Supplier Performance Evaluation Form For Any Dot-related Events; 7. Bidders Must Submit Their Quotation With Cost Breakdown To Differentiate The Amount Of Service Fee And The Amount To Be Earmarked For The Payment To The Third Parties Or Other Proprietors. Otherwise, Tax Withheld Will Be Credited From The Total Contract Price. Iv. Payment Procedure Government Procedure And Subject To Appropriate Government Taxes V. Approved Budget For The Contract And Mode Of Payment The Approved Budget For The Contract Is Seven Hundred Fifteen Thousand Five Hundred Ninety-nine Pesos And 94/100 (php 715,599.94) Inclusive Of All Applicable Taxes, Government Procedures And Send Bill Arrangement. Contact Person: Ramil S. Basuel Chief, Tdpd Contact No.: 8459-5200 To 30 Local 516 Email Address: Tdpd@tourism.gov.ph Approved By: Warner M. Andrada Director, Otdprim
National Irrigation Administration Tender
Food Products
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 290.4 K (USD 4.9 K)
Details: Description January 31, 2025 Request For Quotation Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Pr No.: 2025-01-0023 Quotation/bid No. Fsde-ro-007-25 The Manager Pear Blossom Catering Services Magarao, Camarines Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:00 Am Of February 7, 2025 With An Abc Of P 290,400.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery On February 10-15, 2025 Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 4. All Items Shall Be Procured As “one Lot”. 5. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 6. Performance Bond: Yes ____; No _____ 7. Incomplete Quotation Shall Be Declared Non-responsive. 8. You May Submit Your Quotation And Requirements Duly Sealed With Markings To The Bac Secretariat On Or Before The Scheduled Date/time. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Additional Conditions: 1. Servers Must Wear Proper Uniform By The Catering Service, Hair Is Covered By The Hairnet, Face Is Covered By Mouth Shield, Proper Grooming Is A Must. 2. Catering Service Must Have Trash Bins Or Trash Bags, After The Event, Clean As You Go. 3. Use Of Eco-friendly Materials (e.g. Paper Cup, Paper Plate Etc.). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Unit Qty Unit Price Total Price Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Menu: Day 1 Breakfast (34 Pax) – Plain Rice, Chicken Tocino, Scambled Egg, 1 Cup Of Coffee Am Snack (34 Pax) - Hotdog Sandwich With Mayo And Cheese, Softdrinks (200ml/sakto Size) Lunch (34 Pax) – Plain Rice, Spicy Thai Fried Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Creamy Tuna Rigatoni, 2pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Pork Adobo Sa Asin, Pinangat, Buko Salad In A Salad Cup With Lid (3.5oz), 230ml Glass Of Iced Tea Day 2 Breakfast (54 Pax) – Plain Rice, Sunny Side Up Egg, Corned Beef, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Sliced Tuna Sandwich, Orange Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Baby Back Ribs, Stir-fried Buttered Mixed Vegetables, Fruit Jelly In A Salad Cup With Lid (3.5oz), Apple Juice In A Bottle (230ml) Pm Snacks (54 Pax) - Ham, Cheese, And Egg Sandwich, 250ml Mineral Water Dinner (54 Pax)- Plain Rice, Beef Kare-kare With Separate Bagoong, Fried Fish With Ketchup, Fruits, Iced Tea In Glass (230ml) Day 3 Breakfast (54 Pax) – Plain Rice, Hotdog, Sunny-side-up Egg, 1 Cup Of Coffee Am Snacks (54 Pax) - Pancake Sandwich, Mojos, 250ml Mineral Water Lunch (54 Pax) – Plain Rice, Pork Adobong Chinoy, Sweetened Potato Marbles, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (54 Pax) - Baked Lasagna, 2 Pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Sisig, Fried Fish, Fruit Salad In A Salad Cup With Lid (3.5oz), Iced Tea In Glass (230ml) Day 4 Breakfast (54 Pax) - Champorado, Tuyo, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Slice Ham & Cheese Sandwich, Pineapple Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Chicken Ala King, Stir-fried Buttered Mixed Vegetables, Tiramisu, 250ml Mineral Water Pm Snacks (54 Pax) - Potato Wedges, Soft Drinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Beef Salpicao, Baby Back Ribs, Laing, Coffee Jelly In A Salad Cup With Lid (3.5oz), Orange Juice In A Can (240ml) Day 5 Breakfast (34 Pax) -plain Rice, Daing, Sliced Ham, 1 Cup Of Coffee Am Snacks (34 Pax) - Cheese Pineapple Sandwich, Orange Juice In A Can (240ml) Lunch (34 Pax) – Plain Rice, Grilled Liempo, Gulay Na Santol, Fruit Salad In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Chicken Alfredo Pasta, Half Chicken Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Chicken Fillet, Pork Hamonado, Mango Graham, 250ml Mineral Water Day 6 Breakfast (34 Pax) – Plain Rice, Longganisa With Ketchup, Tortang Talong, 1 Cup Of Coffee Am Snacks (34 Pax) - Full Slice Sandwich, 2 Pcs Garlic Bread, Pineapple Juice Lunch (34 Pax) – Plain Rice, Buttered Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (34 Pax) - Cheese Pimiento Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Dinuguan, Lumpiang Shanghai, Fruit Jelly In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Lot 1 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 2% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 31, 2025 Request For Quotation Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Pr No.: 2025-01-0023 Quotation/bid No. Fsde-ro-007-25 The Manager Apple And Hanna Catering Services San Roque, Canaman, Camarines Sur Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:00 Am Of February 7, 2025 With An Abc Of P 290,400.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery On February 10-15, 2025 Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 4. All Items Shall Be Procured As “one Lot”. 5. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 6. Performance Bond: Yes ____; No _____ 7. Incomplete Quotation Shall Be Declared Non-responsive. 8. You May Submit Your Quotation And Requirements Duly Sealed With Markings To The Bac Secretariat On Or Before The Scheduled Date/time. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Additional Conditions: 1. Servers Must Wear Proper Uniform By The Catering Service, Hair Is Covered By The Hairnet, Face Is Covered By Mouth Shield, Proper Grooming Is A Must. 2. Catering Service Must Have Trash Bins Or Trash Bags, After The Event, Clean As You Go. 3. Use Of Eco-friendly Materials (e.g. Paper Cup, Paper Plate Etc.). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Unit Qty Unit Price Total Price Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Menu: Day 1 Breakfast (34 Pax) – Plain Rice, Chicken Tocino, Scambled Egg, 1 Cup Of Coffee Am Snack (34 Pax) - Hotdog Sandwich With Mayo And Cheese, Softdrinks (200ml/sakto Size) Lunch (34 Pax) – Plain Rice, Spicy Thai Fried Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Creamy Tuna Rigatoni, 2pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Pork Adobo Sa Asin, Pinangat, Buko Salad In A Salad Cup With Lid (3.5oz), 230ml Glass Of Iced Tea Day 2 Breakfast (54 Pax) – Plain Rice, Sunny Side Up Egg, Corned Beef, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Sliced Tuna Sandwich, Orange Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Baby Back Ribs, Stir-fried Buttered Mixed Vegetables, Fruit Jelly In A Salad Cup With Lid (3.5oz), Apple Juice In A Bottle (230ml) Pm Snacks (54 Pax) - Ham, Cheese, And Egg Sandwich, 250ml Mineral Water Dinner (54 Pax)- Plain Rice, Beef Kare-kare With Separate Bagoong, Fried Fish With Ketchup, Fruits, Iced Tea In Glass (230ml) Day 3 Breakfast (54 Pax) – Plain Rice, Hotdog, Sunny-side-up Egg, 1 Cup Of Coffee Am Snacks (54 Pax) - Pancake Sandwich, Mojos, 250ml Mineral Water Lunch (54 Pax) – Plain Rice, Pork Adobong Chinoy, Sweetened Potato Marbles, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (54 Pax) - Baked Lasagna, 2 Pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Sisig, Fried Fish, Fruit Salad In A Salad Cup With Lid (3.5oz), Iced Tea In Glass (230ml) Day 4 Breakfast (54 Pax) - Champorado, Tuyo, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Slice Ham & Cheese Sandwich, Pineapple Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Chicken Ala King, Stir-fried Buttered Mixed Vegetables, Tiramisu, 250ml Mineral Water Pm Snacks (54 Pax) - Potato Wedges, Soft Drinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Beef Salpicao, Baby Back Ribs, Laing, Coffee Jelly In A Salad Cup With Lid (3.5oz), Orange Juice In A Can (240ml) Day 5 Breakfast (34 Pax) -plain Rice, Daing, Sliced Ham, 1 Cup Of Coffee Am Snacks (34 Pax) - Cheese Pineapple Sandwich, Orange Juice In A Can (240ml) Lunch (34 Pax) – Plain Rice, Grilled Liempo, Gulay Na Santol, Fruit Salad In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Chicken Alfredo Pasta, Half Chicken Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Chicken Fillet, Pork Hamonado, Mango Graham, 250ml Mineral Water Day 6 Breakfast (34 Pax) – Plain Rice, Longganisa With Ketchup, Tortang Talong, 1 Cup Of Coffee Am Snacks (34 Pax) - Full Slice Sandwich, 2 Pcs Garlic Bread, Pineapple Juice Lunch (34 Pax) – Plain Rice, Buttered Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (34 Pax) - Cheese Pimiento Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Dinuguan, Lumpiang Shanghai, Fruit Jelly In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Lot 1 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 2% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date January 31, 2025 Request For Quotation Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Pr No.: 2025-01-0023 Quotation/bid No. Fsde-ro-007-25 The Manager Asog Garden Catering Services Calauag Naga City Sir/madam; Please Quote Your Lowest Price On A Charge Basis For The Job/items Listed Below The Space Provided And Drop This Form Duly Accomplished, Sealed And Addressed To The Bac Chairperson At The Bidding Box Located At Nia Regional Office 5 Conference Room, Panganiban Drive, Naga City Not Later Than 9:00 Am Of February 7, 2025 With An Abc Of P 290,400.00 After Which Bids Will Be Publicly Opened Using The Rirr Of Ra 9184 Otherwise Known As Government Procurement Act And The Philippine Bidding Documents (pbd). We Presume Your Offer Is New As Specified Below Unless Otherwise Indicated. Price Quotation Must Be Firm And Valid For At Least Thirty (30) Days From The Opening Of Bids. Nia Reserves The Right To Reject Any Or All Bids, To Waive Any Minor Defect/s Or Informalities Herein And To Make Such Award Most Advantageous To Nia. Terms And Conditions: 1. All Entries Must Be Type Written Or Legibly Written. 2. Delivery On February 10-15, 2025 Receipt Of Approved Purchase Order. Admin Penalties Pursuant To Sec. 69 Of The Rirr Of 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Documentary Requirements Shall Be Attached Upon Submission Of Quotation. 4. All Items Shall Be Procured As “one Lot”. 5. Liquidated Damages Pursuant To Sec. 68 Of The Rirr Of Ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 6. Performance Bond: Yes ____; No _____ 7. Incomplete Quotation Shall Be Declared Non-responsive. 8. You May Submit Your Quotation And Requirements Duly Sealed With Markings To The Bac Secretariat On Or Before The Scheduled Date/time. Mode Of Procurement: Small Value Procurement Documentary Requirements: 1. Philgeps Registration Number Or Certificate. 2. Updated Mayor’s Permit 3. Notarized Omnibus Sworn Statement 4. Income Business Tax Return (for Abcs 500,000.00 Above). 5. Notarized Secretary’s Certificate (for Corporation). Additional Conditions: 1. Servers Must Wear Proper Uniform By The Catering Service, Hair Is Covered By The Hairnet, Face Is Covered By Mouth Shield, Proper Grooming Is A Must. 2. Catering Service Must Have Trash Bins Or Trash Bags, After The Event, Clean As You Go. 3. Use Of Eco-friendly Materials (e.g. Paper Cup, Paper Plate Etc.). Very Truly Yours, (sgd) Eduardo A. Balondo Bac Chairperson Item & Description Unit Qty Unit Price Total Price Provisions Of Meals For 54 Participants During The Re-formulation Of Land Resources And Environmental And Social Assessment Of The Feasibility Study Of Proposed Waras Srip Part 1 On February 10-15, 2025 At Rinconada Integrated Irrigation System, Iriga City Menu: Day 1 Breakfast (34 Pax) – Plain Rice, Chicken Tocino, Scambled Egg, 1 Cup Of Coffee Am Snack (34 Pax) - Hotdog Sandwich With Mayo And Cheese, Softdrinks (200ml/sakto Size) Lunch (34 Pax) – Plain Rice, Spicy Thai Fried Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Creamy Tuna Rigatoni, 2pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Pork Adobo Sa Asin, Pinangat, Buko Salad In A Salad Cup With Lid (3.5oz), 230ml Glass Of Iced Tea Day 2 Breakfast (54 Pax) – Plain Rice, Sunny Side Up Egg, Corned Beef, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Sliced Tuna Sandwich, Orange Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Baby Back Ribs, Stir-fried Buttered Mixed Vegetables, Fruit Jelly In A Salad Cup With Lid (3.5oz), Apple Juice In A Bottle (230ml) Pm Snacks (54 Pax) - Ham, Cheese, And Egg Sandwich, 250ml Mineral Water Dinner (54 Pax)- Plain Rice, Beef Kare-kare With Separate Bagoong, Fried Fish With Ketchup, Fruits, Iced Tea In Glass (230ml) Day 3 Breakfast (54 Pax) – Plain Rice, Hotdog, Sunny-side-up Egg, 1 Cup Of Coffee Am Snacks (54 Pax) - Pancake Sandwich, Mojos, 250ml Mineral Water Lunch (54 Pax) – Plain Rice, Pork Adobong Chinoy, Sweetened Potato Marbles, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (54 Pax) - Baked Lasagna, 2 Pcs Garlic Bread, Softdrinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Sisig, Fried Fish, Fruit Salad In A Salad Cup With Lid (3.5oz), Iced Tea In Glass (230ml) Day 4 Breakfast (54 Pax) - Champorado, Tuyo, 1 Cup Of Coffee Am Snacks (54 Pax) - Full Slice Ham & Cheese Sandwich, Pineapple Juice In A Can (240ml) Lunch (54 Pax) – Plain Rice, Chicken Ala King, Stir-fried Buttered Mixed Vegetables, Tiramisu, 250ml Mineral Water Pm Snacks (54 Pax) - Potato Wedges, Soft Drinks (200ml/sakto Size) Dinner (54 Pax) – Plain Rice, Beef Salpicao, Baby Back Ribs, Laing, Coffee Jelly In A Salad Cup With Lid (3.5oz), Orange Juice In A Can (240ml) Day 5 Breakfast (34 Pax) -plain Rice, Daing, Sliced Ham, 1 Cup Of Coffee Am Snacks (34 Pax) - Cheese Pineapple Sandwich, Orange Juice In A Can (240ml) Lunch (34 Pax) – Plain Rice, Grilled Liempo, Gulay Na Santol, Fruit Salad In A Salad Cup With Lid (3.5oz), Orange/pineapple Juice In A Can (240ml) Pm Snacks (34 Pax) - Chicken Alfredo Pasta, Half Chicken Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Chicken Fillet, Pork Hamonado, Mango Graham, 250ml Mineral Water Day 6 Breakfast (34 Pax) – Plain Rice, Longganisa With Ketchup, Tortang Talong, 1 Cup Of Coffee Am Snacks (34 Pax) - Full Slice Sandwich, 2 Pcs Garlic Bread, Pineapple Juice Lunch (34 Pax) – Plain Rice, Buttered Chicken, Laing, Leche Flan In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Pm Snacks (34 Pax) - Cheese Pimiento Sandwich, Softdrinks (200ml/sakto Size) Dinner (34 Pax) – Plain Rice, Dinuguan, Lumpiang Shanghai, Fruit Jelly In A Salad Cup With Lid (3.5oz), 250ml Mineral Water Lot 1 Total Amount (in Figures) Total Amount (in Words) After Having Carefully Read And Accepted The Request For Quotation Including All Supporting Documents, We Are Submitting The Above-mentioned Price Quotation. Note: Subject To 5% Vat And 2% Deduction Per Ra 9337 Implemented On February, 2005 Name & Signature Of Owner/authorized Representative Position In Print Of Owner/representative Cellphone No. And Email Address Date
Department Of Agriculture Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 115.5 K (USD 1.9 K)
Details: Description February 18, 2025 Request For Quotation No. Np-025-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: ✔ Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 ✔ Philgeps Registration/organization Number (red Membership) ✔ Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub-total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: February 24, 2025 At 12:00nn. 10. Delivery Period: Within Fourteen (14) Calendar Days From The Receipt Of Work Order/purchase Order. C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done By Lot. 3. Terms Of Payment: Within Thirty (30) Calendar Days Upon Acceptance Of The Items/services Rendered. Page 1 Of 3 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Notice/announcement: Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0066 Abc: Php115,570.00 End-user: General Services Division Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty. Unit Item/description Ceiling Price (php) Unit Price In Php Total Price In Php (qty. X Unit Price) Supply And Delivery Of Various Supplies For Maintenance Of Airconditioning Units Of Department Of Agriculture 1 Unit Hot Air Rework Station 2 In 1 (pls See Attach For Specification) 5,000.00 1 Unit Industrial Multimeter 36,560.00 1 Pc Desoldering Pump 200.00 1 Pc Pocket Infrared Thermometer 1,500.00 1 Pc 4 Way Manifold Guage 6,000.00 1 Set Charging Hose For R-22 And R-134a 600.00 1 Pc Vacuum Pump 2 Stage 7,150.00 1 Pc Vacuum Cleaner Wet And Dry 6,000.00 1 Pc Vacuum Blower Electric 1,500.00 1 Pc Portable Pressure Washer 6,500.00 1 Pc Mapp Gas Torch 2,000.00 1 Pc Multi Purpose Aluminum A-type Step And Ladder 5,500.00 1 Pc Portable Welding Machine 5,500.00 1 Pc Handrail With Hammer 9,250.00 1 Pc 4" Professional Angle Grinder 1,750.00 1 Pc 12' Adjustable Wrench And 8' Adjustable Wrench 1,000.00 1 Set Screwdriver Set 1,000.00 1 Set Pliers Set Of 3 1,200.00 1 Set Aircon Cleaning Bag (ceiling Mounted And Wall Mounted) 2,040.00 1 Set Flaring And Swaging Tool Kit Set 2,890.00 1 Pc Claw Hammer 420.00 1 Set T-handle Hexagonal Allen Wrench Set - Ball Point End 320.00 1 Pc Checkered Plate Pushcart 8,750.00 Page 2 Of 3 1 Set 3/8" Drive 17 Pcs Heavy Duty 12 Points Socket Wrench Set 2,250.00 1 Pc Bearing Puller 690.00 *terms Of Reference Is Attached As An Integral Part Of The Rfq Total Amount (original Signed) Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/or Deliver The Above-mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________ *signature Over Printed Name Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company __________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: Payment Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer, Bank Transfer Fee Shall Be Charged Against The Creditor’s Account. Payment Details: *banking Institution: __________________________________________ *account Number: ___________________________________________ *account Name: _____________________________________________ *branch: __________________________________________________
Bureau Of Plant Industry Tender
Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 477.1 K (USD 8.3 K)
Details: Description Rfq No. 0280 Pr No. 0572-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of General Merchandise 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 10, 2025 (8:00am) 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: Fifteen (15) Calendar Days From The Receipt Of The 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 477,150.00 End User: Pqs-micp Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 100 Bottles Alcohol, Ethyl 500 Ml 200.00 150 Packs Tissue, Interfolded Paper Tower, 175 Pulls Per Pack 300.00 100 Packs Toilet Tissue Paper, 3 Ply, 12 Rolls In A Pack 500.00 20 Packs All Purpose Cleaning Cloth, Microfiber (12s Pack) 100.00 50 Bottles Dissenfectant Liquid, Spray 450.00 20 Gallon Bleach, Original, Gallon 380.00 50 Gallon Dishwashing Liquid, Gallon 400.00 50 Bottles Liquid Hand Soap (450ml) 300.00 20 Packs Bar Soap (3 Pc/pack) 200.00 20 Pouch Detergent Powder, All Purpose, 5kilo/pouch 500.00 24 Pcs Scrub Sponge Heavy Duty 100.00 5 Pcs Bathroom Brush Cleaner Long Handle 150.00 4 Unit Mosquito Killer Lamp 600.00 5 Bottles Tireblack 300.00 4 Set Tornado Mop With Handle Set 360 Degrees 2,500.00 12 Pcs Tornado Mop With 360 Refill 360 Degrees 250.00 10 Packs Plastic, Ziplock, Small For 1/2kg, 100pcs/pack 300.00 10 Packs Plastic, Ziplock, Medium For 1kg, 100pcs/pack 500.00 30 Packs Plastic, Ziplock, Large For 3kg, 100pcs/pack 600.00 30 Packs Plastic, Ziplock, Extra Large For 5kg, 100pcs/pack 700.00 200 Pcs Sacks White (50kls) 25.00 20 Packs Battery Aa 4pcs/pack 100.00 20 Packs Battery Aaa 4pcs/pack 100.00 40 Box Light Bulb, Led, 12watts 1 Pc In Individual Box 500.00 8 Set Extension With Surge Protetor And Individual Swithches, 5gang, 10 Meters 1,500.00 5 Set Extension Cord 10 Meters ( Laptop) 700.00 10 Pcs Power Bank (20,000 Mah) 3,000.00 1 Pc Cash Box 3,000.00 15 Pcs Flashlight (rechargeable) 2,000.00 10 Pcs Temperature Recorder 1,500.00 50 Gallon Toilet Cleaner 400.00 10 Pcs Door Knob 1,500.00 10 Pcs Faucet 1,500.00 30 Pcs Safety Vest, Reflectorized; High Visibility High Reflective 1,000.00 3 Bottles Window Silicone Sealant 500.00 1 Set Tools (automotive) 5,000.00 10 Bottles Humidifier Scent 500.00 "place Of Delivery: Property And Supply Section - Bpi San Andres, Malate, Manila Proposed Delivery Period: Fifteen (15) Days Upon Receipt Of Purchase Order (p.o)" Grand Total 477,150.00 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:_______________________________________________________________
Commission On Audit Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 677.9 K (USD 11.8 K)
Details: Description Republic Of The Philippines Commission On Audit Regional Office Vi Ungka I, Pavia, Iloilo Telephone No. 3297181 Date: March 3, 2025 Request For Quotation Sir/madame: Please Quote Your Lowest Government Price/s, Inclusive Of Taxes And Other Charges, For The Following: Item No. Qty Unit Description Of Items Price Per Unit Price Total Brand / Model / Remark 1 Job Repair Works At Psao-antique, Binirayan Hills, San Jose De Buenavista, Antique Project Billboard 1 Set Standard Project Billboard 1.20 M. X 2.40 M. Occupational Safety And Health Program Plastering And Resealing Of Cracks On Plaster At The Parapet Wall And Other Source Of Leakages And Application Of Silicone Sealant At The Glass Windows Scope Of Works: *cleaning Of Concrete Gutter And Rainwater Harvesting Area. *check The Debris Back-up Along The Concrete Gutter And Roof Drains. *check The Bottom Side Of The Roofing Sheets, Roof Framings And Upper Side Of The Ceiling Boards For Presence Of Water Stains. *investigate, Identify And Reseal All Leaks On Walls And Joints To Eliminate Water Intrusion Through Cracks And Holes. In Particular, Examine Locations Where Piping Or Wiring Extends Through The Outside Walls. Seal, Patch And Fill All Cracked Surfaces At The Parapet Wall And At The Second Floor Viewing Deck. *check The Leaks Around The Windows, Especially Near The Corners. Seal The Gaps And Joints Between Metal Frame And Glass. If There Are Cracks In The Joint Sealant, Remove The Old Sealant And Fill With A New Sealant. *check For Peeling Paint At The Second Floor Transient Rooms And Executive Transient Rooms, It Can Be A Sign Of Water Getting Into The Ceiling Boards. Inspect For Discolorations In Paint, Swelling Of The Ceiling Boards, Frames Or Surrounding Materials. Waterproofing Of Concrete Gutter And Roof Deck Area: 369.78 Sq.m. Scope Of Work: *check Debris Back-up At The Drain Of The Rainwater Harvesting Area. Waterproofing Materials At The Concrete Gutter Wore Off Due To Exposure To Sun And Extreme Weather Conditions. *clean Up The Surrounding Area Around The Concrete Gutter. The Surface To Be Waterproofed Should Be Clear From Dirt, Dry And Clean. There Should Not Be Any Loose Patches On The Surface To Ensure Proper Surface Reparation Prior To Application. Any Improper Surface Preparation May Lead To The Debonding Of The Application. *use A Primer To Pre-coat And Seal The Prepped Surfaces. Always Use A Primer To Increase Adhesion, Reduce The Risk Of Air Bubbles Emerging From The Substrate Into The Membrane, Provide A Uniform Surface For Further Membrane Applications And Remove Remaining Dust On The Concrete Substrate. Most Liquid Membranes Require A Primer To Achieve A Good Adhesion On Concrete And Reduce The Risk Of Debonding And Blistering In Case If Residual Moisture Is Present In The Concrete. *apply Liquid Waterproofing Membrane To Primed Surface. After The First Coat, Let It Dry And Then Put The Second Coat. Termite Control Area Of Application: All Wooden Parts Of The Building) Scope Of Work: *application Of Termicide Around The Building Substructure And At The Ground Floor Records Rooms And File Rooms Inside The Building To Get Rid Of Pinhole Borers (bokbok), Wood Borers, Drywood Termites, Dampwood Termites And Ground Termites. The Duration Of Pre-construction Soil Poisoning Is Good For Only Three (3) Years After The Application. Exposure To Natural Elements Could Not Prevent Termite Infestations On Most Wooden Parts Of The Building Such As The Door Jambs, Baseboards, Cabinets, Etc. Unless Annual/regular Termite Proofing Works Are Carried Out, All Wood Works Of The Building Are Prone To Infestations. *replacement Of Termite Infested Wooden Shelves Into Metal Shelves/steel Racks. Repair Works Of Cracked Wooden Panel Door And Damaged Ceiling Boards, Replacement Of Defective Plumbing Fixtures, Declogging Of Cistern, Resetting Of Detached Tiles And Replacement Of (roofing) J-bolts With Washers *repair Cracked Wooden Panel Doors At The Second Floor Supply Room And File Room. Fill The Gap/crack With Putty Or Wood Filler, Sand The Filled Surfaces And Repaint The Door Matching The Existing Door's Color. *repair And Repainting Of Ceiling At The Second Floor Showing Water Marks Due To Leakage. Examine The Ceiling Boards For Termite Infestation Or Rotting And Determine The Extent Of Damage Subject For Repair And Replacement. *removal And Replacement Of J-bolts To Securely Fasten The Roofing Sheets And Minimize Vibrations And Application Of Roofing Sealant To Prevent Rain Water Leakage. *replacement Of Tank Fittings, Using Stainless Steel Material Components, Of All Water Closets. *cleaning And Declogging Of Cistern. *resetting Of Detached Floor Tiles At The Second Floor Office Space Area. Remove Any Excess Mortar From The Substrate Where The Tile Had Been Installed. Use A Hammer And Chisel To Break Up And Remove Any Dried Mortar. *surface Preparation. Contaminants, Dusts And Loose Concrete Should Be Removed. Do Not Apply Epoxy Adhesives In The Presence Of Standing Water. *both Epoxy A And B Components Should Be Poured Into A Disposable Container For Mixing. Using A Steel Pallet Knife, Mix Vigorously By Hand For At Least 5 Minutes. *apply Epoxy Adhesives To The Concrete Surface Using Medium Stiff Nylon Bristle Paint Brushes. *reset Old Tiles Back To Its Original Location. Note: All Detached Tiles Shall Be Recycled And Reset To Its Original Location Using Epoxy Adhesive. Painting Works Area: 587.24 Sq. M. (all Exterior Walls Of The Building) Scope Of Work: *removal, Cleaning And Scraping Of Chipped, Cracked And Peeled Off Paint On The Façade And Parapet Wall. *repair Cracks, Scrape Back Unsound Surfaces And Brush Clean Before Applying Primer. Patch Prime Any Repaired Or Seriously Degraded Areas With Two Coats Of Primer. Cover Wall Hairline Cracks And Crevices. *apply Two Coats Paint By Brush Or Roller, Taking Care Not To Apply Too Thickly In Hollows And Angled Sections. *scrape All The Chipped, Bubbled And Peeling Paint Off The Steel Support Of The Elevated Water Tank And Metal Louver Doors Of The Powerhouse With A Rigid, Metal Putty Knife Or Steel Brush. *sand The Areas With Medium-grade Sandpaper Where The Paint Has Been Removed To Lightly Roughen The Metal Surface. This Will Allow The Paint To Adhere More Readily To The Metal. Sand Off Any Rust With Medium-grade Sandpaper. *wash With Soap Solution And Sponge And Rinse Off With Clean Water. Wipe Down The Areas Where The Chipped Or Peeling Paint Has Been Removed, Using A Clean, Dry Cloth. *apply A Coat Of Rust-inhibiting Steel Primer To The Bare Areas. Wait Two Hours For The Primer To Set. *apply A Coat Of Acrylic-latex Exterior Paint To The Primed Surface. Ref: Pr No. 2024-12-300 Dated December 16, 2024 Approved Budget : 677,920.76 Period Of Delivery: ____________________________________ Philgeps Registration Number : _________________________ Please Fill Up Your Canvass Form Completely For The Above Stated Items/services Inclusive Of Taxes And Return The Same In A Sealed Envelope Addressed To The Canvasser Of Commission On Audit Regional Office No. Vi, Pavia, Iloilo, On Or Before March 10, 2025, 9:00 A.m. Electronic Submission Is Also Permitted Via Email: Coa.bac.ro6@gmail.com "please Attach The Following Mandatory Documents Together With This Rfq: 1.) Mayor’s/business Permit And 2.) Philgeps Registration Number" Supplier: Atty. Walter F. Meñez Business Name Head, Bids And Awards Committee (bac) Notes: Printed Name & Signature Cash On Delivery (cod) Not Allowed Supplier Contact No. And / Or Email: Coa Canvasser: Name & Signature
3301-3310 of 3621 archived Tenders