Uniform Tenders

Uniform Tenders

COMMISSION ON ELECTION BUTUAN CITY, AGUSAN DEL NORTE Tender

Education And Training Services
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 94.6 K (USD 1.6 K)
Details: Description Republic Of The Philippines Commission On Elections Caraga Region Xiii Regional Bids & Awards Committee Request For Quotation Procurement Of Training Supplies For Deso Tss Training Of Surigao Del Norte & Dinagat Islands Relative To The 2025 Nle (ts- Deso-sdn&pdi) Project Id Purchase Request No. Svp2025-ts-desotss-sdn&pdi-005 Pr No. 25-01-0264 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Procurement Of Training Supplies For Deso Tss Training Of Surigao Del Norte & Dinagat Islands Relative To The 2025 Nle (ts- Deso-sdn&pdi) As Per Purchase Request No. 25-01-0264 With The Following Details: Qty. Unit Of Issue Item Description/specification Approved Budget For The Contract Abc Per Unit Total Abc 1 Lot Training Supplies (surigao Del Norte Deso) A.362 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop Long, With Handle - 1 Id Holder With Sling B. 362 Pieces Cash Envelop; Long, White C. 362 Pieces Of Specialty Paper; A4, 200gsm D. 1 Ream Bondpaper; Legal, 70 Gsm, 500s 200.00 72,400.00 1 Lot Training Supplies (dinagat Islands Deso) A.111 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop; Long, With Handle - 1 Id Holder With Sling B. 111 Pieces Cash Envelop; Long, White C. 111 Pieces Of Specialty Paper; A4, 200gsm D. 1 Ream Bondpaper; Legal, 70 Gsm, 500s 200.00 22,200.00 Total 94,600.00 Delivery Delivery Period : February 17-22, 2025 Delivery Sites At The Training Venue In Surigao City Payment Terms Maximum Of One Hundred Twenty (120) Days Automatic Debit Arrangement (ada) Through Land Bank Of The Philippines (lbp) Facilities, Or Any Other Commercial Bank, Charges Shall Be For The Account Of Supplier. The Supplier Shall Submit The Bank Details For Ready Reference. Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: Bid Offer Shall Be Awarded As One Lot Indicating Unit Cost Per Item.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Subcontracting Is Not Allowed, Except To The Extent Outlined In Republic Act No. 9184. 4. Any Interested Entity Must Submit Its Quotation In Person Using Annex “a”, Not Later Than 1:00pm At February 4, 2025 (tuesday) At The Rbac Secretariat Office, Office Of The Regional Election Director, Commission On Elections, Caraga – Region Xiii, Km. 4, National Highway, Libertad, Butuan City From 8:00 Am To 5:00 Pm From Mondays To Fridays Or Contact Through Telefax 085-225-7905, Email Address Rbac.caraga@comelec.gov.ph. The Submission Must Be In A Labeled And Sealed Envelope Indicating The Company Name And Project Title. Any Submission Which Is Not In Accordance With This Paragraph Shall Not Be Opened And Considered. 5. The Quotations Must Include The Following Eligibility Documents, Preferably Certified True Copy: (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid.) A. Valid Mayor’s/business Permit B. Philgeps Registration Number C. Omnibus Sworn Statement (oss) 6. The Price Quotation Must Indicate Valid And Active Email Address And Contact Numbers. Notices And Other Documents Required To Be Sent By The Rbac, Thru Its Secretariat, Shall Be Sent To The Email Address Duly Indicated In The Price Quotation And Shall Be Considered Duly Sent And Received Regardless Of The Actual Receipt Of The Hard Copy Via Private Courier. A Message And/or Call Shall Be Made By The Secretariat To The Contact Number Provided To Apprise The Supplier Of The Email Sent To The Email Address Provided. An Email Which Have Become Inactive, Or A Contact Number Which Cannot Be Reached, Shall Not Prejudice The Rbac Secretariat. For This Reason Annex “a” Must Duly Indicate The Followings; Name Of Company/corporation: _____________________________________ Address: _________________________________________________________ Email Address: ____________________________________________________ Contact Number: (cellphone And Landline) __________________________________ None Compliance There With Shall Be A Ground For Non-consideration/ Disqualification Of The Quotation Submitted. 7. The Line Of Business Of Interested Suppliers/providers, Per Business Permit, Must Cover The Goods And/or Services Subject To Procurement. 8. Interested Entities Must Have A Physical Store Or Business Office, The Address Of Which Must Be The One Indicated In The Business Permit. 9. Sample Of Item/s Subject To Procurement Must Be Presented During The Post Qualification Proceedings. 10. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Tristan G. Niog Head, Rbac-caraga Secretariat January 31, 2025 Annex “a” (company Logo) (company Name) (company Address And Contact Nos.) Price Quotations Date: ________________ Commission On Elections Bids And Awards Committee - Caraga We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Of Issue Item Description/specification Bidders Quotation Quotation Total 1 Lot Training Supplies (surigao Del Norte Deso) A.362 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop Long, With Handle - 1 Id Holder With Sling B. 362 Pieces Cash Envelop; Long, White C. 362 Pieces Of Specialty Paper; A4, 200gsm D. 1 Ream Bondpaper; Legal, 70 Gsm, 500s 1 Lot Training Supplies (dinagat Islands Deso) A.111 Sets Of Training Supplies Inclusive Of : - 1 Steno Notebook; 50 Leaves, 6x9inch - 1 0.5 Sign Pen; Smooth Writing, No Leakage - 1 Transparent Expanded Plastic Envelop; Long, With Handle - 1 Id Holder With Sling B. 111 Pieces Cash Envelop; Long, White C. 111 Pieces Of Specialty Paper; A4, 200gsm D. 1 Ream Bondpaper; Legal, 70 Gsm, 500s Total Other Project Requirements: Indicate “comply” Delivery Delivery Period February 17-22, 2025 Delivery Sites At The Training Venue In Surigao City Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _____________________________________ Address: _________________________________________________________ Email Address: ____________________________________________________ Contact Number: (cellphone And Landline) __________________________________ _____________________________________ Authorized Company Representative Signature Over Printed Name Annex “b” Omnibus Sworn Statement (revised1) [shall Be Submitted With The Bid] Republic Of The Philippines) City/municipality Of _________) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; ---------------------------------- 1revised Per Gppb Resolution No. 16-2020 Dated 16 September 2020 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice

Philippine Drug Enforcement Agency Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 420 K (USD 7.2 K)
Details: Description Canvass No: 25-04 Date Of Canvass: _____________ Request For Quotation The Philippine Drug Enforcement Agency (pdea), Through Its Procurement Division-lams, Intends To Procure Provision Of Drinking Water Supply With The Following Details: A. Project Name : Provision Of Drinking Water Supply To National Services B. Abc : Php420,000.00 C. Mode Of Proc. : Np 53.9 Small Value Procurement Please Submit Your Proposal To The Herein-described Requirement, Subject To Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than Febraury 18, 2025 At 10:00 A.m. Addressed At The Pdea Bldg. Nia Northside Road, National Government Center, Barangay Pinyahan, Quezon City. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Pursuant To Appendix A “documentary Requirement For Alternative Methods Of Procurement” Of Annex “h” Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, The Following Documents Are Required To Be Submitted Along With Your Proposal On The Above Set Deadline Or Before The Issuance Of A Notice Of Award Is Issued: Document Remarks 1. Copy Of Valid Mayor’s Or Business Permit For Cy2024  For Sections 50, 52.1 (b), 53.2, 53.3.2, 53.6, 53.7, 53.9, & 53.10 (except Gov’t Agencies As The Lessors);  In Case Not Yet Available, You May Submit Your Expired ¬¬¬_____ Mayor’s Or Business Permit With The Official Receipt Of A Renewal Application. However, A Copy Of A Valid/updated Mayor’s Or Business Permit Shall Be Required To Be Submitted After The Award Of The Contract But Before Payment. 2. Philgeps Registration Number  For Sections 50, 52.1 (b), 53.2, 53.3.2, 53.6, 53.7, 53.9, & 53.10 (except Gov’t Agencies As The Lessors) 3. Latest Income Or Business Tax Return  For Sections 50, 53.2, 53.6, 53.9, 53.10 (except Gov’t Agencies As The Lessor) With Abcs Above Php 500k. 4. Omnibus Sworn Statement (gppb-prescribed Forms)  For Sections 53.2 & 53.9 With Abcs Above Php 500k. 5. Professional License/curriculum Vitae (consulting Services)  Sections 50, 52.1 (b), 53.2, 53.3.2, 53.6, 53.7, 53.9, 53.10 (except Gov’t Agencies As The Lessor). 6. Pcab License (infra)  For Sections 53.2, 53.3.2 (for New Bidders), 53.4, & 53.9. 7. Nfcc (infra)  For Sections 53.2 (with Abcs Above Php 500k), 53.3.2 (for New Bidders), & 53.4. For Any Clarification, You May Contact Us At Telephone No. ________________ Or Email Address At ___________________. Marian Grace E Cuadrazal Chief, Procurement Division Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Pdea Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. The Award Of The Contract Shall Be Made To The Lowest Quotation And Responsive With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Pdea. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Cash Or Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Unperformed Portion Of The Works Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pdea May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available It. 12. The Pe May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Po, And Other Related Documents For The Above-stated Procurement Project/s Shall Be Deemed To Form Part Of The Contract. 14. Non-compliance With The Minimum Required Specifications Shall Be Rejected. 15. Items Without Amount Shall Be Considered As Non-responsive And, Thus, Automatically Disqualified, But Specifying “0” Or A Dash (-) Would Mean The Item Is Offered For Free. 16. In Case Of Discrepancies Between: (a) Bid Prices In Figures And In Words, The Latter Shall Prevail; (b) Total Price Per Item And Unit Price For The Item As Extended Or Multiplied By The Quantity Of That Item, The Latter Shall Prevail; (c) Stated Total Price And The Actual Sum Of Prices Of Component Items, The Latter Shall Prevail; (d) Unit Cost In The Detailed Estimate And Unit Cost In The Bill Of Quantities, The Latter Shall Prevail. Name Of Company : _______________________________________________________ Address : _______________________________________________________ Tin : ______________________________ Philgeps Registration No. ________________________ Date Of Expiration: ___________ Mayor’s/business Permit: _________________________ Date Of Expiration: ___________ After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Lease Of Venue With Meals For The Conduct Of Training On Republic Act (r.a) No. 9184 And Its 2016 Revised Implementing Rules And Regulation (technical Specifications/scope Of Works, Terms Of Reference) Unit Particulars Qty Offered Technical Specification/ Service Statement Of Compliance (“comply” Or “not Comply”) Unit Price Total Price Lot I. Title Provision Of Drinking Water Supply To National Services Ii. Approved Budget For The Contract The Approved Budget For The Contract (abc) Is Four Hundred Twenty Thousand Pesos (php420,000.00). Iii. Scope Of Work • Supply And Delivery Of Purified Drinking Water In A Sealed Water Bottle Container (5-gallon Capacity) To All Offices Of Pdea National Office In Accordance With The Schedule Of Water Delivery Provided Below; • Deliver At Least Two Hundred Fifty (250) Bottles A Week. Delivery Must Be Conducted Three Times (3x) A Week, Monday To Friday Or Weekends If Necessary; • Provide Pdea National Office A Brand-new Hot And Cold-water Dispensers During The Duration Of The Contract Free Of Charge; • Maintenance And Cleaning Of Hot And Cold-water Dispensers To Be Done On A Schedule Provided By The Agency; • Immediate Repair/ Replacement Of Bogged Down/ Defective Water Dispensers. Iv. Item Description And Specifications The Purified Drinking Water And Hot And Cold Water Dispenser To Be Supplied And Delivered Are The Following: Items Technical Specifications Drinking Water • Purified Water • 5-gallon Capacity Water Dispenser • 304 Stainless Steel Pipe Connector • 100% Copper Magnetic Winding • 304 Stainless Tank • High Speed Cooling System • Silent Type Compressor • Heating Capacity: 90°c 5l/h • Cooling Capacity: 10°c 2l/h • Wattage (hot): 500 W • Wattage (cold): 100 W • Rated Current: 2.6a • Anti Shock: Type 1 • Climatic Class: T • Refrigerant: R134a/28g V. Requirements • Updated Philgeps Registration • Mayor’s Permit • Documents Showing The Water Purification Process (at Least 18 Stages) • Site Visit From Lams-gsd With Water Purification Process Actual Demonstration • Updated Laboratory Analysis Result: - Physical/ Chemical Test - Bacteriological Test - Hpc Test • Sanitary Permit Vi. Responsibilities Of The Service Provider 1. Provide The Indicated Number Of Water Dispensers In Accordance With The Schedule Of Dispensers’ Distribution Provided Below, With Free Of Charge And To Be Retrieved After The Contract; 2. Service Provider’s Personnel (in Proper Uniform/attire With Id) Must Deliver The Purified Drinking Water To Pdea-logistics Administrative Management Service-general Service Division (pdea Lams-gsd) Storage Area. 3. Conduct Cleaning/maintenance Of Water Dispensers Every Three Months; 4. Ensure That The Drinking Water To Be Delivered Has Passed All Stages Of Water Treatment As Required By The Philippine National Standard For Drinking Water. The Supplier Must Submit The Following Certificates From Any Doh Accredited Laboratory Testing Center As Attachment To The Quotation: • Water Quality Test Result (conducted Every 6 Months) • Microbiological Test Certificate (conducted Every Month) 5. Submit To Pdea-lams Every First Week Of The Succeeding Month A Letter Requesting For Monthly Billing Payment With The Following Attachments: A. Monthly Statement Of Account (soa) Or Billing Statement (bs); B. Delivery Receipt Signed By Lams-gsd Authorized Personnel; C. Summary Of Water Dispensers Undergone Maintenance/cleaning Attested By Lams-gsd Personnel; D. Microbiological Test Certificate By An Denr Accredited Laboratory Testing Facility; And E. Copy Of Water Quality Test Result. 6. Provision/replacement Unit For Defective Water Dispensers Immediately Upon Notification From Pdea Lams-gsd. 7. Ensure Appropriate Response To Situations That Require Immediate Action/assistance In Any Form, Involving Its Services And Employees During National Emergency Or Crisis. Vii. Schedule Of Water Dispenser And Water Allocation (see Attached Annex "a") Viii. Effectivity The Supply And Delivery Of Purified Drinking Water (5-gallon Capacity) Shall Be Five (5) Days Effective Upon Receipt Of The Purchase Order Based On The Schedule. Ix. Penalty Clause If The Supplier Fails To Satisfactorily Deliver Any Or All Of The Goods And/or Perform The Services Within The Period Specified In The Contract Inclusive Of Duly Granted Time Extensions If Any, The Agency Shall Impose Liquidated Damages At Least Equal To One Tenth Of One Percent (.001%) Of The Cost Of The Unperformed Portion For Every Day Of Delay Until Actual Delivery Of Performance. X. Terms Of Payment The Service Provider Shall Be Paid Thru List Of Due And Demandable Accounts (lddap) Upon Acceptance Of The Project. The Payment Shall Be Made In Accordance With The Actual (five 5-gallon Capacity) Purified Drinking Water Delivered On Monthly Basis. Payment Will Be Done By The Agency Upon Acceptance Of Accumulated Delivery Receipts Of Billing Statement For The Whole Month With The Attached Documentary Requirements Stated Below, Which Shall Be Billed Or Invoiced Every Last Day Of The Month. A. Monthly Statement Of Account (soa) Or Billing Statement (bs); B. Delivery Receipt Signed By Lams-gsd Authorized Personnel; C. Summary Of Water Dispensers Undergone Maintenance/cleaning Attested By Lams-gsd Personnel; D. Microbiological Test Certificate By An Denr Accredited Laboratory Testing Facility; And E. Copy Of Water Quality Test Result. 1 ***nothing Follows*** Total: *the Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes Schedule Of Requirements Statement Of Compliance (“comply” Or “not Comply”) Particulars Delivery Period Provision Of Drinking Water Supply To National Services As Scheduled Financial Offer Approved Budget For The Contract Total Offered Quotation Php420,000.00 In Words : ______________________________ ______________________________ In Figures : _____________________________: Payment Details Payment Terms: (payment Shall Be Made Promptly, But In No Case Later Than Sixty (60) Days, Through Land Bank’s Lddap-ada/bank Transfer Facility After Submission Of Billing Statement/invoice And Upon Fulfillment Of Other Obligations As Stipulated In The Contract As Well As Upon Inspection And Acceptance Of The Goods By The End-user, Subject To Other Payment Terms As Prescribed In This Rfq.) Banking Institution Account Number Account Name Branch ____________________________________ Signature Over Printed Name ________________________________ Position/designation ________________________________ Telephone Number ________________________________ Email Address This Is To Certify That I Have Conducted The Canvass And Those Prices Are True And Correct. Randy J. Nunieza Name And Signature Of Canvasser Tel No: (02)89208082 Email: Lms.procurement@pdea.gov.ph

Small Business Guarantee and Finance Corporation Tender

Others
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 750 K (USD 12.9 K)
Details: Description Terms Of Reference 2024 Customer Satisfaction Measurement (csm) For External Services Background Under Republic Act (ra) No. 10149, The Performance Evaluation System (pes) Was Established By The Governance Commission On Goccs (gcg) To Establish The Process Of Appraising The Accomplishment Of Goccs In A Given Fiscal Year Based On The Set Performance Criteria. One Of The Measures In Determining The Rating In The Pes Is The Overall Satisfaction Of The Clients For The Services Availed In A Gocc. Pursuant To Section 3(b), Rule Iv Of The Implementing Rules And Regulations (irr) Of Ra No. 11032 Or The Ease Of Doing Business Act Of 2018, "all Agencies Shall Embed Feedback Mechanisms And Client Satisfaction Measurement In Their Process Improvement Efforts" And That The Agency Shall Report To The Anti-red Tape Authority (arta) The Results Of The Client Satisfaction Survey For Each Service. On 12 April 2023, Joint Memorandum Circular (jmc) No. 1 Between The Gcg And Arta Was Issued To Provide Supplemental Guidance To Goccs Regarding Compliance To The Gcg Memorandum Circular 2023-01 On The Pes For The Gocc Sector And Arta Mc No. 2022-05 On The Guidelines On The Implementation Of The Harmonized Client Satisfaction Measurement. Objectives Of The Survey The Customer Satisfaction Measurement (csm) Seeks To Promote The Adoption Of A Harmonized And Standardized Framework In Measuring Client Satisfaction Across All Levels Of The Government And Measure And Compare The Service Performance Of All Government Agencies In A Uniform Manner. Coverage And Scope Survey Period. From 1 January To 31 December 2024. The Survey Period Shall Mean That Respondents Shall Be Providing Responses To The Survey For External Services Provided By Sb Corporation In 2024 And Shall Likewise Be Reiterated During The Conduct Of The Survey. Respondent Criteria. Respondents Covered By The Csm Should Be All Clients Of Sb Corporation That Have Availed External Services As Identified In Its 2024 Citizen’s Charter, As Follows: 1. Rise Up Program 2. Msme Wholesale Lending Programs (regular And P3) 3. Procurement (public Bidding) For Consulting Services 4. Procurement (public Bidding) For Goods And Services 5. Procurement (small Value) For Property, Supplies And Materials 6. Complaints Handling – Telephone 7. Complaints Handling – Email 8. Certificate Of Full Payment 9. Certificate Of Loan Repayments And Premium Contributions 10. Issuance Of Statement Of Account 11. Disposal Of Real And Other Properties – Public Bidding 12. Disposal Of Real And Other Properties – Negotiated Sale 13. Payment Of Success Fees For Collection Agencies 14. Recruitment And Selection Process For Jg 12 And Below 15. Recruitment And Selection Process For Jg 13 And Above 16. Request For Hr-related Documents The Complete List Of Clients With The Necessary Contact Information Will Be Provided By Sb Corporation. The Respondents Shall Be Surveyed Only If The Transactions Are Completed During The Survey Period. A Transaction Is Considered Complete When The Client Has Reached The Final Process Of The Service As Indicated In The 2024 Citizen’s Charter. Confidentiality Of The Client Information. Researchers And All Partners Shall Sign A Non-disclosure And Confidentiality Agreement Which Contains The Following Items: A. The Client Database/masterlist Should Be Used For The Purposes Of This Csm And Should Not Be Shared With Anyone Who Is Not Involved In The Project. B. The Client Database/masterlist Should Only Be Provided To The Lead Researcher Who Will Be Conducting The Csm. Other Staff Conducting The Csm Should Only Be Provided With The List Of Customers That They Will Be Contacting. C. The Client Database/masterlist Should Be Disposed Of Properly Or Returned To Sb Corporation. No Copies Of The Client Database/masterlist, Whether Printed Or In Soft Copy Formats, Should Be Left With The Service Provider. Eliminate Bias. Sb Corporation Shall Not Inform Their Customers That A Csm Will Be Conducted. Instead, A Letter To The Service Provider Shall Be Provided By Sb Corporation Stating The Purpose For Which The Csm Is Conducted And The Authority To Collect Data On Its Behalf. The Letter Will Be Shown To The Respondents Before The Conduct Of The Csm And Shall Contain, At The Minimum, The Following Information: A. Brief Profile And Salient Information Of The Service Provider And What They Will Be Conducting; B. Purpose Of The Research; C. Invitation Of Customers To Participate In The Survey; And D. Assurance Of Confidentiality. Methodology Data Collection Instrument. The Collection Of Data Shall Be Done Using The Questionnaire Prescribed By Arta, Which Shall Be Numbered, To Ensure Consistency All Throughout The Project And Eliminate Interviewer Bias. The Questionnaire Shall Be Either In English Or Filipino, Depending On The Preference Of The Client. Content Of The Questionnaire. The Questionnaire Includes Eight (8) Service Quality Dimensions (sqds) With The Following Statements: Key Drivers Of Satisfaction Statements Responsiveness I Spent A Reasonable Amount Of Time For My Transaction. Reliability The Office Followed The Transaction’s Requirements And Steps Based On The Information Provided. Access And Facilities The Steps (including Payment) I Needed To Do For My Transaction Were Easy And Simple. Communication I Easily Found Information About My Transaction From The Office Or Its Website. Costs The Amount You Paid For Your Transaction Is Value For Money. Integrity I Feel The Office Was Fair To Everyone, Or “walang Palakasan”, During My Transaction. Assurance I Was Treated Courteously By The Staff, And (if Asked For Help) The Staff Was Helpful. Outcome I Got What I Needed From The Government Office, Or (if Denied) Denial Of Request Was Sufficiently Explained To Me. Overall I Am Satisfied With The Service That I Availed. Rating Scale And Scoring System. A 5-point Likert Scale Shall Be Used To Measure The Service Quality Dimensions (sqds) For The Overall Satisfaction Rating Question That Determines The Level Of Satisfaction/dissatisfaction Of The Customers. Scale Rating 1 Strongly Disagree 2 Disagree 3 Neither Agree Nor Disagree 4 Agree 5 Strongly Agree The Percentage Of Respondents That Rated "agree" And "strongly Agree" Shall Be Used To Get Each Sqd's Score. A Question That Was Answered With Two (2) Or More Check Marks Shall Be Considered As Invalid. The Percentage Of Respondents That Rated "agree" And "strongly Agree" For Eight (8) Sqds Shall Be Used To Compute The Overall Score. Overall Score = Number Of ‘strongly Agree’ Answers + Number Of ‘agree’ Answers X 100 Total Number Of Respondents – Number Of ‘n/a’ Answers The Interpretation Of The Results Shall Be As Follows: Percentage Rating Below 60.0% Poor 60.0% - 79.9% Fair 80.0% - 89.9% Satisfactory 90.0% - 94.9% Very Satisfactory 95.0% - 100.0% Outstanding Data Collection Method. The Collection Of Data Shall Be Done Either Online (by Providing A Link, Qr Code, Or Other Similar Means To The Survey Form) Or Offline (by Telephone Interview Or Other Similar Means). As Prescribed By Arta, The Accomplishment Of The Survey Should Not Exceed Five (5) Minutes. While The Guidelines On The Harmonized Csm Does Not Require The Recording Of Telephone Interviews With The Respondent As Well As Submission Of The Same As An Attachment To The Final Report, The Service Provider Should Be Able To Provide The Procedure Undertaken To Corroborate The Consistency And Accuracy Of The Conduct Of The Survey Via Telephone. This Shall Serve As Basis To Ensure Sb Corporation’s Compliance To Requirements In The Submission Of A Detailed Back-checking Report, Copies Of Sample Accomplished Survey Instruments, Among Others, As Part Of The Csm Report. Back-checking Shall Be Conducted By A Project Team Member Other Than The Original Interviewer/enumerator Who Shall Re-contact The Respondent To Check The Quality And Validity Of The Output. For Surveys Conducted Offline, It Shall Be The Task Of The Interviewer/enumerator To Fill-out The Questionnaires In Surveys Conducted Through Telephone Or Other Similar Means. Considering The Mode Employed, The Signature Of The Respondents Shall Be Dispensed With. Similarly, The Spot-checking And Back-checking Reports Must Detail That The Respondents Are Correctly Identified And That Their Answers Are Accurately Reflected. Project Timeline And Sample Size Based On The Arta-provided Calculator, The Minimum Number Of Responses Shall Be As Follows, Which Shall Be Spread Among Sb Corporation’s Four (4) Regional Lending Groups And Their Respective Provinces: External Service Total Number Of Clients Minimum Number Of Respondents 1. Rise Up Program 11,738 372 2. Msme Wholesale Lending Programs (regular And P3) 516 220 3. Procurement (public Bidding) For Consulting Services - - 4. Procurement (public Bidding) For Goods And Services 4 4 5. Procurement (small Value) For Property, Supplies And Materials 156 111 6. Complaints Handling – Telephone 1 1 7. Complaints Handling – Email 41 37 8. Certificate Of Full Payment 117 90 9. Certificate Of Loan Repayments And Premium Contributions - - 10. Issuance Of Statement Of Account 311 172 11. Disposal Of Real And Other Properties – Public Bidding - - 12. Disposal Of Real And Other Properties – Negotiated Sale - - 13. Payment Of Success Fees For Collection Agencies 1 1 14. Recruitment And Selection Process For Jg 12 And Below 1 1 15. Recruitment And Selection Process For Jg 13 And Above 2 2 16. Request For Hr-related Documents 30 28 Total 12,918 1,039 Sb Corporation Shall Evaluate Proposals On The Provider’s Ability To Complete The Csm In The Timeliest Manner. Research Team Structure And Training The Service Provider That Will Administer The Survey And Generate/analyze The Results Should Have A Dedicated Pool Of Researchers For This Csm And Should Follow The Research Team Structure Required By The Arta Mc No. 2022-05 (annex A), Arta Mc No. 2023-05 (annex B), And Joint Arta-gcg Mc No. 1 (annex C). Project Cost The Engagement Will Have A Project Cost Of Pesos: Seven Hundred Fifty Thousand (php 750,000.00), Inclusive Of Vat. A Downpayment Of Fifteen Percent (15%) Of The Project Cost Will Be Issued Upon Signing Of The Contract. The Remaining Eighty-five Percent (85%) Will Be Processed For Payment Upon Receipt Of The Final Report Of The Service Provider. Eligibility Requirements For Service Provider A. The Service Provider Possesses Relevant Valid Business Licenses To Offer And Provide Such Services To Be Procured. B. Must Have At Least 5 Years Experience In The Conduct Of Market Research And Survey. C. Must Have A Pool Of Experts/professionals Each Having At Least 3 Years Of Experience In Market Research And Survey. D. Must Have Adequate Pool And Experienced Resources To Conduct Such Engagement As Well As To Prepare For And Attend Meetings As Required By The Sb Corporation. E. Must Have Conducted Customer Satisfaction Surveys On Msmes And/or Familiarity On Financing Services. F. The Service Provider Must Meet The Minimum Eligibility Requirements And Short-listing For Consulting Services Under R.a. No. 9184, Otherwise Known As The “government Procurement Reform Act.” G. Must Be Able To Submit A Proposal That Is Consistent With The Guidelines Of The Gcg. H. Preferably A Member Of Professional Market Research Organizations (e.g. Esomar, Mores) Proposed Professional Staff The Required Number And Experience Of The Proposed Professional Staff Is As Follows: Key Personnel Education And Experience Project Manager (1) • Bachelor’s And/or Master’s Degree In Relevant Fields • At Least Five (5) Years’ Experience In Designing, Developing, And Conducting Surveys Which Measure Customer/ Stakeholder Satisfaction; And • At Least Five (5) Years’ Experience In Project Management Survey Specialists (3) • Bachelor’s Degree In Relevant Fields • At Least Three (3) Years’ Experience In Designing, Developing, And Conducting Surveys Which Measure Customer/ Stakeholder Satisfaction Support Staff (3) • Bachelor’s Degree • At Least A Year’s Experience In Staff Support In Project Management And Implementation Time Frame And Payment Schedule A. The Project Shall Last (including The Delivery Of Final Outputs) For A Maximum Of Fifty (50) Calendar Days After The Issuance Of The Notice To Proceed (ntp). B. The Project Shall Be Undertaken Following The Timeline Of Activities After Receipt Of The Ntp, Which May Be Modified As Mutually Agreed And Formalized By Both Parties, Below: Day From Receipt Of Notice To Proceed (ntp) Activity Deliverables 0 Receipt Of The Ntp Day 1 Onboarding Meeting With Sbcorp Days 2 To 6 Preparation Of The Inception Report Inception Report Days 7 To 27 Conduct Of Survey Proper / Data Gathering Days 28 To 34 Spot And Back Checking Spot Checking Report Back Checking Report Days 35 To 41 Data Processing And Report Writing Data Quality Control Report Day 42 Submission Of Initial Csm Report Initial Csm Report Day 50 Submission Of Final Csm Report Final Csm Report C. Abc Is Inclusive Of Local Taxes Applicable For Contractor Of Services Such As 15% Expanded Withholding Tax (ewt) And 5% Withholding Tax On Government Money Payments (gmp). D. Processing Of Payment Will Begin Upon Submission Of All Required Outputs Or Documents, Acceptance Of The Project Terminal Report, And Receipt Of The Invoice And Complete Supporting Documents In Accordance With Applicable Government Rules And Regulations.

Environmental Management Bureau Tender

Environmental Service
Corrigendum : Closing Date Modified
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 65 K (USD 1.1 K)
Details: Description 2 Request For Quotation (rfq) Meals For The Conduct Of Training On Compliance Monitoring Protocols On Environmental Laws Rfq No. Emb-eeid-2025-01-008 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Meals For The Conduct Of Training On Compliance Monitoring Protocols On Environmental Laws On (sg18 And Below Technical Staff) 2 Days 13 August 2025 14 August 2025 50 50 Pax Pax 650.00 650.00 32,500.00 32,500.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php65,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 24, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Foo And Venue For The Conduct Of Circular Forum For Media Roctitioners Under Rfq No. Emb-oad-nec-2025-01-005 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Meals For The Conduct Of Training On Compliance Monitoring Quantity: 50 Pax Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 50 50 Pax Pax Meals For The Conduct Of Training On Compliance Monitoring Protocols On Environmental Laws On (sg18 And Below Technical Staff) 2 Days 13 August 2025 14 August 2025 Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Meals For The Conduct Of Training On Compliance Monitoring Protocols On Environmental Laws On (sg18 And Below Technical Staff) 2 Days 13 August 2025 14 August 2025 Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 50 50 Pax Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Environmental Management Bureau Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 625 K (USD 10.7 K)
Details: Description 2 Request For Quotation (rfq) Food, Venue And Accommodation For The Conduct Of Workshop For Stakeholders/obliged Enterprises Rfq No. Emb-pab-2025-02-023 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Food, Venue And Accommodation For 45 Persons X 2 Days (live-in) March 11-12, 2025 Meals And Venue For 200 Stakeholders/obliged Enterprises For One Day (live-out) March 12, 2025 45 200 Pax Pax 2,500.00 2,000.00 Total 225,000.00 400,000.00 625,000.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php625,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 08:00 A.m. Of March 03, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Food, Venue And Accommodation For The Conduct Of Workshop For Stakeholders/obliged Enterprises Under Rfq No. Emb-pab-2025-02-023 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Food, Venue And Accomodaion For The Conduct Of Workshop For Stakeholders/obliged Enterprises Quantity: Pax Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 45 200 Pax Pax Food, Venue And Accommodation For 45 Persons X 2 Days (live-in) March 11-12, 2025 Meals And Venue For 200 Stakeholders/obliged Enterprises For One Day (live-out) March 12, 2025 Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Food, Venue And Accommodation For 45 Persons X 2 Days (live-in) March 11-12, 2025 Meals And Venue For 200 Stakeholders/obliged Enterprises For One Day (live-out) March 12, 2025 Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 45 200 Pax Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Department Of Human Settlement And Urban Development Quezo Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 294.8 K (USD 5 K)
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Purchase Request No. Rfq No. 02-0098, S. 2025 P. R. No. 2025-01-0048 Procurement Activity Procurement Of Service Provider For The Supply And Delivery Of Purified Drinking Water For Dhsud Central Office For Fy 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) Two Hundred Ninety-four Thousand Eight Hundred Forty Pesos And 00/100 (php294,840.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 1:00 Pm, March 03, 2025. Delivery Schedule Delivery Of Goods/items Shall Be Seven (7) To Fourteen (14) Calendar Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Said Activities Are As Follows: Terms Of Reference Procurement Of Service Provider For The Supply And Delivery Of Purified Drinking Water For Dhsud Central Office For Cy 2025. I. Background/rationale The Department Of Human Settlements And Urban Development (dhsud) Was Created Through Republic Act 11201, Dated 14 February 2019, With Its Primary Function As The Sole And Main Planning And Policy-making, Regulatory, Program Coordination And Performance Monitoring Entity For All Housing, Human Settlement And Urban Development. To Effectively And Efficiently Fulfil Its Mandate, An Adequate Supply Of Purified Drinking Water Is A Necessity For Hydration To Ensure The Health And Well-being Of The Dhsud Key Officials And Employees. Ii. Contract Period The Contract Period Is For Nine (9) Months From April To December 2025 With The Delivery Of Services To Start From The Approval Of The Purchase Order. Iii. Approved Budget For The Contract (abc) The Abc For The Project Is Two Hundred Ninety-four Thousand Eight Hundred Forty Pesos And 00/100 (php294,840.00) Inclusive Of All Applicable Government Taxes As Included In The Dhsud Approved Annual Procurement Plan For Fy 2025. Iv. Scope Of Work The Service Provider Shall Render The Following Services: • Provision Of Three Hundred (300) Pcs Of Five (5) Gallon Container Per Week With Free Use Of Hot And Cold Water Dispenser; • Provision Of Sixty (60) Units Brand New Hot And Cold Water Dispenser; • Monthly Cleaning And Quarterly Disinfection Services Of All Dispensers, Including The Repair And Maintenance Thereof; And • Replacement Of The Defective Dispenser Shall Be Within The Period Of Forty-eight (48) Hours From Receipt Of Report Or Notification Of Such Defect From The Personnel Of The General Services Division Of The Dhsud Administrative Service. V. Duties And Responsibilities Of The Service Provider The Service Provider Shall: • Ensure Availability Of Purified Drinking Water Products Requirement Of The Dhsud; • Ensure Delivery Of Purified Drinking Water And Pull Out Of Empty Containers On A Weekly Basis; • Provision Of Transaction Receipt Every Time Purified Drinking Water Product Is Delivered And Ensure That The Transaction Receipt Reflects The Details And Quantity Of The Delivered Product; And • Provide Copy Of The Monthly Portability Test Result Of The Purified Water Refilling Station. The Following Are The Potability Testing Parameters: A. Heterotropic Plate Count; B. Total Coliform; And C. Fecal Coliform. Vi. Terms Of Payment • The Service Provider Shall Submit Statement Of Accounts (soa) To Include The Copy Of P.o And Transaction Receipt Per Delivery Per Month: • The Service Provider Shall Be Paid On A Monthly Basis Upon Inspection, And Acceptance By The General Services Division And Duly Noted By The Undersecretary For The Administrative And Finance Services, Subject To The Submission Of The Statement Of Accounts; And • In Case The Monthly Accumulated Purified Drinking Water Cost Exceeds The Approved Budget Before The Expiration Of The Contract Due To Increase In Consumption, The Service Provider Shall Continue Providing Purified Water Products To The Dhsud. A Separate Soa Shall Be Submitted For The Excess Consumption. Terms And Conditions: 1. Delivery Of Goods/items Shall Be Seven (7) To Twenty (20) Calendar Days Upon Receipt Of The Approved Purchase Order; 2. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 3. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 4. Please Submit An E-copy Of The Following Documentary Requirements; A. Philgeps Registration Number/certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; And (note: In Case The Permit Is Recently Expired, Please Submit The Same And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss): Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To Processing Of Payment Supporting Documents (as May Be Applicable): For Sole Proprietorship – Dti Business Name Registration; For Partnership/corporations: Notarized Special Power Of Attorney, Or Notarized Secretary’s Certificate, Whichever Is Applicable D. If The Authorized Representative In The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories; And E. Latest Tax Clearance. Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of Service Provider For The Supply And Delivery Of Purified Drinking Water For Dhsud Central Office For Fy 2025 Request For Quotation No.: 02-0098, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

DEPT OF THE NAVY USA Tender

Manpower Supply
Corrigendum : Closing Date Modified
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Amendment #5: 2nd Round Of Answers To Questions From Industry, Below - In Addition, Updated Attachments To Now Include The Current Cba: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level specified In The Dd Form 254, Contract Security Classification Specification attached To This Solicitation. The Plan Shall Include Confirmation Of Existing personnel Clearances, Detail The Offeror's Process For Obtaining New clearances To Perform The Full Requirement By The Time Full Operational tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, and Outline The Schedule For Obtaining Any Required New Clearances During the Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of staff, Since Staff Won't Be Assigned Until Reward. Pm And Sl Won't And Can't be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. 7 sow 2.1 States That "work Specified Herein Shall Be Performed At ….newport Rhode Island….or An Alternate Security Monitor Center." a. Can The Government Elaborate On When An Alternate Center Would Be Used? b. Would These Alternate Centers Be At Any Of The Locations Listed In Sow 2.0 (i.e., Usa And International Locations)? a. Whenever The Primary Smc Is Not Capable Of Functioning Or During Tests Of The Alternate Smc’s Systems. b. There Is Only One Alternate Smc And It Is Also Located At Nuwc Newport. 8 sow 4.7.1: Are There Any Specifications For The Type Of Vehicle The Contractor Should Provide (i.e., Compact Car, Sedan, Suv, Truck, Etc.)? a. Does The Vehicle Need Any Type Of Lights (i.e., Roof, Strobe, Spotlight)? b. Is Any Interior Equipment Required (i.e., Fire Extinguisher, First Aid Kit, Etc.)? any Form Of Compact Car, Sedan, Suv, Or Truck Is Acceptable. Gators, Golf Carts, Etc Are Not Considered Acceptable Vehicles As They Must Be Registered To Operate On Ri Roadways. a. No. b. No. 9 sow 5.2: For Pricing Purposes, Is Any Of The Mandatory Training Conducted While Staff Is Off Duty? a. If Training Is Off Duty, How Many Hours Per Employee Would Need To Be Compensated? none Of The Mandatory Training Is Required To Be Performed Off Duty But It Is The Contractor’s Determination As To How It Meets The Government’s Requirements. a. Na. All Training Is Conducted In A Duty Status. 10 attachment 1.b.(a): Can The Senior Technical Representative (str) Also Be The Pm? yes. However, It Is The Offeror’s Responsibility To Propose An Approach That Collectively Meets All Solicitation Requirements. 11 section L.3.(a).(i).(i).(a) States That The "page Limitation For Proposal Is Not To Exceed Fifteen (10) Pages." Please Verify The Page Limit Quantity. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 12 section L.3.(a).(i): Are The Staffing Plan, Key Personnel Resume, And Past Performance Reference (attachment 2) Excluded From The Technical Volume Page Limitation? yes. 13 section L.3.(a).(i): Is The Cover Page And Table Of Contents Excluded From The Page Limitation? yes. 14 will The Government Provide A Current Seniority List Consisting Of Hire Dates Only For The Incumbent’s Security Force So That Offerors Can Accurately Price Vacation And Other Leave Benefits? no. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 15 does The Incumbent Currently Have The Contract Fully Staffed? If Not, What Are The Differences? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 16 does The Incumbent's Staff Meet The Training And Clearance Requirements Of This Solicitation? a. If Not, What Are The Differences? b. Are The Incumbent's Staff Grandfathered In Terms Of The Training? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 17 is There A Union With This Contract? a. If So, Can The Government Provide A Copy Of The Cba? yes. a. The Cba Will Be Amended Into The Posting Concurrent With This Answer Being Posted. 18 are The Alarm Monitors Self-relieving? yes. 19 since A Resume And Letter Of Intent Is Required For Key Personnel: a. Is There An Existing Pm (or Other Key Personnel Staff) Employed By The Incumbent Who Meets The Current Work Experience Referenced In The Sow? b. Does The Government Want The Successful Bidder To Retain These Key People Or Replace Them? c. If Retaining The Current Key People Is Desirable, Would The Government Consider Providing Their Names And Email Or Phone Number So That Offerors Can Contact Them? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 20 are The Alarm Monitors And Pm Required To Wear Uniforms? a. If So, Please Provide A List Of Contractor Provided Items And Any Pertinent Specifications. no. The Government Will Provide Badges That Say “smc” For Additional Identification Purposes. a. Na. 21 is There Any Contractor Provided Equipment Or Supplies That Are Required? no, With The Exception Of The Vehicle Requirement Identified In The Solicitation. 22 for The Project Manager, The Sow Lists Three Duties Of Their Job: A. Ensure Resources, Assignments, Staff, And Training Are Administered; b. Update And Maintain All After-hours And Emergency Recall Information And Reference Materials; And C. Provide Monthly Metrics Data Reports. 17.with The Assumption That The Shift Lead Will Be Handling Most Of The Daily Supervisory Tasks, Does The Pm Have Any Other Duties And/or Responsibilities? determining The Method Of Performance Of The Sow Requirements Is The Responsibility Of The Offeror. 23 is This An Existing Requirement Or Is This A New Requirement? see The Answer To Question 6. 24 if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent, Period Of Performance, To Include The Dates Of The Final Option Period Exercised? yes, The Current Contract Was Awarded To Shiloh Services, Inc., Which Will Expire On 06/30/2025. The Government Declines To Provide The Dollar Value As More Than Enough Information Is Available To Price Including The Cba Now Amended Into The Solicitation. 25 is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 26 does The Current Incumbent Workforce Meet All Requirements Specified In The Sow? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 27 a. Is There A Security Clearance Requirement? b. If So, What Level Of Security Clearance Is Required? c. Do All Incumbent Personnel Currently Meet All Of The Adjudicated Security Clearance Requirements? a-b. See The Dd 254 Attachment To The Rfq. c. The Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 28 "are These Sca Personnel? please Provide A Wage Determination To Be Used For Pricing Purposes? which Occupation Code Listed In The Department Of Labor (dol), Wage [determination] Apply To The Requirement?" applicable Wage Information Is Provided Via The Current Amendment In The Form Of A Cba. 29 please Provide Any Uniform And/or Dress Code Requirements. the Only Applicable Standard Is Business Casual Or Inclement Weather Appropriate Clothing. 30 an Error Code Shows When Attempting To Open The Dd254 Provided. Please Clarify Security Clearance Requirements. the Rfq Posting Is Amended To Include An Updated File, To Now Properly Showing The Dd254. 31 the Work Specified Herein Shall Be Performed At The Naval Undersea Warfare Center, Division newport (nuwcdivnpt) Or The Naval Station, Newport Rhode Island (navsta) Designated or An Alternate Security Monitor Center. please Provide The Location(s) Of The Alternate Security Monitoring Center. all Primary And Alternate Facilities Of Physical Performance Takes Place At The Naval Undersea Warfare Center, Division Newport However Additional Sites Are Remotely Monitored. 32 do All Contract Employees Require Ri State And Federal Certifications For Dispatcher And Monitor Positions? no. 33 what Type Of Situations To Sme's Historically Respond To? how Many Times A Year On Average Do This Incidents Occur? see Sow. 34 4.5.1 Where Are The Temporary Storage And/or Gsa Security Containers Located, I.e. On The Nuwcd Compound, Off-site, Etc.? all Are Within The Nuwcdivnpt Compound. 35 on A Daily Basis, The Contractor Shall Support Tasks Using A Contractor Provided Vehicle In support Of 4.0 Tasks. The Vehicle Shall Display A Distinctive Contractor Emblem For Identification purposes. what Type Of Vehicle Is Required (cargo, Utility, Passenger)? are There Any Make/model/year, Etc. Requirements And/or Limitations? is There Any Relevant Historical Data Available Regarding Mileage, Storage And Offsite Fueling Allowances? is There Parking Available On The Nuwcd Compound? any Vehicle Registered And Inspected In The State Of Ri. no. no. Data Is Available As It Was Not Previously Required. yes 36 31. 5.2.1 The Contractor Shall Require Each Contractor Employee Performing Work At Any Nuwc division Newport Site, Who Has A Common Access Card (cac) And An Nmci Account To complete All Required Mandatory Training And Any Applicable Limited Audience Required training(s). The Contractor Shall Fill Out And Submit To The Government The Training Completion status Report, Gfi #25, Affirming All Mandatory Training And Any Applicable Limited Audience required Training(s) Are Completed. The Required Training And Required Training Schedule Is available At The Following Website: [will Be Provided At Award] Under Mandatory training Instructions. See The .pdf Mandatory Training Instruction – Contractors Only. for Pricing Purposes, Please Provide A List Of All Required Training, Number Of Hours Required For Completions, Government Or Contractor Provided, And Are They Otj Or Not. What Are Average Wait Times For Appointments And Issue?" all Required Training Is Virtual, Accessible From The Nuwcdivnpt Site, And Can Be Accomplished During A Standard Work Period While Performing Other Duties Of The Sow. 37 32. The Government Will Evaluate The Plan For Obtaining Personnel Security Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level As Specified In The Dd254, Including Confirmation Of Existing Clearances, Details Of The Offeror's Process For Obtaining New Clearances, And The Schedule For obtaining Any Required New Personnel Security Clearances During The Life Of The Contract. is There A Transition Period? how Long? what Is The Security Clearance Level Required? see The L&m Attachment, And, More Specifically, The Pass Fail Evaluation Criteria For Clearance Requirements And Transition Period To Full Operation Tempo. 38 33. Technical Approach (a) Submit A Personnel Plan To Accomplish All Of The Statement Of Work Tasking. Page Limitation For proposal Is Not To Exceed Fifteen (10) Pages. please Clarify If It Is 15 Or 10 Page Limit For This Section. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 39 34. Staffing Plan, Attachment 3 - Staffing if The Offeror Is Proposing To Use Incumbent Personnel In Order To Maintain Continurity Of Operations, Can The Offeror Use Tbd Or Incumbent For The Staffing Plan Attachment? the Proposal Must Meet The Stated Solicitation Criteria Which Are Clear In This Matter. 40 35. Staffing Plan is There A Page Limit For The Staffing Plan? no. 41 36. Offeror Shall Provide A Mapping Of Any Company-specific Labor Categories It, Or Its Subcontractors, Proposes In the Staffing Plan To The Corresponding Government Standard Ecraft Labor Categories. Unless Specified already By The Government, Offeror Shall Propose Standard Ecraft Labor Categories Based On The descriptions Listed At: http://www.navsea.nayy.mil/home/warfare-centers/nuwcnewport/ link States ""www.navsea.nayy.mil’s Server Ip Address Could Not Be Found. please, Use The Following Url: Http://www.navsea.navy.mil/home/warfare-centers/nuwc-newport/partnerships/commercial-contracts/labor-categories/. 42 37. Is Eligibility To Become Ncic, Rilets, Nlets, And Cpic, As Retired Law Enforcement, Sufficient? Specifically In This Scenario What If The Individuals Do Not Currently Have “active” Certifications Into Those Systems. They Have Had Access In The Past And Would Be Eligible For Recertification. Will Their Resumes Meet The Requirements? the Fact That Someone Is “retired Law Enforcement” Does Not Automatically Qualify An Employee For Any Certifications Or Clearances. in Terms Of Incumbent Staff Certifications There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 43 as A Follow Up To Question #5, There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until [award]. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule In Place. resumes Are Only Required For The Key Personnel Position And Not For All Employees. For Key Personnel That Are Not Current Staff Letters Of Intent Are Required. there Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. amendment #4: extended Closing Deadline To 02/18/2025 @ 1400 Est, To Afford Time To Respond To Questions From Industry. amendment #3: extended Closing Deadline To 02/07/2025 @ 1400 Est, To Afford Maximum Compeition. amendment #2: questions To Questions From Industry, Below: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The Requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift Requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government Facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level Specified In The Dd Form 254, Contract Security Classification Specification Attached To This Solicitation. The Plan Shall Include Confirmation Of Existing Personnel Clearances, Detail The Offeror’s Process For Obtaining New Clearances To Perform The Full Requirement By The Time Full Operational Tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, And Outline The Schedule For Obtaining Any Required New Clearances During The Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until Reward. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 Attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. amendment#1: - Added Dd254 Attached - Added Question Deadline, Which Expires 27-jan-2025 @ 1400 Est. Therefore, Please, Submit All Questions, Before That Deadline. please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued. this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Request For Quotation (rfq) Number Is N66604-25-q-0168. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Has A Firm Fixed Price Requirement In Accordance With Attachment #1 Statement Of Work (sow) For The Following On-site Monitoring Services: line Item # 0001 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2025 To 30-jun-2026 line Item # 0002 Option 1 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2026 To 30-jun-2027 line Item # 0003 Option 2 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2027 To 30-jun-2028 line Item # 0004 Option 3 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2028 To 30-jun-2029 line Item # 0005 Option 4 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2029 To 30-jun-2030 this Procurement Is Solicited As A Small Business Set-aside As Concurred With By The Nuwcdivnpt Office Of Small Business Program (osbp). The North American Industry Classification System (naics) Code For This Acquisition Is 561612; The Small Business Size Standard Is $29m. rhode Island Wd 2015-4089 Rev 26, Dated 04-09-2024, Applies. Incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular. The Provision At Far 52.212-1, Instructions To Offerors Commercial Items Applies To This Solicitation. The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Items Applies To This Solicitation. Clauses Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law, 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, And Dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information Apply To This Solicitation. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (navsea Variation I) (oct 2018) the Government May Extend The Term Of This Contract By Written Notice(s) To The Contractor Within The Periods Specified Below. If More Than One Option Exists, The Government Has The Right To Unilaterally Exercise Any Such Option Whether Or Not It Has Exercised Other Options. item(s) latest Option Exercise Date 7100 07/1/2025 7200 07/1/2026 7300 07/1/2027 7400 07/1/2028 item(s) latest Option Exercise Date 6100 8/30/2025 6200 8/30/2026 6300 8/30/2027 6400 8/30/2028 if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. the Total Duration Of This Contract, Including The Exercise Of Any Option(s) Under This Clause, Shall Not Exceed Five (5) Years, However, In Accordance With Paragraph (j) Of The Requirement Of This Contract Entitled "level Of Effort – Alternate I", If The Total Manhours Delineated In Paragraph (a) Of The Level Of Effort Requirement, Have Not Been Expended Within The Period Specified Above, The Government May Require The Contractor To Continue To Perform The Work Until The Total Number Of Manhours Specified In Paragraph (a) Of The Aforementioned Requirement Have Been Expended. (end Of Clause) the Following Addenda Or Additional Terms And Conditions Apply. Defense Priorities And Allocations Systems (dpas) Rating Is Do-c9. A Section 508 Does Not Apply. the Required Period Of Performance Is Listed In The Table Above, F.o.b. Destination Is Newport, Ri 02841. the Government’s Preferred Method Of Payment Is Electronic Payment Through Wide Area Workflow (wawf) Will Be Used. Please Confirm If Government Purchase Card Is An Acceptable Form Of Payment Within The Quotation. full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At: Www.acquisition.gov/far this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov the Quote Shall Include Price, Delivery Terms, A Technical Proposal In Accordance With The Information Contained In Attachment #2 Section L - Instructions For Submission Of Proposals And Section M – Evaluation Factors For Award And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns. the Quotes May Be Submitted Via Email To The Below Address And Must Be Received On Or Before Monday, 29 Jan 2025 2:00pm Est. Offer Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. For Information On This Procurement, Contact: Kevin E. Silva At Kevin.e.silva2.civ@us.navy.mil Or 401-832-3558.

Department Of Tourism Tender

Housekeeping Services
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)
Details: Description Terms Of Reference Procurement Of Pest And Termite Control Services For Cy 2025 I. Introduction The Department Of Tourism (dot) Has Annually Procures The Service Provider For The Conduct The Regular Pest And Termite Control Services To The Department To Ensure Prevention Against Pest Infestation In The In The Entire Building Being Rented At Makati City. Ii. Objective To Procure A Technically And Financially Capable Service Provider To Deliver The Pest And Terminate Control Services Requirement Of The Dot For Cy 2025. Iii. Qualifications Of Bidder/service Provider: • The Service Provider Must Have The Necessary Experience And Expertise In Providing Pest And Termite Control Services For The Last Five (5) Years; • The Service Provider Must Be Philgeps Registered; • The Service Provider Must Submit The Following Documents Together With Their Bid Proposal/price Quotation To The Dot: • Certificate Of Satisfactory Performance From Its Previous/current Clients Attesting To The Services For The Last Three (3) Years; • Copy Of The Certificate Of Membership And/or Accreditation For At Least Any Of The Following Organizations: • Pest Control Association Of The Philippines (pcap); • Philippine Federation Of Pest Management Operators Association, Inc. (pfpmoa); • National Pest Management Association (npma); • Federation Of Asian & Oceania Pest Managers Associations (faopma); • Philippine Green Building Council, And The Philippine Association Of Certified Pesticide Applicators (pacpa); • Fertilizer And Pesticide Authority (fpa) License 2007 Or 2008 With Cpa Id As Household And Structural Pest Control (exterminator) • Food And Drug Administration (fda) License To Operate As Exterminator/fumigator • Copy Of The Company’s Current Certificate Of Product Registration Issued By The Food And Drug Administration (fda) For The Chemicals To Be Used; And • Copy Of Training Certificates From Any Association Specified Above Attended By Personnel/technicians Who Will Be Assigned To The Dot For The Last Five (5) Years. • No History Of Blacklisting. Iv. Duties And Responsibilies Of Bidder/service Provider: • The Service Provider Shall Provide All The Labor And Materials, Tools And Equipment, Supervision And Other Incidentals For The Comprehensive Termite And General Pest Control Of The Department. All Tools And Equipment Shall At All Times Be In Good Working Conditions; • The Service Provider Shall Ensure That The Scope Of Work And Schedule Of Requirements Are Diligently Rendered; • The Service Provider Shall Ensure That The Services To Be Rendered Will Effectively Exterminate Any And All Pests, Insects, And Rodents Without The Visible Presence And Disturbing Odor Or Smoke Of Fumes. In Any Case That The Dot Finds To Be Ineffective On The Services Provided, The Dot Has The Right To Terminate The Contract At Any Time And Shall Not Be Obliged To Pay The Contractor For The Services Rendered; • The Service Provider Shall Ensure That All The Chemical Supplies And Materials Necessary For The Implementation Of The Work Are Of The Best Quality, Safe And Approved By The Food And Drug Administration (fda); • The Service Provider Shall Ensure That All The Preparations, Formulation, And The Use Of The Chemicals Are In Accordance With Its Label And Safety Data Sheet; • The Service Provider Shall Provide/assign Honest, Skilled, And Well-trained Technicians/workforce To Ensure Proper Application And Treatment. All Personnel Assigned To The Dot Must Wear Proper Company Uniforms And Identification Cards. • The Service Provider Shall Exercise Extraordinary Diligence In The Performance Of Its Services To Ensure That No Illnesses, Accident, And/or Damage To Any Of Its Employees Will Take Place. The Service Provider Shall Shoulder All The Medical Expenses Of Their Personnel (if Any) Arising From The Accidents While Performing The Services; • The Service Provider Shall Provide An On-call Service In-between Schedule For Immediate Additional Service/s If There Be A Sudden Outbreak Of Infestation At The Dot Premises At No Additional Cost; • The Service Provider Shall Submit A Weekly Service Treatment Report To The Gsd-maintenance Section, Indicating Therein, The Areas That Were Treated And Monitored, Duly Confirmed/acknowledge By The Gsd-maintenance Sections’ Representative Present During The Treatment; • The Service Provider, Through Its Representative, Shall Visit The Premises Two (2) Days After Each Treatment And Evaluate The Result Of The Services Rendered, Together With Gsd Representative. All Concerns (if Any) Shall Be Addressed By The Service Provider Immediately. • A Quality Control Supervisor, Affiliated With The Contractor, Shall Visit The Dot Premises Once A Month Or Whenever Necessary To Undertake The Following: • Coordinate With The Dot Authorized Representatives In Evaluating The Effectiveness Of The Contract Pest And Termite Control Services; • The Service Provider Shall Use A Bfad Approved Chemicals With Strong Formulation That Has Long Residual Action And Can Effectively Eliminate Insects And Other Kinds Of Pests. • Service As Pest Control Consultant By Recommending Ways And Means To Control Infestation. • Treatment Using Chemicals Shall Only Be Executed Every Saturdays Or Sundays 3 P.m. Onwards With Supervision Of The Dot’s Authorized Representative. V. Scope Of Work • Areas Of Treatment – The Service Provider Shall Ensure That The Following Areas/premises Of The Dot Are Covered Of The Treatment: • All Areas/offices Inside The Dot Building, Including The Basement Area, And • Upper Parking Area • Frequency Of Services Work/item Description Schedule Inspection • Pre-inspection Of The Entire Premises To Determine The Degree Of The Infestation, Unforeseen Breeding Sites/harborages And Entry Points Particularly In The Drainage System, Pipe Chase, Basement Areas, Electrical Rooms, Stock Rooms, Pantries, And Toilets. Two (2) Days Before Treatment Schedule • Post-treatment Inspection To Assess The Effectiveness Of Service Treatment Performed. Two (2) Days After The Treatment Schedule Flying And Crawling Insects/pests Control • Conduct Residual Spraying In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks, Crevices Undersides Of Furniture, And Appliances Which They May Enter/hide; 1st And 3rd Saturday Of The Month After Office Hours • Apply/place Cockroach/insecticidal Gel Bait Near Harborages And In All Electrical Rooms, Kitchen Cabinets, Stockrooms, And Comfort Rooms; 2nd And 4th Saturday Of The Month • Misting Of All Offices, Hallways, Conference/meeting Rooms, Outdoor Areas And Other Facilities 1st And 3rd Saturday Of The Month After Office Hours • Thermal Fogging Of Outdoor Areas And Other Facilities 1st Saturday Of The Month After Office Hours • Application Of Larvicide In Stagnant Water, E.g. Rain Drains And Other Possible Water Reservoirs, Which Pose As A Breeding Source Of Mosquitoes 2nd Saturday Of The Month Termite Control • One Massive Spot Treatment Of Wooden Areas With Active Termite Activity. Second Saturday Or Sunday Of March Rodents (rats And Mice) Control • Install Cage Traps, Glue Board, Snap And Other Mechanical Devices In Locations That Serve As Travel Areas Or Food Sources Of Rodents, As Well As Points Of Entry 1st And 3rd Saturday Of The Month • Inspect The Installed Rodent Glue And Cage Traps And Dispose Or Rats Caught In The Traps 2 Or 3 Days After Installation • Inspect And Replenish All Bait Stations Twice A Month • Pre-inspection And Post Treatment Results/reports Shall Be Submitted To The General Services Division – Maintenance Section. • One Massive Spot Treatment Of Wooden Areas With Active Termite Activity. Vi. Approved Budget For The Contract (abc) And Source Of Fund: One Hundred Fifty Thousand Pesos Only (php150,000.00), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), General Administration Expenses (gae) Funds. Vi. Contract Duration: 10 Months Upon Receipt Of The Service Contract. Vii. Payment Procedure: Payment To The Service Provider Shall Be Based On Actual Services Conducted/rendered On A Monthly Basis Upon Submission Of The Complete Statement/billing Statement, Duly Accomplished Service And Inspection Report, And Other Documentary Requirements. Prepared By: (original Signed) Resil F. Solis Oic-chief, General Services Division Noted By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service

Province Of Iloilo Tender

Textile, Apparel and Footwear
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 66.2 K (USD 1.1 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Dis-25-45-np(sv) Reference Pr No.dis-25-45 January 30, 2025 (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 13, 2025 At 9:00 A.m.at The Bids And Awards Committee Secretariat Office 5th Floor, Iloilo Provincial Capitol After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱66,250.00 Place Of Delivery: Provincial Disaster Risk Reduction Management Office Date Of Delivery: Within Thirty (30) Calendar Days From Receipt Of Notice To Proceed X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 106 Piece Polo Shirt Xs - 2 S - 12 M - 15 L - 6 Xl - 10 2xl - 5 3xl - 3 625.00 Terms And Conditions: 1. The Winning Bidder Must Coordinate With Admin Division For The Logo. 2. The Attached Design Must Be Printed Uniformly On The T-shirts. 3. Date Of Delivery Must Be Thirty (30) Days After Receipt Of The Notice To Proceed (ntp). Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurementprojects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects Withlabor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Dis-25-45-np (sv) Reference Pr No. Dis-25-45 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period:within Thirty (30) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.

Environmental Management Bureau Tender

Environmental Service
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Details: Description 2 Request For Quotation (rfq) Food, Venue And Accommodation For The Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework (iwqmf) Rfq No. Emb-wqms-2025-01-007 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Food, Venue And Accommodation For Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework February 12-13, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors 50 Pax 2,500.00 250,000.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php250,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 30, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Food, Venue And Accommodation For The Conduct Of Updating Of (iwqmf) Under Rfq No. Emb-wqms-2025-01-007 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Food, Venue And Accommodation For The Updating Of (iwqmf) Quantity: 50 Pax Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 50 Pax Food, Venue And Accommodation For Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework February 12-13, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Food, Venue And Accommodation For Multi-stakeholder (msh) Consultations On Updating Of The Integrated Water Quality Management Framework February 12-13, 2025 Accommodation: Twin Sharing Workshop Settings: Classroom Type Preferably High Ceiling Conference Room Overflowing Coffee Projectors Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 50 Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
3341-3350 of 3471 archived Tenders