Uniform Tenders

Uniform Tenders

GOVERNOR CELESTINO GALLARES MULTI SPECIALTY MEDICAL CENTER Tender

Others
Philippines
Details: Description Gov. Celestino Gallares Multi-specialty Medical Center Invitation To Bid For Supply And Delivery Of Janitorial Services And Supplies For Gov. Celestino Gallares Multi-specialty Medical Center The Gov. Celestino Gallares Multi-specialty Medical Center (gcgmsmc), Through General Appropriations Act (gaa) -maintenance And Other Operating Expenses (mooe) 2025 Intends To Apply The Sum Of Twelve Million Nine Hundred Forty-one Thousand Six Hundred Ninety Pesos And Eighty-eight Centavos Only (php 12,941,690.88) Being The Abc To Payments Under The Contract For Cb# 2025-02-0002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Through The General Appropriations Act (gaa)- Maintenance And Other Operating Expenses (mooe) 2025 Intends To Apply The Sum Of Twelve Million Nine Hundred Forty-one Thousand Six Hundred Ninety Pesos And Eighty-eight Centavos Only (php 12,941,690.88) Being The Abc To Payments Under The Contract For Each Lot/item.et Al. Lot No. Item No Items/description Quantity Unit Unit Cost Total Cost 1 Provisions Of Janitorial Services And Supplies 12,941,690.88 12,941,690.88 Janitorial Services Cleaning Supplies And Materials 1 Water Dipper 100 Pcs 83.00 8,300.00 2 Bolo, Long 5 Pcs 550.00 2,750.00 3 Bongay, Long 5 Pcs 550.00 2,750.00 4 Heavy Duty Garden Grass Scissor / Plant Trimmer Set 2 Pcs 700.00 1,400.00 5 Dust Mop Set, Standard, 36” 50 Pcs 1,595.00 79,750.00 6 Dust Mop Head Refill Standard, 36’ 100 Pcs 770.00 77,000.00 7 Dust Mop Set, Acrylic, 24” 50 Pcs 1,760.00 88,000.00 8 Dust Mop Head Refill , Acrylic, 24” 100 Pcs 1,070.00 107,000.00 9 Mop Head #400, Twine 500 Pcs 170.00 85,000.00 10 Mop Handle Aluminum 5ft. Blue 60 Pcs 418.00 25,080.00 11 Mop Handle Aluminum 5ft. Green 60 Pcs 418.00 25,080.00 12 Mop Handle Aluminum 5ft. Yellow 60 Pcs 418.00 25,080.00 13 Flat Mop Head Refill 120 Pcs 150.00 18,000.00 14 Flat Mop W/ Bucket Set 40 Pcs 720.00 28,800.00 15 Floor Sponge Magic Mop 25 Pcs 550.00 13,750.00 16 Floor Brush, 4ft. 40 Pcs 264.00 10,560.00 17 9 Ft. Extendable Micro Fiber Long Cob Web Duster 25 Pcs 500.00 12,500.00 18 Soft Broom / Silhig Ibjok 200 Pcs 130.00 26,000.00 19 Upright Dust Pan, With Cover 60 Pcs 1,040.00 62,400.00 20 Hand Brush 80 Pcs 55.00 4,400.00 21 Telescopic Pole, 2.4 With Aluminum Window Squeegee & Window Washer 40 Pcs 2,552.00 102,080.00 22 Calibrated Trigger Spray 60 Pcs 110.00 6,600.00 Micro Fiber Cleaning Cloth 23 Blue 150 Pcs 120.00 18,000.00 24 Yellow 150 Pcs 120.00 18,000.00 25 Green 150 Pcs 120.00 18,000.00 26 Chamois Cloth 60 Pcs 574.00 34,440.00 27 Hand Gloves Water Proof And Elastic, Medium,blue 400 Pcs 110.00 44,000.00 28 Hand Scrubbing Pad, #96etc Green 6"x 9" 1/4" 200 Pcs 46.00 9,200.00 29 Belt Bag, 4 Pocket 100 Pcs 220.00 22,000.00 30 Big Toilet Bowl Rubber Plunger Double Layer, Aluminum 30 Pcs 200.00 6,000.00 31 Toilet Bowl Brush Plastic W/ Cuddy 60 Pcs 220.00 13,200.00 32 Hand-held Tool Bucket 40 Pcs 424.00 16,960.00 33 Spatula 40 Pcs 30.00 1200.00 34 Floor Polishing Pad - Red (for Buffing) 100 Pcs 390.00 39,000.00 35 Floor Polishing Pad - Black (for Stripping) 75 Pcs 539.00 40,425.00 36 Floor Polishing Pad - White (for Polishing) 100 Pcs 385.00 38,500.00 Grand Total 12,941,690.88 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Now Invites Bids For The Above Procurement Project. Delivery Of The Required Goods For The First Three (3) Months Of Service Shall Be Delivered Within Ten (10) Calendar Days After Issuance Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Gcgmsmc Through Electronic Mail Via Bacgcgmsmc@cpspecialtycenter.org Or Through The Cellular Number 09209437250. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders From Gcgmsmc Google Drive From (bacgcgmsmc@cpspecialtycenter.org) On February 19, 2025 - March 11, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below In Accordance With The Following Schedule: No. Of Item Item/description Total Cost Bidding Documents Fee (in Philippine Peso) 1 Supply And Delivery Of Janitorial Services And Supplies 12,941,690.88 ₱25,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcg Multi-specialty Medical Complex Account Number: 00-0-15490-780-5 "for Bidders Choosing To Pay Via Bank Deposit, Please Ensure That Proof Of Your Successful Transaction Is Promptly Sent To The Procurement Email Address: Bacgcgmsmc@cpspecialtycenter.org. In Compliance With Coa Circular Number 2021-014, Clause 5.2, An Acknowledgement Receipt Will Be Issued As Proof Of Verified And Received Payment. Access To Bidding Documents Will Be Granted Only Upon Presentation Of This Acknowledgement Receipt. The Gcgmsmc Will Hold A Pre-bid Conference On The 27th Day Of February 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before The 11th Day Of March 2025 At 0900h At Gcgmsmc Procurement Office Room 3c-w327 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur, Cortes, Bohol. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On The 11th Day Of March 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Together With Their Company Id. The Gcgmsmc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Submission Of Hardcopies: Bidders Shall Submit Their Original Eligibility And Technical Documents Described In Itb Clause 10 In One Sealed Envelope Marked "original - Technical Component", And The Original Of Their Financial Component In Another Sealed Envelope Marked "original Financial Component", Sealing Them All In An Outer Envelope Marked "original Bid". Each Copy Of The First And Second Envelopes Shall Have 2 Copies And Similarly Sealed Duly Marking The Inner Envelopes As "copy No. 1 Technical Component" And "copy No. 1- Financial Component” And "copy No. 2- Technical Component" And "copy No. 2- Financial Component" And The Outer Envelope As "copy No. 1" And "copy No. 2" Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. Please Take Note That All Notarized Documents Must Be Treated As Original Copies For All The Submitted Documents (original, Copy 1, And Copy 2). It Is Imperative That Each Copy Retains Its Original Notarization To Ensure Legal Validity And Compliance. The Original And The Number Of Copies Of The Bid As Indicated In The Itb Clause 15 Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters; B. Bear The Name And Address Of The Bidder In Capital Letters; C. Be Addressed To The Procuring Entity's Bac In Accordance With Itb Clause1; D. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1. 1.for Further Information, Please Refer To: Mary Grace L. Simbajon Jonah D. Gelicame Procurement Office Procurement Office Malayo Sur, Cortes, Bohol Malayo Sur, Cortes, Bohol Procurement@cpspecialtycenter.org Procurement@cpspecialtycenter.org +639209437250 +639302553849 February 14, 2025 Approved By, (signed) Doreen A. Lugo, Lpt Bac Chairperson Noted By, (signed) Laurence Elliot R. Tirol, Md, Fpcp Medical Center Chief I Head Of Procuring Entity ----------------------------------------------------------------------------------------------------------------------------- Item Number Quantity Unit Description 1 Lot Provision Of Janitorial Services And Supplies Janitorial Services Cleaning Supplies And Materials 1 100 Pcs Water Dipper 2 5 Pcs Bolo, Long 3 5 Pcs Bongay, Long 4 2 Pcs Heavy Duty Garden Grass Scissor / Plant Trimmer Set 5 50 Pcs Dust Mop Set, Standard, 36’ 6 100 Pcs Dust Mop Head Refill Standard, 36” 7 50 Pcs Dust Mop Det, Acrylic, 24” 8 100 Pcs Dust Mop Head Refill, Acrylic, 24” 9 500 Pcs Mop Head #400, Twine 10 60 Pcs Mop Handle Aluminum 5ft, Blue 11 60 Pcs Mop Handle Aluminum 5ft, Green 12 60 Pcs Mop Handle Aluminum 5ft, Yellow 13 120 Pcs Flat Mop Head Refill 14 40 Pcs Flat Mop W/ Bucket Set 15 25 Pcs Floor Sponge Magic Mop 16 40 Pcs Floor Brush, 4ft 17 25 Pcs 9 Ft Extendable Micro Fiber Lng Cob Web Duster 18 200 Pcs Soft Broom / Silhig Ibjok 19 60 Pcs Upright Dust Pan, With Cover 20 80 Pcs Hand Brush 21 40 Pcs Telescopic Pole, 2.4 With Aluminum Window Squeegee & Window Washer 22 60 Pcs Calibrated Trigger Spray Micro Fiber Cleaning Cloth 23 150 Pcs Blue 24 150 Pcs Yellow 25 150 Pcs Green 26 60 Pcs Chamois Cloth 27 400 Pcs Hand Gloves Water Proof And Elastic, Medium, Blue 28 200 Pcs Hand Scrubbing Pad, #96etc Green 6” X 9” ¼” 29 100 Pcs Belt Bag, 4 Pocket 30 30 Pcs Big Toilet Bowl Rubber Plunger Double Layer, Aluminum 31 60 Pcs Toilet Bowl Brush Plastic W/ Cuddy 32 40 Pcs Hand-held Tool Bucket 33 40 Pcs Spatula 34 100 Pcs Floor Polishing Pad - Red ( For Buffing) 35 75 Pcs Floor Polishing Pad - Black ( For Stripping) 36 100 Pcs Floor Polishing Pad - White ( For Polishing) Provision Of Janitorial Services And Supplies I. General Overview A. The Gov. Celestino Gallares Multi-specialty Medical Center Seeks For Qualified And Competent Bidders To Provide Janitorial Services With Equipment And Supplies. B. The Approved Budget For The Contract Is Inclusive Of All Government Taxes,services Charges, And Remunerations. C. Bidders Must Comply With All Specifications Contained In This Pr, Technical Specifications, And Supplemental Bid Bulletin, If Any. D. Any Other Term, Condition, Or Provision Not Stipulated In This Document Will Be Covered By A Separate Agreement Between Gcgmsmc And Thejanitorial Agency. Ii. Qualifications Of The Service Provider A. The Janitorial Agency Should Have At Least Ten (10) Years Of Experience In Providing Janitorial And/or Housekeeping Services. This Requirement Ensures The Reliability And Expertise Of The Company In Delivering High-quality Services. Additionally, The Agency Must Provide Training And Hands-on Orientation For All Workers, Especially Newly Hired Staff, Every Six (6) Months To Maintain Service Excellence And Efficiency. B. Must Have An Established Organizational Set-up – With Good And Efficient Office Set-up, Personnel, Office Tools, And Equipment. C. Must Be Duly Licensed And Registered With The Department Of Labor And Employment. D. Must Be Duly Registered With The Securities And Exchange Commission (sec) Or Department Of Trade And Industry (dti) E. Must Be Duly Registered With The Social Security System (sss), Home Development Mutual Fund (pagibig) , And Philippine Health Insurance F. Must Be Duly Registered With The Bureau Of Internal Revenue G. Well-trained, Physically And Mentally Fit, Of Good Moral Character And Covered By Appropriate Clearances From Doh-accredited Health Centers,nbi, Police And Barangay; H. Must Have A Very Satisfactory Rating From At Least One (1) Government Agency Or Private Corporations, With Whom The Bidder Has A Part Or Ongoing Contract, Evidenced Through One (1) Client / Customer Feedback Forms Iii. Logistics A. The Janitorial Agency Will Provide The Daily Time Record (dtr), Other Logistical Supplies Such As Logbooks, And Uniforms. B. Disinfectants, Chemicals, And Other Non-consumables Will Be Provided By The Hospital. C.the Janitorial Agency Shall Provide Relievers And/or Replacement At All Times In Case Of Absence Of Its Personnel D. The Janitorial Agency Must Submit Their Standard Cleaning Procedures Upon Seven (7) Calendar Days After The Receipt Of Po. E. The Service Provider Shall Comply With Existing Labor Laws, Rules And Regulations Governing Employee’s Compensation, Philhealth, Social Security And Other Labor Standards Applicable To Each Of Personnel Employed By The Service Provider. The Service Provider Shall Ensure That The Payment Of Salaries, Allowances And Other Applicable Benefits To Its Personnel Are Within Legal Rates Or Should Not Be Less Than The Minimum Wage As Mandated By Law. - The Schedule Of Contribution For Sss And Philhealth And Other Statutory Benefits Shall Be The Latest As Issued By The Respective Agencies. - The Employer May Require An Employee To Work On Any Holiday But Such Employee Shall Be Paid A Compensation Equivalent To Twice His Regular Rate. Iv. Scope Of Works Provision Of Janitorial Works And Related Services With Twenty-five (25) Personnel For Three (3) Months (april To June) And Fifty (50) For Another (6) Months (july To December) With An Eight (8)-hour Work Per Day, Six (6) Days A Week (monday To Saturday). The Services Shall Be In Accordance With The Scope Of Service/work, Standards, Approved Janitoral Plan, And Manpower And Deployment Plan. (refer To Table Iv.i For The Services To Be Observed By The Service Provider) Specified Exterior And Interior Locations Are Covered In This Janitorial In This Janitorial Services Contract. A. This Contract Includes The Supply Of Cleaning And Sanitizing Supplies For Three (3) Months Consumption To Be Turned-over To Gcgmsmc Supply Chain For Recording And Proper Storing. (refer To Table Iv.iii For The Supplies To Be Provided By The Service Provider) Table Iv.i Services Items/areas To Be Cleaned Frequency Minimum Requirements A Janitorial Services 1 Sweeping, Mopping, Spot Scrubbing Floor Areas Of The Office Building Daily 2 Dusting/damp Wiping And Polishing Vertical And Horizontal Surfaces, Tables, Chairs, Cabinets, Racks, Computers/printers And Other Furnitures/ Equipment Daily 3 Trash Removal: Emptying And Cleaning Of Waste Cans/baskets And Proper Disposal Of Garbage. Garbage Bins Daily/ At The End Of The Day 4 Cleaning, Deodorizing And Disinfecting Comfort Rooms, Washrooms, And Pantries Daily 5 Cleaning Window Glass Interior, Shelves Or Filing Cabinets Window Glass Exterior (west Side) Daily Weekly 6 General Cleaning With Disinfection All Areas Every Saturday B Miscellaneous Services 1 Carrying Or Hauling Of Furniture And Fixtures, Supplies, Records, Etc As Needed 2 Other Janitorial Activities And Related Services That Maybe Assigned From Time To Time By Gcgmsmc- Efmd Officials And Employees As Needed 3 Reporting Of All Breakage And Electrical Malfunction, Plumbing, Necessary Repair Works, Etc. Immediately Table Iv.ii Delivery Schedule Tools / Supplies Quantity April-june July-sept Oct-dec 1 Water Dipper 100 33 33 34 2 Bolo, Long 5 2 2 1 3 Bongay, Long 5 2 2 1 4 Heavy Duty Garden Grass Scissor / Plant Trimmer Set 2 1 1 - 5 Dust Mop Set, Standard, 36’ 50 10 20 20 6 Dust Mop Head Refill Standard, 36” 100 33 33 34 7 Dust Mop Det, Acrylic, 24” 50 10 20 20 8 Dust Mop Head Refill, Acrylic, 24” 100 33 33 33 9 Mop Head #400, Twine 500 200 200 100 10 Mop Handle Aluminum 5ft, Blue 60 20 20 20 11 Mop Handle Aluminum 5ft, Green 60 20 20 20 12 Mop Handle Aluminum 5ft, Yellow 60 20 20 20 13 Flat Mop Head Refill 120 40 40 40 14 Flat Mop W/ Bucket Set 40 15 15 10 15 Floor Sponge Magic Mop 25 10 10 5 16 Floor Brush, 4ft 40 15 15 10 17 9 Ft Extendable Micro Fiber Long Cob Web Duster 25 10 10 5 18 Soft Broom / Silhig Ibjok 200 75 75 50 19 Upright Dust Pan, With Cover 60 20 20 20 20 Hand Brush 80 30 30 20 21 Telescopic Pole, 2.4 With Aluminum Window Squeegee & Window Washer 40 15 15 10 22 Calibrated Trigger Spray 60 20 20 20 Micro Fiber Cleaning Cloth 23 Blue 150 50 50 50 24 Yellow 150 50 50 50 25 Green 150 50 50 50 26 Chamois Cloth 60 20 20 20 27 Hand Gloves Water Proof And Elastic, Medium, Blue 400 140 140 120 28 Hand Scrubbing Pad, #96etc Green 6” X 9” ¼” 200 75 75 50 29 Belt Bag, 4 Pocket 100 35 35 30 30 Big Toilet Bowl Rubber Plunger Double Layer, Aluminum 30 10 10 10 31 Toilet Bowl Brush Plastic W/ Cuddy 60 20 20 20 32 Hand-held Tool Bucket 40 15 15 10 33 Spatula 40 15 15 10 34 Floor Polishing Pad - Red ( For Buffing) , 17” Diameter 100 35 35 30 35 Floor Polishing Pad - Black ( For Stripping), 17” Diameter 75 25 25 25 36 Floor Polishing Pad - White ( For Polishing), 17” Diameter 100 35 35 30 V. Duties And Responsibilities Of The Service Provider A. The Service Provider Shall Be Held Responsible For Any Damage/destruction To Any Office Furniture And Fixtures, Equipment, And Plumbing Fixtures Due To The Fault And Negligence Of Its Personnel. B. Observe Office Rules And Regulations Prescribed By The Gcgmsmc Including Subjecting All Janitors To Appropriate Security Inspection Every Time They Enter And Leave The Premises. C. Require Their Employees To Always Wear The Prescribed Uniform, Identification Card And Safety Gadgets. D. The Service Provider Must Provide All Necessary Equipment And/or Transportation Services, If Necessary, To Its Personnel In Case Of Community Emergencies Or Calamities To Continuously Provide Its Service To Gcgmsmc. E. The Service Provider In The Performance Of Its Services, Shall Secure,maintain At Its Own Expense All Registration, Licenses Or Permits Required By National Or Local Laws And Shall Comply With Rules And Regulations And Directives Of Oversight Regulatory Authorities/agencies And Commissions. F. Should There Be A Law And Other Social And Labor Legislation Enacted After The Execution Of This Contract Mandating Additional And/ Or Increase In Wages, Allowance, And Other Benefits To Service Providers Janitorial Personnel, The Service Provider And The Gcgmsmc Will Discuss And Negotiate On The Adjustment Of The Rate, Provided That, Such Adjustment In The Contract Rate Shall Only Cover The One "due To The Janitorial Personnel" And "due To The Government". The Corresponding Incremental Rate (agency Fee) For The Service Provider Shall Not Be Adjusted During The Contract Period. V. Manpower And Deployment Schedule A. The Houskeeping Agency Must Provide Twenty Five (25) Janitorial Personnel Starting In April To June 2025 For 3 Months And July And December 6 (six) Months Of Which One Janitorial Personnel Will Be Designated As The Team Leader Who Will Be In-charge With The Supervision Of Janitorial Attendants. B. The Schedule Of Deployment Shall Be As Follows: * Monday To Friday Shift 1 - 6:00 Am To 3:00pm (with 1 Hour Breaktime) Shift 2 - 10:00 Am To 7:00pm (with 1 Hour Breaktime) Shift 3 - 8:00 Am To 5:00pm (with 1 Hour Breaktime) *saturday All Janitorial Personnel - 8:00 Am - 5:00 Pm (with 1 Hour Breaktime) Refer To Annex A C. The Housekeeping Agency, Through A Designated Team Leader, Shall Provide The Schedule For The Month Indicating The Attendant On-duty. Reshuffling Of Personnel Should Not Be Done Without Approval Of The Procuring Entity. D. The End-user Requires A Team Leader With At Least Five (5) Years Of Practical Experience In Janitorial And Housekeeping Operations And With Knowledge In Operating Different Housekeeping Equipment. E. Sleeping While On Duty Is Not Allowed. The Housekeeping Agency Must Impose Disciplinary Action To Its Janitorial Personnel Caught Sleeping While On His/her Duty. F. The Housekeeping Service Provider Must Provide Appropriate Uniform With Id And Protective Gears, If Necessary, And Ensure That They Shall Observe Proper Personal Hygiene And Appear Neat And Clean At All Times G. Minimum Qualifications Of Janitorial Service Personnel G.1 Janitorial Attendants - Must Be Presentable In Physical Appearance - Must Be At Least 18 Years Of Age - Must Be Physically Fit To Work. Medical Certificate From A Government Physician, As Well As Drug Test Results Are Required. - Must Have Finished At Least High School Level Duly Supported By A Biodata/curriculum Vitae - Preferably, Has Acquired Tesda Nc Ii - Housekeeping Certification For The Supervisor - Must Have At Least 6-12 Mons Work Experience In Housekeeping A Government/private Facility - The Individual Bio-data Or 201 File Of Janitorial Service Personnel Shall Be Submitted Upon Bid Submission. Other Supporting Documents Such As Medical Certificate, Drug Test Results, Nbi Clearance, Will Be Required Upon The Issuance Of Po. - The Designated Team Leader Shall Submit A Curriculum Vitae Upon Bid Submission, Indicating The Educational Background And Work Experience Or Certificate Of Employment If Applicable. Other Supporting Documents Required Such As Medical Certificate, Drug Test Results, Nbi Clearance, Will Be Required Upon The Issuance Of Po. H. The Service Provider Shall Pay Its Personnel Not Less Than The Minimum Wage And Other Benefits Mandated By The Laws, Rules, And Regulations. They Shall Provide Their Personnel Their Monthly Payslip Containing The Necessary Information On It. I. The Service Provider Shall Ensure That Safety Shall Be The First Priority In The Performance Of Its Functions, And Avoid Creation Of Safety Hazards Both In The Condition Of The Work Performed And While Doing The Work. J. The Service Provider Shall Endorse And Submit The Names And Information Of The Fifty (50) Janitorial Personnel Before June 01, 2025 Vi. Services And Methodology - Annex B Vii. Payment Terms Monthly Payment For The Goods Delivered And Services Rendered Will Be Processed Upon Receipt Of Monthly Billing Statement, Daily Time Record (dtr), Summary Of Attendance And Accomplishment Report Of Utility Personnel And Upon Issuance Of Certificate Of Acceptance Of Output By The End-user, And The Proof That The Sss, Philhealth, And Pag-ibig Monthly Remittance Have Been Made In Favor Of The Janitorial Personnel Deployed At The Gcgmsmc. Annex A Manpower And Deployment Schedule April - June (25) Personnel For Bldg. (c) And In Preparation For Bldg. (a) No. Of Janitorial Attendants Areas Of Coverage Duty Schedule (monday To Saturday) 1 Male/female Bldg C Public Toilet Male, Female (5c) (*s3) 8:00 - 5:00 Pm Covered Function Area Pantry Open Function Area 5c East (2) Lobbies 2 Male/female Bldg C 4th Floor (4c) (*s3) 8:00 - 5:00 Pm 4c East (2) Lobbies 4c East And West Hallway 4c Public Toilet Male, Female And Pwd 4c East And West Occupied Office 4 Male/female Bldg C 3rd Floor (3c) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 3c East (2) Lobbies 3c East Hallway 3c Offices E301-e311 3c Public Toilet Male, Female And Pwd 3c West Hallway 3c Offices W301-w328 2 Male/female Bldg C 2nd Floor (2c) (*s3) 8:00 - 5:00 Pm 2c East (2) Lobbies 2c East Hallway 2c East Occupied Offices 2c Public Toilet Male, Female And Pwd 2 Male/female Bldg C Upper Ground Floor (ugc) (*s3) 8:00 - 5:00 Pm Ugc West (2) Lobbies Ugc West Hallway Ugc West Occupied Office Ugc Public Toilet Male, Female And Pwd 3 Male Bldg C Lower Ground Floor (lgc) (*s3) 8:00 - 5:00 Pm Lgc West (2) Lobbies Lgc East And West Hallway Lgc West Occupied Office Lgc Public Toilet Male, Female And Pwd Lgc Storage Rooms Parking , Stairs And Pavillion 2 Male/female Hospital Grounds (*s3) 8:00 - 5:00 Pm Grounds Around Building A Grounds Around Building C 2 Male Material Recovery Facility ( Mrf ) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Garbage Collection 2 Male Polishing Team (*s3) 8:00 - 5:00 Pm All Vinyl Covered Floors Upon Daily Schedule 4 Male Building Exterior Of A & C (*s3) 8:00 - 5:00 Pm Building Wall Glass Window Wall & Steel Frames Glass Window 1 Male/female Gardener Take Care Of All Plants Within The Hospital (*s3) 8:00 - 5:00 Pm July To December (50) Personnel For Building A , B & C No. Of Janitorial Attendants Areas Of Coverage Duty Schedule (monday To Sunday) Male/female Bldg A 5th Floor Roofdeck (*s3) 8:00am - 5:00pm (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 1 Rumed Cssr 2 Picu Non-infectious, Lounge 2 Picu Infectious, Toilet 3 Male/female Bldg A 4th Floor (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Clean Icu, Patient Rooms, Lounge, Toilets 2 Neuro Icu Patient Rooms, Nurse Stations , Toilets 3 Airborne Icu , Patient Rooms, Hallways, Toilets 3 Male/female Bldg A 3rd Floor (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Major Operating Rooms Cath Lab 2 Recovery Room Nurse Area Watchers Lounge, Public Toilets 3 Male/female Bldg A 2nd Floor (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm Operating Rooms Pacu 1 Holding Area, Waiting Lounge, Nurse Station 3 Male/female Bldg A Upper Ground Floor Er Infectious Pod 2 (*s1) 6:00am - 3:00pm Nurse Station, Rest Rooms, Hallways, Patient Rooms (*s2) 10:00am - 7:00pm 3 Er Pod 1 , Suspected Cases (*s1) 6:00am - 3:00pm Nurse Station, Rest Rooms, Hallways, Patient Rooms (*s2) 10:00am - 7:00pm 3 Emergency Room Waiting Area , Conference Room, Hems, Pantry, Hallways (*s1) 6:00am - 3:00pm Vawc, Acute Care Unit, Minor Or (*s2) 10:00am - 7:00pm 1 Male/female Bldg A Lower Ground Floor (*s3) 8:00 - 5:00 Pm Car Park Autopsy Room Public Toilet Waiting Room Male Material Recovery Facility ( Mrf ) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 2 Garbage Collecting 1 2 Male Polishing Team (*s3) 8:00 - 5:00 Pm All Vinyl Covered Floors Upon Daily Schedule No. Of Janitorial Attendants Areas Of Coverage Duty Schedule (monday To Saturday) 1 Male/female Bldg C Public Toilet Male, Female (5c) (*s3) 8:00 - 5:00 Pm Covered Function Area Pantry Open Function Area 5c East (2) Lobbies 1 Male/female Bldg C 4th Floor (4c) (*s3) 8:00 - 5:00 Pm 4c East (2) Lobbies 4c East And West Hallway 4c Public Toilet Male, Female And Pwd 4c East And West Occupied Office 3 Male/female Bldg C 3rd Floor (3c) (*s1) 6:00am - 3:00pm (*s2) 10:00am - 7:00pm 3c East (2) Lobbies 3c East Hallway 3c Offices E301-e311 3c Public Toilet Male, Female And Pwd 3c West Hallway 3c Offices W301-w328 1 Male/female Bldg C 2nd Floor (2c) (*s3) 8:00 - 5:00 Pm 2c East (2) Lobbies 2c East Hallway 2c East Occupied Offices 2c Public Toilet Male, Female And Pwd 1 Male/female Bldg C Upper Ground Floor (ugc) (*s3) 8:00 - 5:00 Pm Ugc West (2) Lobbies Ugc West Hallway Ugc West Occupied Office Ugc Public Toilet Male, Female And Pwd 1 Male Bldg C Lower Ground Floor (lgc) (*s3) 8:00 - 5:00 Pm Lgc West (2) Lobbies Lgc East And West Hallway Lgc West Occupied Office Lgc Public Toilet Male, Female And Pwd Lgc Storage Rooms Parking , Stairs And Pavillion 2 Male/female Hospital Grounds (*s3) 8:00 - 5:00 Pm Grounds Around Building A Grounds Around Building C 2 Male Building Exterior Of Building A & C (*s3) 8:00 - 5:00 Pm Building Wall Glass Window Wall & Steel Frames Glass Window 1 Male/female Gardener Take Care Of All Plants Within The Hospital (*s3) 8:00 - 5:00 Pm *s1 - Shift 1 *s2 - Shift 2 *s3 - Shift 3 Annex B Services And Methodology Scope Of Service/subject Areas/items Standard Methodology Frequency Floors, Stairways, Ceiling And Other Horizontal Surfaces Free From Dirt, Dust, Marks, And Stains, Glossy And Non-slippery Floors And Other Horizontal Surfaces Resilient Flooring - Dust Mop To Remove Loose Dirt, Dust And Litter. - Damp Mop With Water And Mild Liquid Soap. - Pick The Rinse Water With A Mop Or Wet/dry Vacuum Cleaner - Polish The Floor With A Floor Polisher - Vacuum Clean Dusty Areas - Remove Stubber Dirt On The Floors With Spatula And Cleaning Solution - Brush, Rinse, And Mop Wet/muddy Areas - Dust, Wash/wipe Light Diffusers To Keep Brighter Illumination - Remove Cobwebs From Ceiling - Report To Efmd Any Damage Or Water Marks. - Daily - Daily - Daily - Weekly - Weekly - As Needed - Weekly - Weekly - Daily - Immediately Walls, Doors, Partitions, And Other Vertical Surfaces Walls, Air Vents, Outlets, Glass Partitions, And All Vertical Surfaces Within The Premises Free From Dirt, Dust, Marks, And Stains -clean/wipe Off Smudges On Walls, Doors, Partitions, Etc. -wipe All Door Knobs With Disinfectant -report Any Damaged Surfaces To Efmd - Daily - Daily - Immediately Windows, Frames, And Glass Panes Free From Dirt, Dust, Marks, And Stains, Clear,and Polished - Wash And Squegee All Glass Panes Inside And Outside For A Clean And Clear View - Polish All Frames Of Windows To Minimize Rust And Dust Accumulation - Weekly - Weekly Patient Rooms - Clean Bed Linens And Mattress Covers, Floors, Walls, And Ceilings, Furniture And Equipment - Daily - Daily - Immediately Comfort Rooms Toilet Fixtures, Mirrors, Resilient Walling And Flooring, Should Be Free From Stains, Dirt, And Foul Smell - Empty, Wash, And Disinfect Trash Receptacles. Tie Up Old Liner And Insert New Liner - Scrub, Rinse, And Wipe Vents, And Ledges - Brush, Rinse, And Wipe The Resilient Floors And Wall -apply Cleaning Solution To Urinals And Water Closets. Clean Interior And Exterior Of Urinals And Water Closets Including The Flush Valves - Spray Glass Cleaner And Wipe Mirrors - Scrub, Rinse, Wipe And Disinfect Sinks, Countertops And Faucets -dust And Wipe Wall Partitions - Declog Lavatories, Sinks, And Floor Drains - Report Defective Toilet Fixtures/others To Efmd - Daily - Daily - Daily - Daily - Daily - Daily - Daily - Monthly Or As The Need Arises - Immediately Other Janitorial Services - Make Available Janitors To Attend To Urgent Requests For Additional Cleaning Works - Daily
Closing Date11 Mar 2025
Tender AmountPHP 12.9 Million (USD 225.6 K)

Environmental Management Bureau Tender

Others
Philippines
Details: Description Request For Quotation (rfq) Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Rfq No. Emb-pppdd-2025-01-001 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting -live-in -room Accommodation: Twin Sharing (individual Beds) With Complete Amenities Meals Requirements: -buffet Breakfast, Am Snack, Lunch, Pm Snack, Dinner -live-out -am Snack, Lunch, Pm Snack And Dinner Function Room Requirements: -conference Set-up (classroom Type) -2 Lcd Projector With Wide Screen -sound System And Rostrum -space For Secretariat Registration -3 Units Of Microphone & Mic Stand -with Free Flowing Coffee -backdrop & Welcome Streamer -free & Reliable Wifi Internet Access Within Quezon City 20 70 Pax Pax 2,500.00 2 Days 2,000.00 100,000.00 140,000.00 1. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php78,000.00. 2. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 3. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 4. Quotations Must Be Delivered To The Address Below Not Later Than 12:00 P.m. Of January 17, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 5. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 6. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Rfq No. Emb-pppdd-2025-01-001 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 7. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 8. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 9. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 10. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 11. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To A Contract Award, Without Thereby Incurring Any Liability To The Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Fulfil The Contract. 12. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 13. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Certificate E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Quantity: Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 20 70 Pax Pax Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting -live-in -room Accommodation: Twin Sharing (individual Beds) With Complete Amenities Meals Requirements: -buffet Breakfast, Am Snack, Lunch, Pm Snack, Dinner -live-out -am Snack, Lunch, Pm Snack And Dinner Function Room Requirements: -conference Set-up (classroom Type) -2 Lcd Projector With Wide Screen -sound System And Rostrum -space For Secretariat Registration -3 Units Of Microphone & Mic Stand -with Free Flowing Coffee -backdrop & Welcome Streamer -free & Reliable Wifi Internet Access Within Quezon City Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City Food, Venue, Accommodation For The Conduct Of Regional Director’s Meeting -live-in -room Accommodation: Twin Sharing (individual Beds) With Complete Amenities Meals Requirements: -buffet Breakfast, Am Snack, Lunch, Pm Snack, Dinner -live-out -am Snack, Lunch, Pm Snack And Dinner Function Room Requirements: -conference Set-up (classroom Type) -2 Lcd Projector With Wide Screen -sound System And Rostrum -space For Secretariat Registration -3 Units Of Microphone & Mic Stand -with Free Flowing Coffee -backdrop & Welcome Streamer -free & Reliable Wifi Internet Access Within Quezon City 20 70 Pax Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date17 Jan 2025
Tender AmountPHP 240 K (USD 4.1 K)

Landkreis Oberhavel Tender

Others...+3Civil And Construction, Civil Works Others, Excavation
Germany
Details: The Oberhavel district uses thin clients as workstations throughout its technical infrastructure, and IGEL licenses are required for the uniform management of these devices. There are currently various license packages with different license quantities and different terms. In addition, the manufacturer has introduced a new license model for these licenses, so that from 2026 all existing licenses must be integrated into the new system. The subject of this tender: Existing licenses are to be standardized into one package during their term and fed into the new license model. Complete consolidation of IGEL licenses until December 31, 2027, 3 years, Standard Select. Contains: - 777 pieces - Igel Standard Select Migration 3 years (500-4999) Adjusted Unit Price Due To Partial Period 31.12.2027 - 1 piece - Igel Os11 Migration Consolidated Subscriptions - 774 pieces Igel Standard Select Migration 3 years Renewal (500-4999) Adjusted Unit Price Due To Partial Period 31.12.2027 - 1 piece Igel Co Termed Subscriptions - All Keys Consolidated
Closing Date25 Feb 2025
Tender AmountRefer Documents 

Employees' Compensation Commission Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Scope Of Works D.1 Architectural Works The Contractor Shall Be Responsible For The Architectural Works In Accordance With The Plans And Specifications. A. Supply And Installation Of Drywall Partitions In Standard Metal Tracks And Stud Support B. Application Of Painting On All Drywall Partitions With At Least (2) Layers Of Coating As Specified. C. Supply And Installation Of Acoustic Rockwool Insulation On Drywall Partitions As Indicated In The Plan. D. Supply And Installation Of Wooden Doors Including Door Jambs, Door Accessories, And Hardware As Specified In The Door Schedule. E. Supply And Installation Of All Glass Doors, Windows And Wall With Complete Hardware And Accessories. F. Supply And Installation Of Acoustic Folding Partition As Indicated In Plan. Specifications I. Gypsum Drywall Systems  Performance Requirements A. Refer To Supplier’s Technical Specifications For Description, Required Equipment, Application, And Testing Procedures, Etc. Submit Sample For Architect’s Approval. B. Fasteners: Attachment Of Steel Stud To Steel Track I. Pan Head Type “s” Framing Screws Or Any Suitable Material.  Delivery, Storage, And Handling A. Deliver Materials In Original Packages, Containers, Or Bundles Bearing Brand Name, Applicable Standard Designation, And Manufacturer's Name. B. Store Material Under Roof And Keep Dry. Stack Gypsum Board Flat And Protect From Damage.  Execution A. Layout The Floor Tracks. Secure This Using Suitable Anchoring Method. B. Install The Metal Studs To The Tracks Spacing From 0.40 Meter, Use Blind Rivets Or Screws. No Horizontal Bracing Needed If The Studs Are Spaced 0.40 M And The Height Does Not Exceed 3.00 Meters. Thus, Making The Installation Economical And Durable. C. Install The Gypsum Board Or Fiber Cement Board Using Drywall Screws Based On The Design Thickness. B. Rockwool Insulation.  For Thermal And Sound Insulation, With Inherent Fire Resistance. 50mm Material Thickness. Rockwool Or Approved Equivalent. Application: For All Types Of Drywall Installations Requiring Sound Insulation. C. Doors  Wooden Doors A. Performance Requirements I. Verify Specifications According To Manufacturer And Submit Samples Subject To The Approval Of The Architect/engineer. Ii. Flush Doors: Submit Sample For Architect’s Approval. B. Delivery, Storage, And Handling I. Do Not Have Doors Delivered To Building Site Until After Plaster, Cement, And Taping Compound Are Dry. If Doors Are To Be Stored At Job-site For More Than One Week, Seal Top And Bottom Edges If Not Factory Sealed. Ii. Store Flat On A Level Surface In A Dry, Well-ventilated Building. Cover To Keep Clean But Allow Air Circulation. Iii. Handle With Clean Gloves And Do Not Drag Doors Across One Another Or Across Other Surfaces. Iv. Do Not Subject Doors To Abnormal Heat, Dryness, Or Humidity Or Sudden Changes Therein. Condition Doors To Average Prevailing Humidity Of Locality Before Hanging. D. Paints And Coatings  Performance Requirements All Paint Materials Shall Be Delivered On The Job-site In Their Original Containers With Labels And Seals Unbroken. Manufacturer Or Brand Of Painting Materials To Be Used Shall Either Be Davies, Boysen, Or An Approved Equal. All Schedule/mixing Shall Strictly Follow The Manufacturer’s Instructions And Specifications. Submit Swatches/samples For Architect’s Approval. A. Paint Applications I. White And Tinted Ready-mix Paint: Finished Coat On Wood, Metal, And Concrete Surface Ii. Latex-based / Acrylic Emulsion Paint, Flat, White, And Tinted: For Exterior & Interior Concrete And Masonry Surfaces And Properly Primed Wood And Metals. Iii. Elastomeric Paint: For Application On Interior & Exterior Masonry. B. Lacquer Lacquer Shall Be Clear Gloss, Solid Nitrocellulose Base Specifically Formulated For Use In The Tropics. It Shall Exhibit Fast Solvent Release And Dries To A Hard But Flexible Film With A High Gloss Effect. C. Sanding Sealer Sanding Sealer Shall Be Quality For Wood Surfaces Hat Provides A Non-absorbent Base For Color Treatment Which Are Applied On It. It Shall Exhibit Hold Out And Sealing Properties, Fast Drying And Easy To Smooth By Sandpaper. D. Glazing Putty Putty Shall Be An Alkyd-type Product For Filling Minor Surface Unevenness.  Execution A. Surface Preparation I. Surface Examination • No Exterior Paint Or Interior Finishing Shall Be Done Under Conditions Which May Jeopardize The Quality Or Appearance Of The Painting Or Finishing. Ii. Preparation • All Surface To Receive Paint Should Be Cleaned And In Proper Condition. Wood Work Shall Be Sandpapered And Dusted Clean. All Knot Holes, Pitch Pockets, Or Sappy Portions Shall Be Shellacked Or Sealed With Knot-sealer. • Nail Holes, Cracks Or Defects Shall Be Carefully Puttied After The First Coat With Putty Matching Color Of The Stain Or Paint. Iii. Interior Woodwork • Finishes Shall Be Sandpapered Between Coats. Cracks, Holes, Or Imperfections In Plaster Shall Be Filled With Patching Plaster And Smoothed Off To Match Adjoining Surfaces. Iv. Plaster Or Masonry • Masonry Or Plaster Shall Be Completely Dried Before Any Sealer Or Paint Is Applied. • After The Primer Sealer Coat Is Dried, All Visible Suction Spots Shall Be Toughed Up Before The Succeeding Coats Are Applied. • Work Shall Not Be Continued Until After All Spots Have Been Sealed. In The Presence Of High Alkali Conditions, Surfaces Shall Be Washed To Neutralize The Alkali. B. Application I. Paints When Applied By Brush Shall Be Non-fluid, And Thick Enough To Lay Down An Adequate Film Of Wet Paint. Brush Marks Shall Be Flawed Out After The Application Of Paint. Ii. Paints Prepared For Application By Roller Must Be Similar To Brushing Paint. It Must Be Non-sticky When Thinned To Spraying Viscosity To Break Up Easily Into Droplets. C. Workmanship I. All Works Shall Be Performed By Experienced And Skilled Craftsmen To Assure Finished Work Of First Class Quality, Appearance And Durability. Ii. All Paints And Other Coatings Shall Be Mixed And Applied Strictly In Accordance With The Manufacturers Printed Instructions. D. Storage I. All Materials To Be Used Under This Item Shall Be Stored In A Single Place To Be Designated By The Architect/ Engineer And Such Place Shall Be Kept Neat And Clean At All Times. Ii. Necessary Precautions To Avoid Fire Must Be Observed By Removing Oily Rags, Waste, Etc. At The End Of Daily Work. E. Cleaning I. All Cloths And Cotton Waste Which Are Fire Hazards Shall Be Placed In Metal Container Or Destroyed At The End Of Daily Works. Ii. Upon Completion Of Work, All Staging, Scaffolding, And Paint Containers Shall Be Removed And Disposed. Iii. Paint Drips, Oil, Or Stains On Adjacent Surfaces Shall Be Removed And The Entire Job Left Clean And Acceptable To The Supervising Architect Or Engineer. E. Glass And Glazing (for Doors, Windows, And Walls)  Performance Requirements A. Caulking, Sealing And Glazing Compound: Perimeter Sealing Of Aluminum Window Frames Shall Be Silicone Sealant Transparent Or Approved Equivalent. B. Caulking And Weather Stripping: Rubberized Vinyl For All Aluminum Windows. C. Refer To Drawings For Glass Schedule, Sizes, Dimension, And Location.  Preparation And Installation A. Safety Precautions And Procedures Shall Be Observed In Determining The Sizes And In Providing The Required Clearances By Measuring The Actual Opening To Receive The Glass. B. All Glass Shall Be Accurately Cut To Fit Openings And Set With Equal Bearing On The Entire Width Of Plane. C. Movable Items Or Parts Shall Be Kept In A Closed And Locked Position Until After The Glazing Compound Has Thoroughly Set. D. All Glass Sheets Shall Be Bedded, Back Puttied, Secured In Place And Face Puttied. Secure Glass In Aluminum Frame With Non-corrosive Clips Except Where Glazing Beads Are Required. E. Place Spring Wire Or Angle Glazing Clips And Run Face Putty. Remove Excess Putty From Other Side Flush With Edge Of Rebate. F. Apply A Thin Layer Of Putty To Rebate And Set Glass. Apply Putty By Pressing Into An Even Bed Secured. G. Apply Putty In Uniformly Straight Lines, Parallel With Inside Of Glazing Rebate, With Accurately Formed Bevels And Clean-cut Corners Then Remove Excess Putty From Glass And Frames. H. Comers Shall Be Carefully Made. All Excess Putty Shall Be Removed And Surfaces Left Clean. I. Glass Breakage Caused In Executing The Work Or By Faulty Installation Shall Be Replaced By The Contractor Without Extra Cost. J. Improperly Installed Glass That Does Not Fully Meet The Requirements Of Its Grade, Will Not Be Accepted And Shall Be Replaced Without Extra Cost. F. Acoustic Folding Partition Performance Requirements I. Acoustic Partitions Provide Soundproofing Between Spaces And Improve Privacy. Ii. Refer To Drawings For The Acoustic Partition, Sizes, Dimensions, And Location. Iii. Seal Gaps: For Optimal Sound Control, Ensure That There Are No Gaps Or Leaks In Ceilings And Partitions.
Closing Date10 Mar 2025
Tender AmountPHP 1.1 Million (USD 20.5 K)

Department Of Education Division Of Albay Tender

Manpower Supply
Philippines
Details: Description Invitation To Bid For Procurement Of Security Services 2025, Re-bid Project Identification No.: Pb-albaygoods-24-21 1. The Department Of Education, Schools Division Office Of Albay, Through The General Appropriations Act Of 2024 Intends To Apply The Sum Of Philippine Pesos One Million Two Hundred Thousand (php 1,200,000.00) Only Being The Abc As Payment For The Above-mentioned Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Unit Of Measure Item Description Estimated Unit Cost (php) Estimated Cost (php) Procurement Of Security Services 2025, Re-bid 3 Guard Day Shift Security Guards From January – December 2025 (monday To Sunday) 17,550.00 631,800.00 2 Guard Day Shift Security Guards From January – December 2025 (saturday & Sunday) 4,160.00 99,840.00 2 Guard Night Shift Security Guards From January – December 2025 (monday To Sunday) 19,515.00 468,360.00 Total 1,200,000.00 Additional Information: Days Shift Sg Rate/month Months Per Year Weekdays Day 4 Php 14,000.00 12 Php 672,000.00 Night 2 Php 14,300.00 12 Php 343,200.00 Sat/sun/holidays Day 4 Php 15,300.00 2 Php 122,400.00 Night 2 Php 15,600.00 2 Php 62,400.00 Total Php 1,200,000.00 Note: The Number Of Guards For Every Shift Is Two (2) Guards. The Total Number Of Guards For All Shifts Is Six (6). Revised Security Plan Of The Schools Division Of Albay I. Rationale Article Ii, Section 18 Of The Constitution Of The Republic Of The Philippines States That, "the State Affirms Labor As A Primary Social Economic Force. It Shall Protect The Rights Of Workers And Promote Their Welfare." Chapter Ii, Article 168 Of The Labor Code Of The Philippines (as Amended), Also States, "the Secretary Of Labor And Employment Shall, By Appropriate Orders, Set And Enforce Mandatory Occupational Safety And Health Standards To Eliminate Or Reduce Occupational Safety And Health Hazards In All Workplaces Xxx." Section 2 Of Presidential Decree No. 1445 Otherwise Known As The State Auditing Code Of The Philippines States That "all Resources Of The Government Shall Be Managed, Expended Or Utilized In Accordance With Law, Rules And Regulations & Safeguarded Against Loss Or Wastage Xxx". The Responsibility To Take Care Of Such Policy Rests Directly With The Chief Or The Head Of The Government Agency Concerned. As A Government Workplace, It Is Therefore Inherent To Schools Division Of Albay To Have A Security Plan To Protect Not Just Its Employees And Properties But Its Clientele And Visitors As Well, Against Assault, Arson, Mischief, Pilferage, Robbery, Sabotage, Terrorism And Theft. It Should Also Provide Safety Measures And Response To Prevent And Minimize Loss Or Damage From Calamities And Civil Disturbance. Ii. Objectives ܀ To Undertake Security Measures For Total Protection Of The Schools Division Of Albay Personnel Which Might Endanger Their Lives And The Agency's Properties As Well ܀ To Undertake Security Operations Which Includes, But Not Limited To, Traffic/crowd Control And Emergency Response ܀to Enforce Sdo's Existing Rules & Regulations On The Security Of Personnel ܀ To Undertake Measures To Prevent Unauthorized Persons From Entering The Office Building ܀ To Perform Such Other Functions As May Deemed Necessary By The Schools Division Of Albay Iii. Scope This Plan Shall Be Implemented In The Schools Division Office, Ligñon Hill, Bogtong, Legazpi City, Albay. Iv. Definition Of Terms For Purposes Of This Plan The Following Terms Are Defined As Follows (reference: Dole Department Order No. 150-16, S. 2016): Principal - Refers To Any Individual, Company, Cooperative, Or Establishment, Including Government Agencies And Government - Owned And Controlled - Corporations, Who Or Which Puts Out Or Farms Out A Security And/or Detective Job, Service, Or Work To A Private Security Service Contractor. Security Guard - Refers To Any Person Who Offers To Renders Personal Service To Watch Or Secure A Residence, Business Establishment, Building, Compound, Any Other Area Or Property; Or Inspects, Monitors, Or Performs Body Checks Or Searches Of Individuals Or Baggage And Other Forms Of Security Inspection. Security Service Contractor (ssc) - Is Synonymous With Private Security Agency (psa) Which Refers To Any Person, Association, Partnership, Firm Or Private Corporation Engaged In Contracting, Recruitment, Training, Furnishing, Or Posting Of Security Guard And Other Private Security Personnel To Individuals, Corporations, Offices And Organizations, Whether Private Or Public, For Their Security Needs As The Philippine National Police (pnp) May Approve. Service Agreement – Refers To Contract Between The Principal And The Ssc/psa Containing The Terms And Conditions Governing The Performance Or Completion Of Security Service, Job, Or Work Being Farmed Out For A Definite Or Predetermined Period. Duty Detail Order – Refers To A Written Order/schedule/assignment Issued To A Security Guard And Other Private Security Personnel By A Superior Officer, Usually The Private Security Agency Or Branch Manage Or Operation’s Officer, For The Performance Of Security And/or Detective Service Duty/ies. V. Target Implementation A. Pre-deployment In Coordination With The Sdo-albay Management, Otherwise Known As The Principal, And The Outgoing Security Service Contractor (ssc), The Incoming Ssc Shall Organize An Advance Team Who Will Conduct A Pre-deployment Orientation Onsite. At The Expense Of The Winning Bidder, The Said Advance Team Will Render Duties Side By Side With The Personnel Of The Outgoing Security Provider At Least Two Days Before The Formal Assumption. B. Deployment A Minimum Of Eight (8) Hours Before Expiration Of The Security Contract Of The Outgoing Security Contractor, The Incoming Security Force Listed In The Manning Detail Order Must Attend A Briefing To Be Conducted By The Office Of The Administrative Officer V (general Services). Thereafter, They Shall Be Posted Alongside With The Outgoing Security Guards To Get Acquainted With The New Assignments. Authorized Representative Of The Outgoing Security Contractor Shall Be Required To Make Proper Endorsement Of Accountability To The Authorized Representative Of The Incoming Security Contractor In The Presence Of The Authorized Sdo-albay Representative Prior To Their Departure. A List Of Incoming Security Personnel Who Will Take-over Duties At The Sdo-albay Together With Their Individual Bio-data And Licenses And Mandatory Clearances Shall Be Submitted Five (5) Days Earlier To The Administrative Officer V (general Services) For Scrutiny, Including Training Certificate Which Show Proof That They Have Undergone Required Training For Security Guards And Must Have The Knowledge Of Pertinent Rules And Regulations. Guards To Be Posted Should All Be New, And No Retention Of Old Security Guards, Unless The Head Of The Agency Approves. During The Actual Takeover Of Duties At The Sdo-albay, The Security Guards Shall Be Accompanied And Closely Supervised By A Senior Official Of The Incoming Security Contractor (agency). All Incoming Security Personnel Who Will Assume To Take Over Duties Shall Report In Proper Uniform With Head Gears And Paraphernalia, Prescribed Equipment (as Prescribed In The Technical Proposal) And All Necessary Documents Such As Duty Detail Order, Guard’s License, Copy Of Firearm License, And Individual Company Id. Weekly Submission Of Incident Reports To The Office Of The Administrative Officer V (general Services) For Record Purposes, But Unusual/untoward Incidents Must Be Reported Immediately After Their Occurrence. C. Logistics Security Contractor Will Provide The Security Force With The Minimum Equipment Required Under The Bidding Rules Such As Firearms, Licensed Radio Communications Equipment And Other Equipment Deemed Necessary In The Effective Implementation Of Security Policies, Rules & Regulations Of Department Of Education, Schools Division Office Of Albay. Daily Time Record And Other Logistical Supplies Shall Also Be Provided By The Security Contractor. D. Administration 1. Organizational Structure Headquarters Security Agency/security Service Contractor (ssc) Security Coordinator 1st Shift 2nd Shift 3rd Shift Guard Guard Guard 2. Minimum Requirements A. Security Manpower A. Minimum Qualifications Of Security Officer/s And Security Guards A.1 The Security Guards Shall Have The Following Minimum Qualifications: A.1.i) Must Be At Least 25 Years Old. A.1.ii) At Least High School Graduate, As Indicated In The Private Security License Card A.1.iii) Has Undergone Pre-licensing Training Program For New Recruits, Or Refresher Training Program To Include Among Others, First-aid Administration, Fire-fighting Techniques, And For Security Guards With More Than One Year Experience, As Indicated In The Private Security License Card. A.1.iv) Physically And Mentally Fit, As Indicated In The Private Security License Card. A.1.v) Of Good Moral Character And Reputation Supported With Nbi Clearance. A.1.vi) Knows How To Deal Pleasantly And Courteously With Personnel, Clients And The General Public, Supported With A Certification From The Security Agency. A.1.vii) Proof Of Neuro-psychiatric And Drug Test Clearance From Any Accredited Drug Testing Laboratory A.2 Valid Private Security License Card And Nbi Clearance During The Opening Of Bids And Contract Signing And Implementation. B. Security Equipment Supplies/materials/equipment Unit/piece/set Required Operational, Functional And Well-maintained Firearms - 9mm Pistol With Valid License In The Name Of The Security Agency & One (1) Magazine. 2 Handheld Radio With Valid Ntc License 2 Pre-numbered Logbook 15 Flashlights 2 Big Umbrella 1 First Aid Kit 1 3. Guard Assignments/tour Of Duty No. Security Station Tour Of Duty No. Of Hours Days Of Duties Shift 1 1 Gate Guard (entrance) 0600h - 1400h 8 Monday - Sunday 2 Gate Guard (exit/roving) 0600h - 1400h 8 Monday - Sunday Shift 2 1 Gate Guard (entrance) 1400h – 2200h 8 Monday - Sunday 2 Gate Guard (exit/roving) 1400h – 2200h 8 Monday - Sunday Shift 3 1 Gate Guard (entrance) 2200h – 0600h 8 Monday - Sunday 2 Gate Guard (exit/roving) 2200h – 0600h 8 Monday - Sunday 4. Operating Policies & Procedures 4.a. Duties & Responsibilities Of The Security Agency And Security Guards 4.a.) Security Service Contractor (ssc)/security Agency Shall: 1. Provide The Principal (sdo-albay) With Qualified And Trained Security Guards And Security Officers To, At All Times, Maintain Security And Safeguard The Building, Offices And Properties Within The Premises Of The Sdo, As Well As To Provide Protection To Its Officials, Employees, Visitors, Guests And Transacting Public; 2. Ensure, On Its Account, All Equipment Necessary For The Performance Of Its Obligations Under The Contract, Including The Items Stated Under D.2.b (minimum Requirements For Security Equipment); 3. Be Liable And Answerable To The Principal, For Damages Or Losses Within Its Premises And For Such Actions Which Directly Prejudice The Integrity, Efficiency, And Effectiveness Of The Principal, Its Operations And Its Officials And Employees Caused By Or Due To The Negligence And/or Misdemeanor Of The Ssc Personnel, But Not For Any Loss Or Damage Or Harm Due To Any Fortuitous Event, Force Majeure Or Causes Beyond The Control Of Ssc Personnel; 4. Ensure The Adequacy Of The Compensation And Benefits Of Its Guards And Submit To The Principal Its Monthly Or Quarterly Remittances On Various Contributions In Support To The Claims For Payout; 5. Assign One Head Security Guard Or Security Coordinator Who Shall Exercise The Tasks As Enumerated Under 4.a.1; 6. Provide The Principal With The 201 Files Of The Security Guards; 7. Retain And Exercise The Sole, Exclusive And Absolute Right To Suspend, Lay-off, Terminate And/or Impose Disciplinary Measures, Direct And Control Its Personnel And To Assign, Rotate And Re-assign Security Guards, Subject To The Approval Of A Duty Detail/schedule By The Office Of The Superintendent, Provided, That No Security Guard Shall Be Removed, Changed Or Transferred To Any Place Of Assignment Without Sufficient Notice To The Principal. The Schools Division Superintendent Shall Have The Right To Select, Change Or Refuse Any Security Guard Assigned. Duty Detail Order Of Every Assigned Security Guard Shall Contain, Among Others, The Following Information (section 5,2 Dole Department Order No. 150-16, S. 2016): 1. Name, Address, Active Telephone/contact Number & Email Address Of The Agency; 2. Issue Serial Number And Date Of The Duty Detail Order; 3. Complete Name And Designation Of Grantee; 4. Purpose; 5. Inclusive Dates Of Retail; 6. Firearms Description & License Number; 7. Authorized Uniform To Be Used; 8. Other Specific Instructions Or Remarks; And 9. Signature And Designation Of The Issuing Officer. 8. Not Withdraw Or Replace Any Security Guard Involved In Any Violation Of The Sdo’s Policies, Rules And Regulations Or Involved In Any Administrative Case Against Sdo Officials And Employees Until After Proper Investigation And Resolution Of The Case Have Been Made By The Sdo And Other Authorities Concerned. 9. Act Upon The Referred Concerns And Complaints Within 24-hours To The Satisfaction Of The Principal; 10. Submit Directly To The Office Of The Superintendent Such Weekly/monthly Incident Reports And Other Reports As May Be Required From Time To Time By The Principal. 11. As Part Of Its Bid, The Security Agency, Shall Submit An Undertaking To Pay Their Security Guards The Prescribed Benefits (section 7.2 Dole Department No. 150-16, S. 2016). 4.a.1) Officer-in-charge/security Coordinator 1. Act As Liaison With Deped, Sdo-albay And The Security Agency. 2. Has Over-all Responsibility Of The Members Of The Security Force. 3. Provide Guidance & Assistance To The Members Of The Security Force Assigned At Sdo-albay. 4. Monitor The Daily Operations Of The Security Force At Sdo-albay Installations. 5. Provide Leadership And Direction For The Security Guards. 6. Responsible To The Sdo-albay Management For The Implementation Of All Rules Regulations Relevant To Security Matters. 7. Monitor The Performance And Efficiency Of The Guards And Recommend The Relief Of Misfits. 8. Prepare And Submit Special Report/s Of Unusual Incidents, As Well As Guard Detail Order And Monthly Security Report And Conditions Of Secured Properties. 9. Advise Sdo-albay Officials Concerned Regarding Measures To Be Undertaken To Improve The Security Of The Building Premises. 10. Conduct Troop Information And Education To All Guards On A Regular Basis Or As The Need Arises. 11. Perform Other Duties As Sdo-albay And/or The Security Agency May Direct. 4.a.2) Entrance/exit Gate/parking Guards 1. Screen Visitors With Utmost Courtesy And Guide Them To The Office They Desire To Transact Business. Also Notify By Two-way Radio The Official Or Employee To Be Visited. 2. Issue Visitor’s Pass In Exchange Of A Current And Valid Government Issued Identification Card. 3. Advise All Visitors And Employees To Pin Their Ids While Inside The Building. 4. Inspect Thoroughly (metal Detector) All Bags, Packages And Attaché Case Hand-carried By Visitors. 5. Maintain A Logbook For Visitors And A Separate Logbook For Office Personnel. 6. Control Flow Or Traffic And Direct Drivers To Park Vehicles Properly In Designated Parking Areas. 7. Safeguard And Protect Parked Vehicles From Pilferage Of Accessories And Other Attachments. 8. Not Allow Sdo Vehicles To Leave The Compound Without Necessary Trip Ticket Duly Signed By The Authorized Signatory. 9. Maintain The Logbook On The Arrival And Departure Of Sdo Vehicles. 10. Submit To The Management, Thru The Office Of The Administrative Officer V Or The Supply And Property Section A Monthly Report On The Movement Of The Service Vehicles. 11. Control The Parking Of Vehicles Of Visitors To The Designated Parking Area. Employee’s Vehicles Shall Be Allowed Entry And To Park In The Designated Area For Privately Owned Vehicles. When Departing However, Their Vehicles Shall Be Subjected To Inspection. 12. Enforce The Established System Control Over The Removal Of Property And Materials From The Compound, As May Be Applicable. 13. Respond To Suspicious Activities Of Lawless Elements. 14. Enforce All Existing Sdo Security Rules And Regulations (to Be Discussed By The Office Of The Administrative Officer V (general Services). 15. Submit Reports Of Any Unusual Incidents. 16. Perform Other Duties As The Sdo And/or Security Agency May Direct. 4.a.3) Roving Guards 1. All Roving Guards Must Politely Guide, Check And Observe Situations Of Visitors/within Area Of Responsibility. 2. Guide Visitors To Their Office Destination. 3. Check And Prevent Unauthorized Persons From Loitering In The Corridors Or Entering Offices Without Official Business Or Transactions. 4. Prohibit Vendors Or Solicitors From Entering The Office During Office Hours. 5. Observe And Patrol Designated Perimeters, Areas, Structures And Activities Of Security Interest. 6. Apprehend Person Attempting Or Gaining Unauthorized Access To Restricted Areas And Those Committing Unlawful Acts. 7. Check Depositories, Rooms Or Buildings Of Security Interest Any Item, In Addition To The Normal Working Hours To Determine That They Are Properly Locked And Are Otherwise In Order. 8. Check All Office Equipment And Appliance Before Or After Office Hours. See To It That These Office Equipment And Appliances Are In Proper Places, And Then, Close/lock All Offices After Determining That Everything Is Secured. 9. Conduct Inventory Of Movable Equipment In The Office. 10. See To It That All Lights Are Switched Off And All Electrically Operated Equipment And Appliances Are Unplugged When Occupants Of An Office Are All Gone. 11. Impose All Existing Sdo Security Rules & Regulations. 12. Be Familiar With The Location Of The Fire-alarm System And Fire-fighting Equipment. Be Alert At All Times. 17. Submit Reports Of Any Unusual Incidents. 1. Perform Other Duties As The Sdo And/or Security Agency May Direct. 4.b. Compound/building Security Access System 4.b.1) Entry Of Packages 4.b.1.i) For Hand-carried Items: The Guard Shall:  Monitor By Using Metal Detector And Frisk Suspicious Looking People Of Deadly Weapon, Explosives, Contraband Items, Prohibited Drugs And Other Harmful Substances.  Inspect All Bags And Parcels To Ensure That No Deadly Paraphernalia Brought Inside The Compound.  Inspect The Surroundings For Suspicious Objects Which Do Not Belong To The Ground.  Require Individuals Possessing Firearms To Leave/deposit The Firearm To The Security Guard After Issuing A Deposit Slip.  Turn Over To The Nearest Police Station Individuals Who Are Found Possessing Deadly Or Other Harmful Materials And/properties.  Call The Recipient Of The Delivery Boxes To Confirm Whether Or Not He/she Is Expecting Delivery Boxes/properties. 4.b.1.ii) For Vehicles Of Visitors, Clients And Employees: The Guard Shall:  Maintain A Record Of Departure And Arrival Of Vehicle Within Client Premises. The Record Will Indicate The Plate Number, Time-in And Out, The Name Of The Driver And Company.  All Vehicles Entering The Compound Will Be Subject To Thorough Inspections. The Guard Will Require The Vehicle Owners To Open Its Compartment For Inspection, And If There Are Illegal Contraband Items On Board, Initiate Arrest.  Direct The Inward And Outward Flow Of Traffic And Apply Existing Parking Regulations.  Visitors Who Refuse To Subject His Vehicle For Inspection Shall Be Denied Entry.  The Guard At The Entrance Gate Must Be Equipped With The Under-chassis Mirror For Inspection Under The Vehicle. 4.b.2) Record Of Entry Of Packages The Guard Shall:  Maintain A Record Of Visitor’s Logbook Within Its Post. The Logbook Will Indicate The Name Of The Visitors, Company/residence Address, Purpose Of Visit, Signature And Time In/out.  Verified With The Recipient Of The Delivered Boxes If He Is Expecting Any Delivery. 4.b.3) Safekeeping Of The Deadly Weapon  Individuals Found In Possession Of Deadly Weapons Will Be Subject For Investigation. If He Is Authorized By Law, The Owner Will Deposit The Firearms/weapons To The Guard And The Duty Guard Will Issue A Deposit Slip Indicating The Name Of The Owner, Model, Type, Caliber Of Firearm, Date And Time In/out. When The Owner Needs To Leave The Compound He/she Must Surrender The Deposit Slip To The Guard To Retrieve His Weapons/firearms.  Individual In Possession Of Deadly Weapons Who Are Found Unauthorized By Law Will Be Apprehended And Turned Over To The Nearest Police Station. 4.b.4) Exit Of Packages/equipment Hand-carried Deped, Sdo-albay Property Brought Out Of The Compound Shall Be Accompanied With Property Pass Slip Signed By The Sdo Property Officer.  Guard Shall Deny The Pull-out Of The Sdo Property That Is Not Covered By Pass Slip.  Guards Must Inspect And Ensure That The Property Being Brought Out Are Indicted In The Property Slip Or Gate Pass. They Will Record The Name/kind Of The Equipment Including The Serial Number, Person Responsible, Time And Date. Sealed Boxes Brought Outside The Building/compound Will Be Required For Inspection. 4.b.5) Exit Of Vehicles  The Gate Guard Will Require The Owner Of Every Vehicle Intending To Leave The Area To Open Its Trunk Compartment. If Sdo Property Is Found On Board, Pass Slip Or Gate Pass Shall Be Required. 4.c. Maintain A List Of Sdo Officials Who Are Authorized To Issue Gate Pass (for Properties) 4.c.1) The Security Will Be Provided With A List Of Sdo Officials Who Are Authorized To Sign The Property Pass. The List Shall Contain The Signature Of The Authorized Individual Or His Duly Authorized Representative For Comparison With The Submitted Gate Pass Of The Concerned Party. 4.c.2) If The Gate Pass Is Found Suspicious, The Guard Shall Verify With The Signatory If He Issued Such Gate Pass To The Specified Person. 4.d Check Of Entry Of Individuals For Proper Indentification 4.d.1) Sdo Employees Shall Wear Their Ids All The Time. 4.d.2) Employees Without Id Cards Must Be Advised To Secure From The Office In-charge Of Id Printing. 4. D.3) Strict Implementation Of “no Id, No Entry” System On All Gates And Entrances Of The Sdo For Security Purposes Shall Be Imposed. 4.d.4) Visitors Are Required To Present/show Valid Identification, Such As School/office Id, Voter’s Id, Etc. Before Signing In On The Logbook. Then They Are Required To Leave Their Personal Id In Exchange Of Visitor’s Pass Which They Will Wear While Inside The Compound. 4.d.5) All Guards Shall Maintain A Logbook For Visitors. Logbook Must Be Kept In The Security Office, And Shall Be Made Available When Asked For Verification Purposes. 4.e Emergency Plan 4.e.1) Fire  In Case Of Fire, Responding Guard Shall Use Fire Extinguisher To The Base Of The Fire Until It Is Totally Covered.  If The Fire Cannot Be Stopped, The Guard Shall Immediately Initiate To Call The Nearest Fire Department.  Secure All Entrances And Exit Doors And Allow No One To Enter The Building Except Those Authorized.  All Emergency Exits Shall Be Opened.  Identify And Prepare Safe Place For Evacuation And For Temporary Use By The Victims.  Observe Any Suspicious Looking Individual Who Could Be A Possible Arson Suspect.  Record The Event Of Fire From Time To Time To Help The Investigators In Locating Possible Evidences. 4.e.2) Bomb Threats In The Case Of Bomb Threat, The Following Shall Be Done By The Security Guards Assigned:  Use Coded Messages, To Avoid Panic Among The Employees Inside The Building  Coordinate With The Local Law Enforcement Authorities, Call The Bomb Disposal Units And Inform The Fire Department.  Tighten Security Measures By Implementing Luggage Control And Body Frisking.  Evacuate People In The Nearby Places That May Not Be Reached By The Explosion.  If The Bomb Has Already Been Defused By The Experts, Search To Clear The Area Allowing Nobody To Enter The Place. 4.e.3) Typhoons  Observe The Surroundings And Detect Possible Danger From Fall Branches Or Any Object Place On A Higher Ground.  Check If The Water Reaches The Electric Outlets, If So, Inform The Administrative Officer V (general Services) For Appropriate Action.  Prepare All Emergency Lights For Possible Power Cut-off.  Monitor Radio News Report To Be Updated Of The Situation.  After The Typhoon, Request The Maintenance Personnel To Inspect All Electrical Lines Especially Plugs In The Lower Level For Possible Danger. 4.e.4) Earthquake  Guard On Post Must Immediately Assist To The Best Of His Ability To Protect And Evacuate To A Safer Area The Concerned Vips And Employees Of The Sdo.  Send Immediately Those Employees Hurt In The Course Of The Quake To The Nearest Hospital.  Search For Other Persons Left In The Building After Evacuation And Report All Damages In Properties And Injured Persons To The Drrm Coordinator..  Security Guards Shall Act As The First Responder For Basic Life Support And First Aid. 4.e.5) Theft/robbery  Upon Receiving A Compliant For Loss Of Properties, The Guard On Post Shall Prepare An Incident Report. 5. Other Services To Be Provided By The Security Agency Additional Administrative Services To Be Provided To The Sdo Free Of Charge: 1. Nightly Inspection Of The Guards On Post By The Designated Agency Inspectors. 2. Investigate Report On Security Agency Personnel Irregularities In Connection With Their Service/work, Including Investigation Of Reported Losses. This Task Is Handed By Agency Investigator Duly Accredited By The Philippine National Police (pnp) - Civil Security Group. 3. Other Security Gadgets/equipment Which The Sdo May Require To Meet Possible Future Needs. 2. The Department Of Education, Schools Division Office Of Albay Now Invites Bids For The Above-cited Procurement Opportunity. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders In The Amount Of Php 5,000.00 Pursuant To The Latest Guidelines Issued By The Gppb. Delivery Of Services Is Required By January 1, 2025 To December 31, 2025. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Albay, Bids And Awards Committee Office, And Inspect The Bidding Documents At The Address Given Below From Monday To Friday During Office Hours (8:00 Am To 5:00 Pm). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11 To January 3, 2024; 9:00 Am From The Address Below And Upon Payment Of Php 5,000.00 As The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity (www.depedalbay.com) Starting December 11, 2024 Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Education, Schools Division Office Of Albay Will Hold A Pre-bid Conference On December 18, 2024; 9:00 Am At 2f Lobby, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City, Which Shall Be Opened To Qualified Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2024; 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On January 3, 2024; 9:00 Am At 2f Lobby, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website, For Them To Be Included In The Document Request List Of The Project. The Bidding Documents May Be Viewed Also At The Deped Sdo Albay Schools Division Office Website: Www.depedalbay.com. 9. The Department Of Education, Schools Division Office Of Albay Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Jade O. Alberto Education Program Supervisor Bac Secretariat Head-designate Office Of The Bids And Awards Committee 2nd Floor, Deped Sdo Albay, Ligñon Hill, Bogtong, Legazpi City Tel.no.: 052-204-8535 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.depedalbay.com December 10, 2024 (sgd.) Bernie C. Despabiladero, Edd Assistant Schools Division Superintendent Bac Chairperson For Goods And Consulting Services
Closing Date3 Jan 2025
Tender AmountPHP 1.2 Million (USD 20.7 K)

Environmental Management Bureau Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Paper Shredder Rfq No. Emb-eiamd-2024-12-239 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. Paper Shredder Fee Type: Auto Feed Basket Type: Pull-out Bin Bin Capacity (litres): 23 Can Shred: Staples, Credit Cards, Paper Clips Cut Size (mm): 4 X 10 Cut Type: Mini Cut Din Level-paper: P-4 Maximum Run Time (minutes): Up To 15 Noise Reduction: Silent Shred Technology Advance Safety: Safe Sense Technology Shred Per Page: 1559 Average Shred Speed (mm): 2.4 Throat Width (mm): 220 Type Of Use: Home/ Home Office Warranty: 2 Years Guillotine Paper Trimmer Sheet Size; A4 Blade Type: Guillotine Cutting Length: 460mm Sheet Capacity: 10 Sheets Size: 216mm X 850mm 2 1 25,000.00 10,000.00 50,000.00 10,000.00 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 Php60,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 27, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Paper Shredder Under Rfq No. Emb-eiamd-2024-12-239 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 Supply And Delivery Of Paper Shredder Quantity: Pcs. 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 2 1 Pcs. Pc. Paper Shredder Fee Type: Auto Feed Basket Type: Pull-out Bin Bin Capacity (litres): 23 Can Shred: Staples, Credit Cards, Paper Clips Cut Size (mm): 4 X 10 Cut Type: Mini Cut Din Level-paper: P-4 Maximum Run Time (minutes): Up To 15 Noise Reduction: Silent Shred Technology Advance Safety: Safe Sense Technology Shred Per Page: 1559 Average Shred Speed (mm): 2.4 Throat Width (mm): 220 Type Of Use: Home/ Home Office Warranty: 2 Years Guillotine Paper Trimmer Sheet Size; A4 Blade Type: Guillotine Cutting Length: 460mm Sheet Capacity: 10 Sheets Size: 216mm X 850mm 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 Paper Shredder Fee Type: Auto Feed Basket Type: Pull-out Bin Bin Capacity (litres): 23 Can Shred: Staples, Credit Cards, Paper Clips Cut Size (mm): 4 X 10 Cut Type: Mini Cut Din Level-paper: P-4 Maximum Run Time (minutes): Up To 15 Noise Reduction: Silent Shred Technology Advance Safety: Safe Sense Technology Shred Per Page: 1559 Average Shred Speed (mm): 2.4 Throat Width (mm): 220 Type Of Use: Home/ Home Office Warranty: 2 Years Guillotine Paper Trimmer Sheet Size; A4 Blade Type: Guillotine Cutting Length: 460mm Sheet Capacity: 10 Sheets Size: 216mm X 850mm Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 2 1 Pcs. Pc 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 _____
Closing Date27 Jan 2025
Tender AmountPHP 60 K (USD 1 K)

Environmental Management Bureau Tender

Chemical Products
Philippines
Details: Description 2 Request For Quotation (rfq) Supply And Delivery Of Purified Drinking Water From February 01 To December 31, 2025 Rfq No. Emb-pgss-2025-01-009 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Supply And Delivery Of Purified Drinking Water From February 01 To December 31, 2025 A. Deliver 44 Pieces Of 5 Gallons Capacity Per Day Except (weekends & Holidays) B. Provide Delivery Receipt Upon The Deliver And Indicate The Pull-out Empty Bottle C. Provide Sale Invoice, Summary Of Delivery Receipt & Copy Of Monthly Laboratory Test At The End Of The Month For The Billing Period D. Provide Monthly Inventory Of Delivered And Pull-out Bottle E. Provide Free Use Of Gallons F. Deliver Purified Water With Proper Seal Or Sealed Cup, Bottle Cover And Clean Or Brand-new Bottle Assuming Consumption: For February 1, 2025, To December 31, 2025 (210 Days Except Weekends And Holidays) 230 Days X 44 Gallons Per Day = 10,120 Pieces Of 5 Gallons 10,120 Pieces Of 5 Gallons X 35.00 = 354,200.00 1 Lot 2,000.00 354,200.00 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 Php354,200.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 05, 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 Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Purified Drinking Water Quantity: 1 Lot Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Lot Supply And Delivery Of Purified Drinking Water From February 01 To December 31, 2025 A. Deliver 44 Pieces Of 5 Gallons Capacity Per Day Except (weekends & Holidays) B. Provide Delivery Receipt Upon The Deliver And Indicate The Pull-out Empty Bottle C. Provide Sale Invoice, Summary Of Delivery Receipt & Copy Of Monthly Laboratory Test At The End Of The Month For The Billing Period D. Provide Monthly Inventory Of Delivered And Pull-out Bottle E. Provide Free Use Of Gallons F. Deliver Purified Water With Proper Seal Or Sealed Cup, Bottle Cover And Clean Or Brand-new Bottle Assuming Consumption: For February 1, 2025, To December 31, 2025 (210 Days Except Weekends And Holidays) 230 Days X 44 Gallons Per Day = 10,120 Pieces Of 5 Gallons Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Supply And Delivery Of Purified Drinking Water From February 01 To December 31, 2025 G. Deliver 44 Pieces Of 5 Gallons Capacity Per Day Except (weekends & Holidays) H. Provide Delivery Receipt Upon The Deliver And Indicate The Pull-out Empty Bottle I. Provide Sale Invoice, Summary Of Delivery Receipt & Copy Of Monthly Laboratory Test At The End Of The Month For The Billing Period J. Provide Monthly Inventory Of Delivered And Pull-out Bottle K. Provide Free Use Of Gallons L. Deliver Purified Water With Proper Seal Or Sealed Cup, Bottle Cover And Clean Or Brand-new Bottle Assuming Consumption: For February 1, 2025, To December 31, 2025 (210 Days Except Weekends And Holidays) 230 Days X 44 Gallons Per Day = 10,120 Pieces Of 5 Gallons Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Lot 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date5 Feb 2025
Tender AmountPHP 354.2 K (USD 6 K)

Court Of Appeals Tender

Publishing and Printing
Philippines
Details: Description Request For Quotation Supply And Delivery Of Hp Laser Jet Toner Cartridges (1 Lot) Amp-018-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No. Item Description Approved Budget For The Contract 1 Supply And Delivery Of Hp Laser Jet Toner Cartridges ₱120,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 18, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) Ground Floor, Annex Vi Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5 Statement Of Compliance With The Technical Specifications Must Be Duly Signed And Dated By The Authorized Representative. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-018-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Hp Laser Jet Toner Cartridges” In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. Item Description Qty Unit Cost Total Price Lot 1 Supply And Delivery Of Hp Laser Jet Toner Cartridges Total Price In Figures: Total Price In Words: _________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Hp Laser Jet Toner Cartridges (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract, In One Hundred Twenty Thousand Pesos (php120,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirements: Particulars Qty Compatibility Toner Cartridge (w1510a), Hp 151a, Black 15 Cartridges For Hp Laser Jet Pro 4003dn Additional Requirements: 1. Ensure That The Toner Cartridges Provided Are Genuine Hp Products; And 2. Replace Damaged, Defective Or Non-compliant Items At No Additional Cost Within Seven (7) Calendar Days From The Date Of Reporting. Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: 1. The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order.   By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number __________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____. (please See The Attached File)
Closing Date18 Feb 2025
Tender AmountPHP 120 K (USD 2 K)

Environmental Management Bureau Tender

Chemical Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Dioxins And Furans Chemicals Rfq No. Emb-aqms-2024-06-086 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 Procurement Of Dioxins And Furans Chemicals *jt Baker Toluene Ar Grade Cas#108?88?3 (4l) Note: 12% Sales Tax Excluded *acetone, Multisolvent Hplc Grade Acs Iso Uv-vis, Dimethyl Ketone, 2-propanone (2.5l) Pn: Ac03102500 Cas 67-64-1 Note: 12% Sales Tax Included Procurement Of Dioxins And Furans Consumables *micro Quartz Glass Fiber Filter, 4” Round (100 Pcs/box) Note: For Compendium Method *to-9atisch Te-1010 Puf Plug 3” Long X 2.5” Diameter, 10/pack To Be Delivered Within Sixty (60) Days Upon Receipt Of Purchase Order (po) Total 29 29 1 12 Pcs Pcs Pcs Pcs P 3,392.86 P 3,400.00 P 72,100.00 P 15,1200.00 P 98,392.94 P 98,600.00 P 72,100.00 P181,440.00 P 450,532.94 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 Php450,532.94. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis Whichever Is Advantageous To The Government. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 07, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Dioxins And Furans Chemicals Under Rfq No. Emb-aqms-2024-06-086 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 Supply And Delivery Of Dioxins And Furans Chemicals Quantity: Pcs 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 29 29 1 12 Pcs Pcs Pcs Pcs *jt Baker Toluene Ar Grade Cas#108?88?3 (4l) Note: 12% Sales Tax Excluded *acetone, Multisolvent Hplc Grade Acs Iso Uv-vis, Dimethyl Ketone, 2-propanone (2.5l) Pn: Ac03102500 Cas 67-64-1 Note: 12% Sales Tax Included Procurement Of Dioxins And Furans Consumables *micro Quartz Glass Fiber Filter, 4” Round (100 Pcs/box) Note: For Compendium Method *to-9atisch Te-1010 Puf Plug 3” Long X 2.5” Diameter, 10/pack To Be Delivered Within Sixty (60) Days Upon Receipt Of Purchase Order (po) Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Qty Uom Unit Price Total Price 1. Procurement Of Dioxins And Furans Chemicals *jt Baker Toluene Ar Grade Cas#108?88?3 (4l) Note: 12% Sales Tax Excluded *acetone, Multisolvent Hplc Grade Acs Iso Uv-vis, Dimethyl Ketone, 2-propanone (2.5l) Pn: Ac03102500 Cas 67-64-1 Note: 12% Sales Tax Included Procurement Of Dioxins And Furans Consumables *micro Quartz Glass Fiber Filter, 4” Round (100 Pcs/box) Note: For Compendium Method *to-9atisch Te-1010 Puf Plug 3” Long X 2.5” Diameter, 10/pack To Be Delivered Within Sixty (60) Days Upon Receipt Of Purchase Order (po) Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 29 29 1 12 Pcs Pcs Pcs Pcs 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 _____
Closing Date7 Jan 2025
Tender AmountPHP 450.5 K (USD 7.7 K)

Environmental Management Bureau Tender

Electrical Goods and Equipments...+3Machinery and Tools, Automobiles and Auto Parts, Electrical and Electronics
Philippines
Details: Description Request For Quotation (rfq) Supply And Delivery Of Wheeled Cooler Rfq No. Emb-aqms-2025-01-001 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Cl 62qtwheeles 316 Cooler Se External Dimensions: 73 Cm X 40 Cm X 45 Cm Internal Dimensions: 60 Cm X 30 Cm X 38 Cm Weight: Approx. 13 Kg Ice Retention: 3-5 Days Capacity: (50) 12oz Cans And 26 Lbs. Of Ice Have-a-seat Lid: Closed Lid Supports Up To 250lb. Easy Draining: Leakproof Channel Drain Plug 2 Units 12,473.50 24,947.00 28 Quart Wheeled Cooler With Recessed Handle And Wheels That Roll Up Material: Polyethylene, Polypropylene, Urethane Foam Product Size: Approx. 49 X 33 X 41.94 Cm Capacity: 26l Weight: Approx. 3.3 Kg 2 Units 5,84350 11,687.00 Total 36,634.00 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 Php36,634.00. 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 20, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply And Delivery Of Customized Polo Shirt Under Rfq No. Emb-aqms-2025-01-001 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Return E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply And Delivery Of Wheeled Cooler Quantity: Units Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 2 Units Cl 62qtwheeles 316 Cooler Se External Dimensions: 73 Cm X 40 Cm X 45 Cm Internal Dimensions: 60 Cm X 30 Cm X 38 Cm Weight: Approx. 13 Kg Ice Retention: 3-5 Days Capacity: (50) 12oz Cans And 26 Lbs. Of Ice Have-a-seat Lid: Closed Lid Supports Up To 250lb. Easy Draining: Leakproof Channel Drain Plug 2 Units 28 Quart Wheeled Cooler With Recessed Handle And Wheels That Roll Up Material: Polyethylene, Polypropylene, Urethane Foam Product Size: Approx. 49 X 33 X 41.94 Cm Capacity: 26l Weight: Approx. 3.3 Kg 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 Cl 62qtwheeles 316 Cooler Se External Dimensions: 73 Cm X 40 Cm X 45 Cm Internal Dimensions: 60 Cm X 30 Cm X 38 Cm Weight: Approx. 13 Kg Ice Retention: 3-5 Days Capacity: (50) 12oz Cans And 26 Lbs. Of Ice Have-a-seat Lid: Closed Lid Supports Up To 250lb. Easy Draining: Leakproof Channel Drain Plug Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 2 Units 28 Quart Wheeled Cooler With Recessed Handle And Wheels That Roll Up Material: Polyethylene, Polypropylene, Urethane Foam Product Size: Approx. 49 X 33 X 41.94 Cm Capacity: 26l Weight: Approx. 3.3 Kg 2 Units 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date20 Jan 2025
Tender AmountPHP 36.6 K (USD 626)
3451-3460 of 3552 archived Tenders