Uniform Tenders

Uniform Tenders

Environmental Management Bureau Tender

Chemical Products
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 450.5 K (USD 7.7 K)
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 _____

Environmental Management Bureau Tender

Electrical Goods and Equipments...+3Machinery and Tools, Automobiles and Auto Parts, Electrical and Electronics
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 36.6 K (USD 626)
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 _____

Department Of Human Settlement And Urban Development Quezo Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 183 K (USD 3.1 K)
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 02-0107, S. 2025 Procurement Activity Procurement Of The Quarterly Preventive Maintenance Services Of The 2500 Kva Mitsubishi Generator Set For Fy 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) One Hundred Eighty-three Thousand Pesos (php183,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 1:00 Pm, March 03, 2025. The Terms Of Reference Are As Follows: Terms Of Reference Procurement Of Quarterly Preventive Maintenance Services For The 2500 Kva Mitsubishi Generator Set I. Background/rationale The Dhsud Building Has A 2500 Kva Mitsubishi Stand-by Generator Set Located On The Second Floor Of The Building. The Generator Set Is Capable Of 100% Emergency Back-up Power Transferred Via Automatic Transfer Switch (ats). This Preventive Maintenance Service (pms) Covers The Supply Of Labor, Tools, And Supervision Of Technical Services For The Periodic Maintenance Of The Generator Set In Order To Sustain Its Good Operational Condition And To Ensure Availability Of Back-up Power Supply During Emergency. Ii. Mode Of Procurement The Mode For The Procurement Of The Quarterly Preventive Maintenance Service For The 2500 Kva Aksa Generator Set Is Small Value Procurement. Iii. Contract Period The Contract Period Is For One (1) Year From Receipt Of Approved Purchase Order With The Delivery Of Services To Start From The Signing Of Work Order. Iv. Approved Budget For The Contract (abc) The Abc For The Project Is One Hundred Eighty-three Thousand Pesos And 00/100 (php183,000.00) Inclusive Of All Applicable Government Taxes As Included In The Dhsud Approved Annual Procurement Plan For Fy 2025. V. Scope Of Work The Service Provider Shall Provide The Department With The Following Services: 1. Provision Of At Least Four (4) Quarterly Preventive Maintenance Services Schedule For The Generator Set. The Preventive Maintenance Services Shall Be Done During Weekdays From 8:00 Am To 5:00 Pm; Preventive Maintenance Services For 1st Quarter To 4th Quarter With Annual Change Oil And Replacement Of Radiator Coolant On The 4th Quarter. 2. Conduct A Thorough Check-up And Assessment Of The Generator Set Using The Quarterly Preventive Maintenance Checklist For The Fuel System, Lubrication System, Cooling System, Air And Exhaust System, Battery System, Ac Electrical System And General Condition Of The Generator; 3. Undertake Minor Repairs And Adjustments Found During The Quarterly Maintenance Activities Shall Not Be Charged To The Dhsud; 4. Submission Of The Detailed Service Report To The Gsd Personnel After Every Completion Of The Maintenance Services Indicating The Findings And Recommendations, Duly Confirmed And Acknowledge By The Gsd Personnel Present During The Maintenance Services; 5. Submit A Separate Quotation For The Parts That Needs To Be Replaced Found During The Conduct Of Preventive Maintenance Services. Warranty Period For The Replaced Parts Should Be Six (6) Months; And 5. In Case Of Problems Or Breakdown Of The Generator Set, A Service Technician Shall Respond Upon Receipt Of The Reported Problem/breakdown From The Gsd. Response Time Shall Be 4 Hours Maximum. Note: A Separate Proposal Will Be Submitted For Other Parts Found Defective During The Conduct Of The Quarterly Pms V. Duties And Responsibilities Of The Service Provider The Service Provider Shall: 1. Conduct Of Five (5) Pms; Four (4) Quarterly Basic Pms And One (1) Annual Comprehensive Pms Of The Fourth Quarter; 2. Provisions Of Qualified Service Technicians, Tools, Technical Supervision And Equipment Necessary For The Conduct Of The Quarterly Preventive Maintenance, Check-up And Corrective Repairs; 3. All Service Personnel Shall Comply With The Safety Regulations Set Forth By The Department; 4. All Service Personnel Shall Be Provided With The Necessary Safety Equipment; 5. Properly Dispose Of All Chemical Containers Used During The Preventive Maintenance Services; 6. Provides Advance Schedule Of Visits To Ensure Full Coverage Of The Generator Set. Any Changes In The Schedule Shall Be Communicated In Advcnace By The Service Provider; And 7. Provide Training For The Maintenance Personnel On The Proper Operation And Maintenance Activities Of The Generator Set. Vii. Terms Of Payment The Service Provider Shall Be Paid Upon Acceptance By The Undersecretary Of The Administrative And Finance Services, Subject To The Submission Of The Following: A. For Quarterly Pm 1. Statement Of Account; 2. Quarterly Pm Activities (service Report) 3. Accomplished Checklist; And 4. Activities Picture Report. B. For The Billable Job Order 1. Statement Of Account; 2. Purchase Order; 3. Delivery Receipt; 4. Service Report; And 5. Activities Picture Report. Vii. Qualifications Of The Service Provider The Service Provider Shall Submit The Following Documents: 1. Latest Business Permit Showing That Its Primary Business Is Power Generator Maintenance Services And With At Least Five (5) Years Of Experience In The Business; 2. Philgeps Registration Number; And 3. Signed Omnibus Sworn Statement. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable; And E. Latest Tax Clearance (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of The Quarterly Preventive Maintenance Services Of The 2500 Kva Mitsubishi Generator Set For Fy 2025 Request For Quotation No.: 02-0107 S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 4. [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]; 9. [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;)]; - [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; • 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; • [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 8. [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; F. [name Of Bidder] Complies With Existing Labor Laws And Standards; And • [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: O Carefully Examining All Of The Bidding Documents; O Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; O Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And O Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. • [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. • In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

Environmental Management Bureau Tender

Others
Philippines
Closing Soon12 Mar 2025
Tender AmountPHP 987.5 K (USD 17.2 K)
Details: Description 2 Request For Quotation (rfq) Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Eirs Rfq No. Emb-pppdd-sisms-2025-03-039 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Environmental Information Repository System On March 31 To April 04, 2025. 79 Pax X 2,500.00 X 5 Days = 987,500.00 Room Accommodation: Twin Sharing/ (individual Beds) With Internet And Complete Amenities Meals Requirements: Buffet Breakfast Am Snack Pm Snack Buffet Dinner Function Room Requirements: Conference Room Se-up: Classroom Type 2 Lcd Projector With Wide Screen Sound System And Rostrum Space For Secretariat/ Registration 3 Units Of Microphone (wireless) With Stand With Free-flowing Coffee, Tea And Candies Backdrop & Welcome Streamer With Good Internet Speed, Download And Upload At Least 300mbps With In Metro Manila 79 Pax 2,500.00 987,500.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php987,500.00. 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 March 12, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Food, Venue And Accommodation For The Conduct Of Workshop On Eirs Under Rfq No. Emb-pppdd-sisms-2025-03-039 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Food, Venue And Accommodation For Eirs Workshop Quantity: 79 Pax Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 79 Pax Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Environmental Information Repository System On March 31 To April 04, 2025. Room Accommodation: Twin Sharing/ (individual Beds) With Internet And Complete Amenities Meals Requirements: Buffet Breakfast Am Snack Pm Snack Buffet Dinner Function Room Requirements: Conference Room Se-up: Classroom Type 2 Lcd Projector With Wide Screen Sound System And Rostrum Space For Secretariat/ Registration 3 Units Of Microphone (wireless) With Stand With Free-flowing Coffee, Tea And Candies Backdrop & Welcome Streamer With Good Internet Speed, Download And Upload At Least 300mbps With In Metro Manila Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Environmental Information Repository System On March 31 To April 04, 2025. Room Accommodation: Twin Sharing/ (individual Beds) With Internet And Complete Amenities Meals Requirements: Buffet Breakfast Am Snack Pm Snack Buffet Dinner Function Room Requirements: Conference Room Se-up: Classroom Type 2 Lcd Projector With Wide Screen Sound System And Rostrum Space For Secretariat/ Registration 3 Units Of Microphone (wireless) With Stand With Free-flowing Coffee, Tea And Candies Backdrop & Welcome Streamer With Good Internet Speed, Download And Upload At Least 300mbps With In Metro Manila Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 79 Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Rizal Medical Center Tender

Housekeeping Services
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control  Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization.  Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda).  Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available.  Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee

Bureau Of Corrections Muntinlupa City Metro Manila Tender

Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 230 K (USD 3.9 K)
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections City Of Muntinlupa Request For Quotation #2025-019 Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building (nego. Proc.-small Value Procurement) Abc ₱ 230,060.00 Date:¬¬¬¬_________________ Name Of Company: _______________________________________________________________ Address: ________________________________________________________________________ Tin No.: ________________________________________________________________________ Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions As Stated Hereunder. A.) Bidders Shall Provide Correct And Accurate Information Required In This Form. B.) Bidders May Quote For All The Items. C.) Price Quotation/s Must Be Valid For A Period Of One Hundred Twenty (120) Calendar Days From The Date Of Submission. D.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. E.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. F.) Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. G.) Any Alterations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. H.) The Item/s Shall Be Delivered Within Fifteen (15) Calendar Days From Receipt Of Approved Purchase Order. I.) The Bucor Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. J.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bucor Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. K.) Bidders Shall Submit The Required Documents Together With Their Bid Price In A Sealed Envelope Indicating Supplier’s Name And Name Of Project. L.) Submission Thru E-mail And Fax Quotation Will Be Allowed/accepted. Requirements To Be Submitted M.) Valid And Current Philgeps Registration Number N.) Valid And Current Mayor’s/business Permit O.) Duly Notarized Omnibus Sworn Statement (original) P.) Duly Notarized Authority To Signatory (if Applicable). Note: Allow Pes To Accept The Expired Buisness Or Mayor’s Permit With Official Receipt Of Renewal Application, Subject To Submission Of Business Or Mayor’s Permit After Award Of Contract Under Gppb Resoution No. 05-2020 Approving The Acceptance Of An Expired Mayor’s Permit With Offciial Receipt For Yhe Renewal Application. Note: Bidders Statement Of Compliance On The Terms & Conditions And Requirements As Stated Above ________________________ Signature Over Printed Name Of Sole Proprietor /authorized Representative Submit Your Sealed Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than ____march 7, 2025__at The Bac Office, Bureau Of Corrections At 9:00am. Late Submission Of Bids Shall Be Rejected. For Further Information, You Can Call The Bac Secretariat C/o Csi Francis Jade P Pajunar At The Supply Office, Bureau Of Corrections, Muntinlupa City At Tel # 8809-8587/8478-0907 From 8:00 Am To 5:00pm Or Email At Bacsec2022@gmail.com, Monday To Friday Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Rfq # 2025-019 Page 2 Of 2 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Request For Quotation Rfq 2025-019 Project: Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building Abc ₱ 230,060.00 Qty Unit Description Compliance To The Technical Specifications (please Check) Approved Budget For Contract Unit Offered Quotation Offered Quotation Yes No 7 Pcs Angle Bar 2’’x2’’x6mm@6m 10,080.00 10 Pcs Angle Bar 1 ½’’x1 ½’’x6mm @6m 10,800.00 36 Pcs Tubular 2’’x4’’x2mm @6m 60,480.00 2 Pcs Tubular 2’’x2’’x1.5mm @6m 1,416.00 4 Pcs Tubular 1’’x1’’x1.5mm @6m 1,536.00 7 Pcs Flat Bar 1’’x2mm@6m 1,596.00 55 Pcs Metal Furring @3m 7,260.00 22 Pcs Metal Stud @3m 3,190.00 9 Pcs Wall Angle @3m 540.00 1 1000/box Blind Rivets 1/8 1/2 295.00 1 Pcs Drill Bit 8mm For Concrete 75.00 1 Pcs Drill Bit 6mm For Steel 95.00 1 Pcs Drill Bit 3mm For Steel 75.00 1 Box Welding Rod Special 945.00 25 Pcs Cutting Disc 4’’ 675.00 1 Pcs Cutting Wheel No. 14 210.00 15 Pcs Gypsum Board 4’x8’x9mm 9,450.00 9 Pcs Gypsum Board 4’x8’x12mm 6,165.00 15 Pcs Phenolic Board 4’x8’x12mm 13,425.00 10 Pcs Plywood 4’x8’x3/4’’ 9,250.00 16 Pcs Liston Wood ¾’’1/4’’x10’ 1,920.00 1 Kg Finishing Nail 1 ½’’ 105.00 1 Kg Common Nail 1’’ 105.00 3 Kg Concrete Nail 2’’ 390.00 150 Pcs Teks Screw 2’’ 375.00 1000 Pcs Black Screw 1 ½’’ (self Tapping) 2,000.00 700 Pcs Black Screw 1’’ (self Tapping) 700.00 4 Pail Semigloss Latex (white) 12,200.00 1 Pail Flat Latex (white) 2,625.00 15 Pcs Raw Sienna 250ml 975.00 4 Liters Burnt Umber Latex 760.00 1 Pc Burnt Sienna 250ml 65.00 2 Bag Skim Coat 1,040.00 10 Pcs Gypsum Putty @5kg 3,200.00 6 Pcs Fiber Glass Tape (30m Per Roll) 630.00 3 Pcs 6’’ Roller 255.00 3 Pcs Baby Roller 165.00 3 Pcs 1’’ Flat Brush 90.00 10 Pcs Masking Tape 1’’ 370.00 20 Pcs Sandpaper #120 400.00 5 Pcs Sandpaper#100 100.00 5 Pairs Putty Knife 275.00 15 Gal Waterproofing (cementitious) 13,500.00 10 Pcs Steel Brush 350.00 5 Pcs 4’’ Paint Brush 450.00 4 Pcs Pvc ½ @3m 360.00 6 Pcs Pvc Teel ½’’ 126.00 6 Pcs Pvc Female Threaded Adapter ½’’ 96.00 10 Pcs Pvc Elbow 90 ½’’ 160.00 1 Pc Pvc Ball Valve ½’’ 65.00 10 Pcs Pvc C-clamp ¾’’ 60.00 3 Pcs Brass Faucet 570.00 2 Pc Angle Valve 320.00 2 Pc Flexible Hose 1/2x1/2x18’’ 320.00 2 Pcs Teflon 3/4’’ 360.00 1 Can Cement Solvent 200cc 180.00 3 Box Wire No. 12 16,695.00 10 Meter Wire No. 10 700.00 1 Pc 2 Pole Plug-in & Branches 610.00 1 Pc 60amp Plug-in Circuit Branches 475.00 2 Pcs 30amp Plug-in Circuit Breaker 840.00 2 Pcs 20amp Plug-in Circuit Breaker 840.00 2 Pcs 15amp Plug-in Circuit Breaker 840.00 20 Pcs Amco Box 840.00 3 Set Switch 1 Gang 315.00 1 Set Switch 2 Gang 160.00 1 Set Switch 3 Gang 210.00 20 Pcs Outlet 2 Gang 2,800.00 26 Pcs Pin Light 16,380.00 6 Pcs Plastic Molding 1’’x1’’ 630.00 40 Pcs Pvc Plastic Molding 3/4 3,400.00 1 Bndl Electrical Tape 55.00 5 Tube No More Nails 1,050.00 Total Cost: ₱ 230,060.00 ***nothing Follows*** Purpose: For The Renovation Of Nbp-iis Office Signature Over Printed Name Of Sole Proprietor Or Representative Telephone No: ____________________ Cellphone No: ____________________ Email: ___________________________ Company Letterhead Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building, As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building,as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building 9. [ Name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

Environmental Management Bureau Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Soon12 Mar 2025
Tender AmountPHP 53.5 K (USD 933)
Details: Description 2 Request For Quotation (rfq) Supply And Delivery Of Office Supplies Rfq No. Emb-eiamd-2025-03-026 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. Wireless Hdmi Extender Transmitter And Receiver 50 Meters Long Distance Hdmi And Vga-receiver 5ghz Wireless Transmission Hdmi Port Transmitter For: Laptop And Desktop 1 Pc. 5,000.00 5,000.00 Stenographer Notebook (spiral, 40 Leaves, Color: Green) 150 Pcs. 30.00 4,500.00 Horizontal Id Caze With Lanyard (size: 150 Mm X 74 Mm, Materials Plastics) 100 Pcs. 50.00 5,000.00 Post It Sign Here Flag Stickers 40 Pcs. 150.00 6,000.00 Extension Cord Wheel (10 Meters Cord Length) 2 Pcs. 1,500.00 3,000.00 Clear Acrylic Name Tent For Desks (12x4 Inches) 30 Pcs. 200.00 6,000.00 Wall Whiteboard (90x150cm) 1 Pc. 2,518.47 2,518.47 Expanding Plastic File Folder (33x1.5x24.1 Cm) 50 Pcs. 310.00 15,500.00 Clipboard With Cover (long) Color: Black 30 Pcs. 200.00 6,000.00 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 Php53,518.47. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 08:00 A.m. Of March 12, 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 Office Supplies Under Rfq No. Emb-eiamd-2025-03-026 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 Deliver Of Office Supplies 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 1 Pc. Wireless Hdmi Extender Transmitter And Receiver 50 Meters Long Distance Hdmi And Vga-receiver 5ghz Wireless Transmission Hdmi Port Transmitter For: Laptop And Desktop 150 Pcs. Stenographer Notebook (spiral, 40 Leaves, Color: Green) 100 Pcs. Horizontal Id Caze With Lanyard (size: 150 Mm X 74 Mm, Materials Plastics) 40 Pcs. Post It Sign Here Flag Stickers 2 Pcs. Extension Cord Wheel (10 Meters Cord Length) 30 Pcs. Clear Acrylic Name Tent For Desks (12x4 Inches) 1 Pc. Wall Whiteboard (90x150cm) 50 Pcs. Expanding Plastic File Folder (33x1.5x24.1 Cm) 30 Pcs. Clipboard With Cover (long) Color: Black 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 Wireless Hdmi Extender Transmitter And Receiver 50 Meters Long Distance Hdmi And Vga-receiver 5ghz Wireless Transmission Hdmi Port Transmitter For: Laptop And Desktop Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Pc. Stenographer Notebook (spiral, 40 Leaves, Color: Green) 150 Pcs. Horizontal Id Caze With Lanyard (size: 150 Mm X 74 Mm, Materials Plastics) 100 Pcs. Post It Sign Here Flag Stickers 40 Pcs. Extension Cord Wheel (10 Meters Cord Length) 2 Pcs. Clear Acrylic Name Tent For Desks (12x4 Inches) 30 Pcs. Wall Whiteboard (90x150cm) 1 Pc. Expanding Plastic File Folder (33x1.5x24.1 Cm) 50 Pcs. Clipboard With Cover (long) Color: Black 30 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 _____

Court Of Appeals Tender

Publishing and Printing
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 975 K (USD 16.6 K)
Details: Description Request For Quotation Supply And Delivery Of Anniversary Shirts For Court Of Appeals Amp-002-25 (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. 1 Item Description Supply And Delivery Of Anniversary Shirts For Court Of Appeals Approved Budget For The Contract ₱975,000.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than January 14, 2025; 10:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Quotations And Other Documents Required May Either Be Submitted Manually At 3rd Floor Office Of The Bac Secretariat, Centennial Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Sgd. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee The Price Quotation Form (annex “a”) And The Following Eligibility Requirements Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation. No Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate 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-002-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Anniversary Shirts For Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Uom Item Description Qty Unit Price Total Price 1 Lot Supply And Delivery Of Anniversary Shirts 1,625 Pieces Total Price In Words: ___________________________________________________________________________________________________________________________________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Anniversary Shirts For Court Of Appeals (1 Lot) I. Approved Budget For The Contract: The Approved Budget For The Contract Is Nine Hundred Seventy-five Thousand Pesos (php975,000.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: Court Of Appeals Anniversary Shirt, Quick Drying Shirt Material: Polydex Minimum Of 180 Gsm Fabric Type: Moisture-wicking, Quick-drying, Wrinkle-resistant Printing Method: Full Sublimation With Court Of Appeals Logo: 3 Inches Style: Short-sleeve With A Collar Collar A. Type: Point Collar B. Construction: 2-button Placket Design: See Attached Annex “c” Other Requirement: 1. The Bidder Shall Also Submit Three (3) Samples/prototypes During The Opening Of Bids. 2. The Bidder Has Not Incurred Any Delays In Its Ongoing Or Completed Contracts Within The Last Two (2) Years. 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 Schedule: 1. Sample Sizes Must Be Delivered One (1) Day After Receipt Of The Signed Notice Of Award; And 2. The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.

Philippine International Convention Center Tender

Housekeeping Services
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-62 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum, With An Approved Budget For Contract (abc) Of Four Hundred Thousand Pesos (₱400,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-62 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum Ii. Approved Budget For Contract (abc): Four Hundred Thousand Pesos (₱ 400,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Include The Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Cleaning And Maintenance Of The Delegation, Powerhouse And Forum Cistern Tank. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Securing Of Surety, Performance And Guarantee Bonds 1.3 Health And Safety Requirements - Personal Protective Equipment (ppe). All Workers Shall Wear Their Company Uniform. - The Contractor Shall Install Two (2) – Safety Signage, Same As The Picc Standard Signage, 22” X 32”, Printed In Sintra Board. Text To Be Provided By Picc. - The Contractor Shall Provide Necessary Safety Equipment Needed Like Exhaust System During Actual Cleaning. 1.4 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Debris. 2.0 Cleaning Of Cistern Tanks (delegation, Powerhouse And Forum) 2.1 Draining/pumping Of The Tank’s Water Residual Content To A Considerable Level To Facilitate Efficient, Effective And Economical Cleaning System. Draining Should Be Properly Coordinated So That All Water To Be Re-use Or For Watering The Plants. 2.2 Provide Submersible Pumps With Hose, High Pressure Washer, Exhaust Ventilation Units, Ladders And Lights. 2.3 Brushing And Scraping Of Slime, Scales And Other Sedimentary Deposits At The Tanks Bed And Laterals (wall Chambers). 2.4 De-rusting Of Equalizing Pipe, Supply Lines, Domestic Pumps Suction Lines Inside The Tank. Manhole Steel Covers Should Be De-rusted/repainted With Primer And Final Coated With Qde. 2.5 Mixing/stirring Of Water With Loose Dirt/scales And Slime For Siphoning. 2.6 Manual Cleaning Of Left-over Dirt (cannot Be Pumped-out). 2.7 Rinsing The Tanks Inner Walls With Plain Water Using High Pressure Washer (first Stage). 2.8 Rinsing The Tank With Chlorinated Water Of Higher Concentration Than Maynilad To Effect Safe Sanitation On The Tanks Inner Wall Using Higher Pressure Washer. 2.9 Neutralizing The Tanks Chemical Toxity To Safest And Most Acceptable Level By Re-washing Or Further Rinsing With Plain Water. 2.10 Testing And Commissioning. Testing Shall Be Done By Taking Samples Of Water For Testing On Approved Water Testing Laboratories For Bacteriological And Physicochemical Analysis Of Drinking Water. If The Result Of Water Testing Failed, Same Procedure Of Cleaning Shall Be Done Before Testing Is Again Administered. Result Of Water Testing Shall Be Submitted A Week After Refilling The Cistern Tank Or The Soonest Possible Time. 3.0 Repainting Of The Manhole Cover Of The Delegation, Powerhouse And Cistern Tanks With Top Coat Of Elastomeric Paint. 4.0 Repainting Of The Exterior Wall Of The Power House And Forum (including Generator Set And Pressure Tank Room) Cistern Tank. Use Semi-gloss Latex Paint. 5.0 Application Of Sealant For All Manhole Covers. Sealant To Be Used Shall Be Moisture-curing And Elastic Joint Sealant. 6.0 Restoration Of All Affected Areas (perimeter Of Cistern Tanks) 7.0 Cleaning And Hauling Out Of All Garbage. Iv. General Conditions: A. Interpretation 1. The Contract Documents, Specifications And Drawings Are Mutually Complimentary. What Is Noted In One Although Not Shown In Other Shall Be Considered Contained In All, In Case Of Conflict. The Specifications Shall Prevail Over The Drawings. The Documents Forming The Contract Shall Be Interpreted In The Following Order Of Priority: A. Contract/construction Agreement B. Contractor’s Bid C. Special Conditions Of The Contract D. Specifications E. Drawings F. Bill Of Quantities G. Any Other Document Listed In The Special Conditions Of The Contract As Forming Part Of The Contract. 2. The Contractor Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All The Existing Conditions At The Site. No Considerations Will Be Given For Any Alleged Misunderstanding Of Misinterpretations Of The Specifications And Materials To Be Used Or Work To Be Done. 3. All Works Should Be Properly Coordinated With Picc Representative/bsd Project-in-charge. 4. All Cleaning System (excluding Of Water Pumping) Should Be Done Manually And Avoid Too Much Vibration Causing Work Process That Can Be Detrimental Effect To The Concrete Walls And Bed. Furthermore, All Chemicals To Be Used For The Cleaning And Sanitizing Works Should Have Been Tested/proven Safe For Such Application In The Industry, And For Approval Of The Picc Project-in-charge. 5. The Tank Should Be Inspected By The Project-in-charge Or His Authorized Representative To Determine Its Condition And Readiness For The Refilling. The Interior Wall Should Be Thoroughly Cleaned, Sanitized And Well Rinsed Prior To Re-watering Or Refilling. 6. Work Completion Time Should Be Religiously Followed By The Contractor. 7. Cost Of Re-work/restoration On Damage/s Due To Contractor’s Poor Workmanship Or Negligence Should Be Done By The Contractor. 8. The Contractor Should Free Picc From Any Problem, Legal Suit/s Or Whatsoever That May Arise Or Claims Or All Of The Personnel Employed By The Contractor Of The Project. 9. For Suppliers And Contractors With On-going Deliveries Of Projects At The Picc Who Had Incurred Late Deliveries Or Negative Slippage In Their Activities Or Were Rated “unsatisfactory” In Their Previous Performance Are Not Qualified To Join In This Bidding. B. Possession Of Site 1. The Contractor Admits That He Has Inspected The Site Where The Work Will Be Performed; That He Has Informed Himself Fully As To The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; That Picc Shall In No Way Be Responsible For Any Additional Costs Or Expenses Which May Develop On Account Of Failure Of The Contractor To Make Accurate Examination Of Present Or Future Factors Attendant To The Execution. 2. Tapping Of Equipment And Other Related Works Shall Be Properly Coordinated With Picc’s Representative For Provision Of Electrical Power. 3. The Picc Shall Designate A Specific Area To Be Used By The Contractor As Temporary Facilities/storage Area/administration Area In Connection With The Project. The Contractor Must Submit Layout Of The Mentioned Temporary Facilities And Must Be Approved By The Picc Management. 4. The Picc Shall Allow The Contractor To Tap From The Existing Electrical Connections To Be Used In The Latter’s Temporary Facilities, For This Purpose, The Picc Shall Install A Sub-meter Which Was Provided By The Contractor For Power Consumptions And Shall Be Billed Accordingly. C. Contractor’s Obligation 1. The Contractor Shall Perform All Works Necessary To Fully Accomplish The Project. 2. A Joint Inspection Must Be Conducted By The Contractor And Picc Representative, On The Specific Works To Be Done For This Project. 3. The Conractor Is Required To Inspect And Examine The Site And The Surroundings Of The Project To Arrive At An Estimate Of The Labor, Materials, Equipment, Facilities And Services Necessary To Carry Out The Works. 4. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of Picc Representative And Complete Them By The Intended Completion Date. 5. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 6. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising From The Injuries And Damage, Which Occurred In The Vicinity. 7. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Picc And Its Personnel In The Defense Of Any Claim, Action Or Suit. 8. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly With Picc Representative And Shall Be Done In Accordance With The Center’s Approved Schedule. 9. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 10. The Contractor Must Submit List Of Personnel Assigned To The Project Including Their Nbi Clearances/barangay Clearance Before Commencing The Above Scope Of Works. D. Warranty The Warranty Shall Be One (1) Year Reckoned From The Date Of Final Turn-over And Acceptance. E. Terms Of Payment 1. Full Payment Shall Be Made Upon Completion Of The Project And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment. B. Work Accomplished As Validated And Certified By Picc’s Representative. C. Photographs Of Work Accomplished. D. Invoice E. Bacteriological Analysis And Physicochemical Test. 2. Full Payment Shall Be Subject To Five Percent (5%) Of The Contract Amount As Retention Money. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. 3. The Picc Representative Shall Check The Contractor’s Request For Payment And Certify The Amount To Be Paid To The Contractor As Progress Payments. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 4. Picc Shall Pay The Contractor The Amounts Certified By Picc’s Representative Within Twenty-eight (28) Calendar Days From The Date The Request For Payment Is Evaluated And Approved. No Payment Interest Shall Be Made For The Delayed Payments And Adjustments. F. Contractor Qualification 1. The Contractor Shall Be Pcab Licensed With A Classification Of General Building, “d” Category With At Least Three (3) Years’ Work Experience In Cleaning Of Cistern Tanks. 2. The Minimum Work Experience Required For Key Personnel: Key Personnel Relevant Experience 1 – Project Engineer License Civil Engineer/ Architect Must Have At Least Three (3) Years’ Experience As Supervisor Of Civil Works. 1 – Full Time Safety Officer Minimum Of Three (3) Years’ Work Experience As Safety Officer/practitioner. Must Have Certificate Of Employment As Safety Officer And Certificate Of Training In Occupational Safety And Health From Dole Or Any Dole Accredited Training Institution. 3. The Minimum Major Equipment Required For The Project Are The Following: Item No. Number Of Units Description Of Equipment 1 2-units 5hp Sump Pump G. Workmanship The Work Throughout Shall Be Executed In The Best And Most Thorough Manner To The Satisfaction Of Picc And Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject The Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance Therewith And Are Disadvantageous To Picc. H. Schedule Of Work Schedule Of Cleaning Shall Be During Holy Week For The Delegation And Powerhouse Cistern Tanks. The Forum Cistern Tank Shall Be Scheduled Just After The Holy Week. Note: Delays Due To Work Stoppage Ordered By Picc Shall Not Be Counted Against The Set Completion Date. I. Liquidated Damages In Case Of Delay In The Completion Period Inclusive Of Duly Granted Time Extensions, If Any, The Contractor Shall Be Liable For Damages And Shall Pay The Picc For Liquidated Damages In An Amount Equivalent To At Least One (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Services For Everyday Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Award Without Prejudice To Other Courses Of Action And Remedies Open To It. V. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.

Environmental Management Bureau Tender

Environmental Service
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 175 K (USD 3 K)
Details: Description 2 Request For Quotation (rfq) Publication Rfq No. Emb-wqms-2025-02-012 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. Publication Of The Following: -denr Administrative Order No. 2025-02: Designation Of The Iligan Bay—misamis Oriental And Lanao Del Norte As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-03: Designation Of The Naboc River As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-04: Designation Of The Island Garden City Of Samal (igacos) Coastal Waters As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-05: Designation Of Water Quality Management Area Within Siargao Island Protected Landscape And Creation Of Its Governing Board, And -denr Administrative Order No. 2025-06: Designation Of The Davao Gulf (digos City—municipality Of Sta. Cruz) As Water Quality Management Area And Creation Of Its Governing Board Specifications: Newspaper Of General Circulation Size: (3) Full Pages (9 Cols. X 53 Cms.) And 6 Cols. X 48 Cms (black & White) 1 Lot 175,000.00 175,000.00 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 Php175,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of February 12, 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 Publication Under Rfq No. Emb-wqms-2025-02-013 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 Publication 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 Publication Of The Following: -denr Administrative Order No. 2025-02: Designation Of The Iligan Bay—misamis Oriental And Lanao Del Norte As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-03: Designation Of The Naboc River As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-04: Designation Of The Island Garden City Of Samal (igacos) Coastal Waters As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-05: Designation Of Water Quality Management Area Within Siargao Island Protected Landscape And Creation Of Its Governing Board, And -denr Administrative Order No. 2025-06: Designation Of The Davao Gulf (digos City—municipality Of Sta. Cruz) As Water Quality Management Area And Creation Of Its Governing Board Specifications: Newspaper Of General Circulation Size: (3) Full Pages (9 Cols. X 53 Cms.) And 6 Cols. X 48 Cms (black & White) 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 Publication Of The Following: -denr Administrative Order No. 2025-02: Designation Of The Iligan Bay—misamis Oriental And Lanao Del Norte As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-03: Designation Of The Naboc River As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-04: Designation Of The Island Garden City Of Samal (igacos) Coastal Waters As Water Quality Management Area And Creation Of Its Governing Board, -denr Administrative Order No. 2025-05: Designation Of Water Quality Management Area Within Siargao Island Protected Landscape And Creation Of Its Governing Board, And -denr Administrative Order No. 2025-06: Designation Of The Davao Gulf (digos City—municipality Of Sta. Cruz) As Water Quality Management Area And Creation Of Its Governing Board Specifications: Newspaper Of General Circulation Size: (3) Full Pages (9 Cols. X 53 Cms.) And 6 Cols. X 48 Cms (black & White) 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 _____
3461-3470 of 3552 archived Tenders