Website Tenders

Website Tenders

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. 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. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 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. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 3/box Agar, Haemophilus Test Medium (htm), Dehydrated Powder (500gram/bottle) With Compatible Haemophilus Test Supplement Packaged Separately From Basal Hemophilus Test Agar Medium, 10 Vial/box Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: • Product Brochure/product Information (if Applicable) •certificate Of Analysis, Quality Control And Conformity With Expiry Date And Batch Number 2 1/pack Agar, Perfringens Agar Base (same Brand As Supplement), 5 Vials/pack Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery. *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: • Product Brochure/product Information (if Applicable) •certificate Of Analysis, Quality Control And Conformity With Expiry Date And Batch Number Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 3/box Agar, Haemophilus Test Medium (htm), Dehydrated Powder (500gram/bottle) With Compatible Haemophilus Test Supplement Packaged Separately From Basal Hemophilus Test Agar Medium, 10 Vial/box Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: •product Brochure/product Information (if Applicable) •certificate Of Analysis, Quality Control And Conformity With Expiry Date And Batch Number 86,630.01 2 1/pack Agar, Perfringens Agar Base (same Brand As Supplement), 5 Vials/pack Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery. *item Should Have Passed The Evaluation Result, Quality Assessment, And Quality Validation/verification Of The End-user Or Should Have Met The Acceptability Criteria Necessary For Laboratory Inter-comparability Of Results, Whichever Is Applicable. General Requirements: •product Brochure/product Information (if Applicable) •certificate Of Analysis, Quality Control And Conformity With Expiry Date And Batch Number 45,091.00 Delivery Period: Ninety (90) Government Working Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date20 Jan 2025
Tender AmountPHP 131.7 K (USD 2.2 K)

City Of General Santos , South Cotabato Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. Ra1. Catering: 1 Snack With Venue Activity Title: Lcat Vawc Regular And Special Meeting Activity Date: February 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 7,000.00 Ra2. Catering: 1 Snack With Venue Activity Title: Lcat Vawc Sub Committee Regular And Special Meeting Activity Date: March 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 15,000.00 Ra3. Catering: 1 Snack With Venue Activity Title: Lcpc Regular And Special Meeting Activity Date: February 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 8,000.00 Ra4. Catering: 1 Snack With Venue Activity Title: Social Development Committee (sdc) Regular And Special Meeting Activity Date: March 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 7,000.00 Page 2 Of 6 25cb Gsc 026(r) Total Description Of Articles Item No. Rb1. Catering: 1 Meal Only With Venue Activity Title: Hr Mechanisms Program Activity Date: January 16, 2025, February 26, 2025, March 13, 2025, March 27, 2025 (15pax Per Dtae) Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water/softdrinks Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser Requirements: Hotel Or Suite *within 5kms From City Hall And Within Fare Of P18.00 Only *clean And Ready For Use Following The Layout Provided By User *with Adequate Airconditioning Units *with Clear Sound System With At Least 3 Microphones (1 Wireless With Batteries That Can Least 8 Hours Activity) *with Available Personnel To Respond To Needs Until The End Of The Activity Catering Should Be *with Enough Food For The Booked Number Of Participants *free Flowing Coffee And Water Note: 1.no Pork And Creamdory 2.date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Resource Persons And Venue. 3. Control Number: 66319 18,000.00 Rc1. Catering: 2 Meals And 1 Snack With Venue Activity Title: Meeting With Department Heads /agency Heads / Dpmt With Stakeholders / Various Meetings Activity Date: (january 10,2025) Tentative Meal Menu: Soup/appetizer, 2 Main Courses, Rice, Dessert, Bottled Water And Softdrinks Snack Menu: Any Snack Variety With Softdrinks /bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser Final Billing / Full Payment After Event Item Code 63260 55,000.00 Rd1. Catering: 1 Snack With Venue Activity Title: Cso/pcac Coordination Meeting Activity Date: January 30, 2025 (tentative) Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Requirements: Must Be In The Central Business District Of The City Must Have A Parking Area That Can Accommodate Up To 20 Vehicles Fully Airconditioned Venue Non Pork Menu Inclusions: Projector, At Least 4 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser 10,000.00 Page 3 Of 6 25cb Gsc 026(r) Total Description Of Articles Item No. Re1. Catering: 1 Snack With Venue Activity Title: Orientation For Job Order Workers Activity Date: January 6, 2025 (am & Pm) January 13, 2025 (am & Pm) January 20, 2025 (am & Pm) February 3, 2025 (am & Pm) February 10, 2025 (am & Pm) February 17, 2025 (am & Pm) February 24, 2025 (am & Pm) March 7, 2025 (am & Pm) Am Snack Menu: Clubhouse Sandwich And Canned Juice Pm Snack Menu: Spaghetti With Bread And Softdrinks Venue Should Be *within 5kms From City Hall And Within Fare Of P18.00 Only *can Accomodate At Least 55 Persons Including The Resource Speakers *clean And Ready For Use Following The Layout Provided By User *with Adequate Airconditioning Units *with Clear Sound System With At Least 3 Microphones (1 Wireless With Batteries That Can Last 8 Hours Activity) *with Available Personnel To Respond To Needs Until The End Of The Activity Catering Should Be *with Enough Food For The Booked Number Of Participants *free Flowing Coffee And Water Note: 1. No Creamdory 2. Must Be Delivered On Time 3. Must Be Served With Disposable Plates And Utensils 4. Date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Attendees. 5. Control #: 65073 180,000.00 Rf1. Catering: 1 Snack With Venue Activity Title: Internship Completion Ceremony 2025 Activity Date: March 12, 2025 Pm Snack Menu: Baked Spaghetti With Garlic Chicken And Softdrinks Requirements: Venue That Can Cater Maximum Of 400 Pax *with At Least 3 Available Personnel To Respond To Needs Until The End Of The Activity Catering Should Be *with Enough Food For The Booked Number Of Participants Note: Date Of Activity Is Tentative And Will Depend On The Results Of The Bidding Process And Availability Of The Venue And Attendees Control #: 65264 80,000.00 Rg1. Catering: 1 Snack With Venue Activity Title: City Fisheries Aquatic Resources Management Council Meetings Tentative Date: Jan 31, Feb 28 & March 28, 2025 Snack Menu: Any Snack Variety 2 Courses With Softdrinks/bottled Water Inclusion: Projector, At Least 2 Microphones, Stable Internet Connection, Free Flowing Coffee And Water Dispenser (control No. 68267) 18,000.00 Page 4 Of 6 25cb Gsc 026(r) *25cb Gsc 026(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Total Description Of Articles Item No. The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Catering Services With Venue (rebid). Delivery Of The Goods Is Required On The Day Of Activity. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 9, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 16, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 16, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 5 Of 6 25cb Gsc 026(r) *25cb Gsc 026(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date16 Jan 2025
Tender AmountPHP 398 K (USD 6.8 K)

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. 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. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 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. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 2/bottle Antibiotic Reference Standard, Colistin (sulphate), United States Pharmacopeia (usp) Grade, With Antibiotic Potency 200 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1.usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet 2 1/bottle Antibiotic Reference Standard, Meropenem Powder, United States Pharmacopeia (usp) Grade, With Antibiotic Potency 300 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1.usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet 3 1/bottle Antibiotic Reference Standard, Piperacillin Powder, United States Pharmacopeia (usp) Grade, With Antibiotic Potency 350 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1.usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet 4 1/bottle Antibiotic Reference Standard, Tazobactam Powder, United States Pharmacopeia (usp) Grade, 200 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1.usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 2/bottle Antibiotic Reference Standard, Colistin (sulphate), United States Pharmacopeia (usp) Grade, With Antibiotic Potency 200 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1. Usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet 77,000.00 2 1/bottle Antibiotic Reference Standard, Meropenem Powder, United States Pharmacopeia (usp) Grade, With Antibiotic Potency 300 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1. Usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet 38,500.00 3 1/bottle Antibiotic Reference Standard, Piperacillin Powder, United States Pharmacopeia (usp) Grade, With Antibiotic Potency 350 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1. Usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet 40,700.00 4 1/bottle Antibiotic Reference Standard, Tazobactam Powder, United States Pharmacopeia (usp) Grade, 200 Mg/bottle Expiration Date: Shall Not Be Less Than Two (2) Years From The Date Of The Actual Delivery Certificates To Be Submitted Upon Delivery: 1. Usp Certificate With Potency Or Certificate Of Analysis; 2. Safety Data Sheet 40,700.00 Delivery Period: Thirty (30) Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date28 Jan 2025
Tender AmountPHP 196.9 K (USD 3.3 K)

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. 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. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 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. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 8/pack Face Shield, Full Face Shield, Anti Fog, Latex Free (size: One, Fits All) Soft Head Goam, Comfort Stretch Band, Disposable, 25 Pieces/pack General Requirement: If Bid Is For Coverall, Face Masks/masks, Face Shield, Glove, And Gown: • Valid And Current License To Operate (lto) From The Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) Or Certificate Of Product Notification (cpn) Or If Exempted, Must Submit A Certificate Of Exemption From The Philippine Food And Drug Administration (p-fda) For Mpox Real-time Pcr Testing 2 50/pack Gown, Disposable, Long Cuffed Sleeves, Impermeable (size: L) 10 Pieces/pack General Requirements: • Product Brochure • Valid And Current License To Operate (lto) From The Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) From The Philippine Food And Drug Administration (p-fda) Or Certificate Of Product Notification (cpn) Or If Exempted Must Submit A Certificate Of Exemption For Mpox Real-time Pcr Testing Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 8/pack Face Shield, Full Face Shield, Anti Fog, Latex Free (size: One, Fits All) Soft Head Goam, Comfort Stretch Band, Disposable, 25 Pieces/pack General Requirement: If Bid Is For Coverall, Face Masks/masks, Face Shield, Glove, And Gown: • Valid And Current License To Operate (lto) From The Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) Or Certificate Of Product Notification (cpn) Or If Exempted, Must Submit A Certificate Of Exemption From The Philippine Food And Drug Administration (p-fda) For Mpox Real-time Pcr Testing 28,644.00 2 50/pack Gown, Disposable, Long Cuffed Sleeves, Impermeable (size: L) 10 Pieces/pack General Requirements: • Product Brochure • Valid And Current License To Operate (lto) From The Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) From The Philippine Food And Drug Administration (p-fda) Or Certificate Of Product Notification (cpn) Or If Exempted Must Submit A Certificate Of Exemption For Mpox Real-time Pcr Testing 55,000.00 Delivery Period: Sixty(60) Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date31 Jan 2025
Tender AmountPHP 83.6 K (USD 1.4 K)

EllisDon Construction Services Inc Tender

Aerospace and Defence
Canada
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project.    Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number:  71947 Title:  Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu),  including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division             Scope Of Work 01 45 00                                 Surveying 01 45 00                                 Material Testing 01 45 00                                  Third Party Inspection (roof, Structural, Geotechnical) 01 52 00                                  Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19                                  Tower Cranes 01 54 23                                  Scaffolding 02 41 19                                  Selective Demolition 03 11 00                                  Concrete Formwork 03 15 00                                  Concrete Accessories 03 20 00                                  Reinforcing Steel 03 30 00                                  Concrete Supply 03 35 00                                  Concrete Placing & Finishing 03 45 00                                  Precast Specialties 04 00 00                                  Masonry 05 10 00                                  Structural Steel 05 30 00                                  Metal Decking 05 50 00                                  Miscellaneous Steel 05 70 00                                  Ornamental (specialized) Metals 06 20 00                                  Millwork / Architectural Woodwork 07 10 00                                  Damp Proofing & Waterproofing 07 40 00                                  Metal Roofing, Cladding & Siding 07 50 00                                  Membrane Roofing 07 80 00                                  Firestopping & Fireproofing 07 90 00                                  Caulking 08 10 00                                  Openings – Doors, Frames & Hardware 08 33 00                                  Coiling Doors & Grilles 08 34 16                                  Hanger Doors 08 35 00                                  Folding Doors & Grilles 08 36 00                                  Overhead Doors 08 40 00                                  Aluminum Entrances, Storefronts & Curtain Wall 08 80 00                                  Glazing 08 87 00                                  Window Film 09 21 16                                  Gypsum Board Assemblies 09 51 14                                  Acoustic Panels 09 60 00                                  Flooring 09 66 00                                  Tiling 09 67 00                                  Fluid Applied Flooring 09 69 00                                  Access Flooring 09 90 00                                  Painting 10 11 00                                  Visual Display Boards 10 14 00                                  Signage 10 22 19                                  Demountable Partitions 10 26 00                                  Wall, Corner, Door Protection 10 28 00                                  Bathroom Accessories & Toilet Partitions 10 51 00                                  Lockers 10 75 00                                  Flagpoles 11 30 00                                  Appliances 11 61 00                                  Theater And Stage Equipment 11 66 00                                  Athletic Equipment 11 81 29                                  Fall Arrest Systems 11 98 00                                  Detention Equipment 12 00 00                                  Furnishings 12 20 00                                  Window Coverings 14 20 00                                  Elevator & Lifts 21 00 00                                  Fire Suppression 22 00 00                                  Mechanical – Plumbing 23 00 00                                  Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00                                  Integrated Automation 26 00 00                                  Electrical 28 10 00                                  Access Control            31 00 00                                  Earthworks 31 60 00                                  Piling 32 10 00                                  Paving 32 16 00                                  Sidewalk Curb & Gutter 32 31 00                                  Fencing 32 90 00                                  Landscaping 33 00 00                                  Utilities & Underground 34 73 00                                  Airfield Construction - Apron 41 22 00                                  Overhead Cranes 48 16 00                                  Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc)   * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Court Of Appeals Tender

Publishing and Printing
Philippines
Details: Description Request For Quotation Supply And Delivery Of Anniversary Shirts For Court Of Appeals Amp-001-25 (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 Shirt 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 7, 2025; 11:00 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: Bidders Shall Provide Correct And Accurate Information Required In This Form. 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. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 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. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 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. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 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. 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. 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. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate1 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-001-25 (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 1 Lot Item Description Supply And Delivery Of Anniversary Shirts Qty 1,620 Pieces Unit Price Total Price 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) 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. 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 Type: Point Collar Construction: 2-button Placket Design: Please See Attached Document Annex “c” Other Requirement: The Bidder Shall Also Submit Three (3) Samples/prototypes During The Opening Of Bids. The Bidder Has Not Incurred Any Delays In Its Ongoing Or Completed Contracts Within The Last Two (2) Years. 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: _____________________________________________________ Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila Delivery Schedule: Sample Sizes Must Be Delivered One (1) Day After Receipt Of The Signed Notice Of Award; And 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 Shape Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address
Closing Date7 Jan 2025
Tender AmountPHP 975 K (USD 16.8 K)

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. 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. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 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. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 35/piece Container, Sharps, Inner, With Counter Balanced Door, Clear With Biohazard Markings And Label, Nestable, 7.6 L, Per Piece General Requirements: • Product Brochure 2 1/box Indicator, Dry Steam Sterilization, Biological (geobacillus Stearothermophilus Spores) Self-contained Spore Carrier And Bacteriological Medium With Chemical Indicator, 24 Mins Read-out Time, Meets Ansi/aami/iso 11138‑1:2006/(r)2010, Ansi/aami/iso 11138‑3:2006/(r)2010 And En/iso 11138‑1:2006, En/iso 11138‑3:2006 Standards, 50 Pcs/box General Requirements: • Product Brochure/product Information (if Applicable) 3 6/box Syringe, 50 Ml, Disposable, Sterile, 100 Pieces/box General Requirements: • Valid And Current License To Operate From Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) Or Certificate Of Product Notification (cpn) Or If Exempted, Must Submit A Certificate Of Exemption From The Philippine Food And Drug Administration (p-fda) Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 35/piece Container, Sharps, Inner, With Counter Balanced Door, Clear With Biohazard Markings And Label, Nestable, 7.6 L, Per Piece General Requirements: • Product Brochure 17,509.80 2 1/box Indicator, Dry Steam Sterilization, Biological (geobacillus Stearothermophilus Spores) Self-contained Spore Carrier And Bacteriological Medium With Chemical Indicator, 24 Mins Read-out Time, Meets Ansi/aami/iso 11138‑1:2006/(r)2010, Ansi/aami/iso 11138‑3:2006/(r)2010 And En/iso 11138‑1:2006, En/iso 11138‑3:2006 Standards, 50 Pcs/box General Requirements: • Product Brochure/product Information (if Applicable) 57,000.00 3 6/box Syringe, 50 Ml, Disposable, Sterile, 100 Pieces/box General Requirements: • Valid And Current License To Operate From Philippine Food And Drug Administration (p-fda) • Valid And Current Certificate Of Product Registration (cpr) Or Certificate Of Product Notification (cpn) Or If Exempted, Must Submit A Certificate Of Exemption From The Philippine Food And Drug Administration (p-fda) 7,200.00 Delivery Period: Thirty (30) Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Date13 Jan 2025
Tender AmountPHP 81.7 K (USD 1.3 K)

DEPT OF THE ARMY USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Details: Request For Information for systems Engineering And Technical Assistance (seta) program Executive Office, Command, Control, Communications-network (peo C3n) project Manager Interoperability, Integration And Services (pm I2s) 20 December 2024 this Notice Serves As Market Research In Accordance With Far Part 10. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Is Not A Request For Proposals And No Contract Will Be Awarded From This Request For Information. introduction the Army Contracting Command, Aberdeen Proving Grounds (acc-apg) On Behalf Of The Program Executive Office, Command, Control, Communications-network (peo C3n), Project Manager Interoperability, Integration And Services (pm I2s) Is Issuing A Sources Sought Notice As A Means Of Conducting Market Research To Identify Interested Parties With The Capabilities And Resources To Support The Requirement For Program Management, Asset Management, Logistics, Information Security, Systems Engineering And Network Support. This Will Include Analysis, Operations And Software Engineering From Concept To Delivery To Customers In A Total System Environment. based On The Responses To This Rfi/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered. **please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. ** place Of Performance place Of Performance Is Primarily At A Government Facility Located At Aberdeen Proving Ground (apg), Maryland (md) And Fort Belvoir, Virginia (va). In Addition, The Contractor Shall Provide A Significant Number Of Services At Multiple Sites Within The Continental United States (conus) And Outside Of The Continental United States (oconus) Throughout The To’s Period Of Performance At The Locations Identified Below And Other Locations Directed By The Government. conus Locations Include: National Training Center, Ca, White Sands Missile Range, Nm, Ft. Huachuca, Az, Ft. Leonard Wood, Mo, Ft. Sill, Ok, Ft. Hood, Tx, San Antonio, Tx, Ft. Bragg, Nc, Ft. Belvoir, Va, Ft. Campbell, Ky, Ft. Knox, Ky, San Diego, Ca, Ft. Stewart, Ga, Ft. Gordon, Ga, Ft. Carson, Co, Ft. Bragg, Nc, Joint Base Lewis-mcchord, Wa, Ft. Riley, Ks, Ft. Drum, Ny, Ft. Polk, La, Ft. Bliss, Tx, Redstone Arsenal, Al, Ft. Meade, Md, Ft. Benning, Ga, Joint Base Mcguire-dix-lakehurst, Nj And The Pentagon, Washington D.c.. oconus Locations Include: Schofield Barracks, Hi, Ft. Shafter, Hi, Joint Base Elmendorf- Richardson, Ak, Ft. Wainwright, Ak, Ft. Buchanan, Puerto Rico, Germany, Republic Of South Korea (rok), Italy, Taiwan, Kuwait, Australia, New Zealand, Japan, Belgium, Canada, Poland, Turkey, American Samoa, Guam, U.s. Virgin Islands, United Kingdom And Any Contingency Operations. disclaimer this Rfi Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Are Issued. program Background pm I2s Has The Mission To Provide The Products And Services That Serve As Critical Enablers For The Army’s Tactical Communications And Data Network. Presently Pm I2s Consists Of Four (4) Functional Divisions And Six (6) Product Offices. Pm I2s Supports Military Commanders And Forces For An Array Of Command, Control, Communications, Computers, Intelligence, Surveillance, And Reconnaissance (c4isr) Tactical Network Infrastructure Capabilities Including Network Encryption, Network Management, Security Management, And Component Upgrades Of Hardware And Software. This Effort Incorporates Systems Engineering And Technical Assistance (seta) Support For All Pm I2s Projects And Programs. required Capabilities the Contractor Shall Provide Program Management, Asset Management And Logistics, Information Security, Systems Engineering, And Network Support To Include Analysis, Operations, Software Engineering From Concept To Delivery To Customers In A Total System Environment. The Scope Includes Network Management, Training And Technical Services In Support Of Pm I2s Products And Programs, For Current And Future C4isr Tactical Network Infrastructures. the Contractor Shall Plan, Test, Configure, Produce, Field, Integrate, Install, Secure, Manage, Upgrade, And Support Multiple Products And Components. This Effort Provides Hardware, Software, Network Engineering Support For The Planning Of Research, Design, Execution, And Coordination For Efforts Including C4isr Missions And Equipment, System Of Systems Network Interoperability, System Architectures, Platform System Integration And System Security. The Contractor Shall Provide These Services For The Department Of Defense (dod), Federal Agencies, Countries Under The Five Eyes (fvey) Alliance And Coalition Partners’ Tactical Communications And Data Network Capabilities That Are Supported By Peo C3t And Pm I2s Current And Future Organizations. the Contractor Shall Provide Business Management Services By Providing Specialized Expertise That Includes Program, Budget And Cost Analysis, Acquisition, Finance, And Accounting Services. Operations Support Which Includes Information Technology (it), Knowledge Management, Sharepoint, Property, Facilities, Security, Operations, And Executive Administration (ea) Support. Readiness Management Support Which Includes The Development Of Products Support Strategies, Sustainment, Coordinates And Prioritizes The Planning, Training And Fielding For Pm I2s Products. special Requirements a Dd Form 254 Contract Security Classification Specification Shall Apply To This Requirement And The Prime Contractor Shall Have Or Demonstrate Ability To Obtain The Required Facility Clearance: Secret safeguarding Required: Secret sensitive Compartmented Information (sci): Not Applicable government Furnished Property Management Plan ** The Estimated Period Of Performance Consists Of A Twelve (12) Month Base Period And Four (4) 12-month Option Periods, With Performance Commencing In Approximately Fiscal Year 2026. seta Request For Information Questionnaire: the Documentation Submitted In Response To This Rfi Announcement Must Address At A Minimum The Following Items: what Type Of Work Has Your Company Performed In The Past In Support Of The Same Or Similar Requirement? Including Contract Number(s), Organization(s) Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Value, Government Point Of Contact, And A Brief Description Of The Specific Task Areas In The Referenced Contract As It Relates To The Services Described Herein. Please Indicate Whether You Have Dod, C5isr, And Peo C3t Specific Experience. 2. Describe Your Company’s Understanding Of Pm I2s’ Product Portfolio And How Your Company’s Core Business Relates To The Product Portfolio. 3.describe Your Company’s Experience Providing Support Like That Of Pm I2s. 4. Describe Your Company’s Approach To On Ramp And Off Ramp Pm I2s’ Requirement, Provide A Smooth Transition Of Work, Approach To Recruit And Hire The Required Professionals To Include Screening, Examining, Selection, Hiring, Orientation, Training, Assigning, Supervising, Evaluating, And Processing Of Professionals To Accomplish Contract Requirements To Ensure Top-quality Personnel Are Ready To Support On First Day Of Period Of Performance. 5. What Specific Technical Skills Does Your Company Possess Which Ensure Its Capability To Perform The Tasks? 6. Has Your Company Managed A Team Of Subcontractors Before? If So, Describe Your Company’s Subcontracting Management Plan. 7. Include In Your Response Your Ability To Meet The Required Facility And Safeguarding Requirements. 8. Responses Should Also Include A Cover Letter (not Included In The Page Count) Providing: a. Point Of Contact Information To Include: Company Name, Contact Name, Company Address, Website (if Available), Contact Phone Number, And Contact Email Address. b. Your Intention Of Being A Prime Or A Subcontractor c. Your Company’s Experience In Performing This Type Of Effort Or Similar Type Of Effort (to Include Size And Complexity) And A Brief Description Of Your Direct Support Of The Effort. d. Cage Code respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service Disabled Veteran-owned Small Business Concern. If So, Will You Bid As A Prime Or Subcontractor Or In A Teaming Arrangement? a. If More Than 50 Percent Of Subcontracting Or Teaming Is Anticipated, Please Address The Administrative And Management Structure Of Such Arrangements. b. Please Provide The Estimated Percentage Of The Work To Be Performed By The Offeror And By Your Proposed Subcontractor. submission Details all Questions And/or Capability Statements Shall Be Submitted In Either Ms Word Or Pdf Format, Via Email To Contract Specialist, Sophie Rapo At Sophie.d.rapo.civ@army.mil And Contracting Officer Ronald Hughes At Ronald.e.hughes28.civ@army,mil, Nlt 21 January 2025 @ 1700, Eastern Standard Time (est). do Not Include And Company Identifying Marks In Your Questions, As The Questions And Answers May Be Released To All Interested Vendors. Only Electronic Submissions Are Being Accepted Currently. Responses To This Rfi Shall Be Limited To 10 Pages Maximum.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n712.11|ae6|717-605-5192|christian.d.spangenberg2.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|combo||na|n00104|na|na|see Schedule|see Schedule|||na|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|334419|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Crowbar Assembly . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |n |121116|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Crowbar Assembly Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;04801 900-12101-1; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Municipality Of Mercedes, Camarines Norte Tender

Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For The Installation Of Barangay Streetlights For Brgy. 1, Brgy. Hinipaan, Brgy. Cayucyucan, Brgy. Masalonsalong, Mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The 20% Municipal Development Fund 2025 Intends To Apply The Sum Of Four Hundred Ninety-eight Thousand Six Hundred Sixty Pesos Only (php498,660.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Installation Of Barangay Streetlights For Brgy. 1, Brgy. Hinipaan, Brgy. Cayucyucan, Brgy. Masalonsalong, Mercedes, Camarines Norte - Identification Number 8911-25-01-0018. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Installation Of Barangay Streetlights For Brgy. 1, Brgy. Hinipaan, Brgy. Cayucyucan, Brgy. Masalonsalong, Mercedes, Camarines Norte As Follows: Item No. Qty Unit Description Installation Of Barangay Streetlights - Barangay 1 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Installation Of Solar Streetlights - Barangay Hinipaan 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Installation Of Solar Streetlights - Barangay Cayucyucan 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Installation Of Solar Streetlights - Barangay Masalongsalong 1 2 Pcs 1/2" Phenolic Plywood 2 8 Pcs 2"x3"x12' Cocolumber 3 12 Pcs 2"x2"x12' Cocolumber 4 2 Kgs Cw Nail 1 1/2" 5 2 Kgs Cw Nail 2" 6 2 Kgs Cw Nail 3" 7 10 Bags Portland Cement 8 1.5 Cu.m. Washed Sand 9 1.5 Cu.m. Ornigon 10 14 Pcs 12mmø X 6m Dsb 11 12 Pcs 10mmø X 6m Dsb 12 4 Kgs # 16 G.i. Tie Wire 13 10 Pcs Solar Led Streetlight 150watts 14 5 Pcs 2"ø G.i. Pipe Sch 40 15 4 Pcs 1 1/2"ø G.i. Pipe Sch 40 16 1 Gal Epoxy Primer 17 1 Gal Lacquer Thinner 18 5 Pcs Paint Brush 2" 19 3 Pcs Grinding Disk 4" 20 10 Pcs Cutting Disk 4" 21 3 Pcs Hacksaw Blade 22 5 Kgs Welding Rod Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Sixty (60) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 25, 2025 Until 8:30 Am Of February 3, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only Php500.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 8:30am February 3, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:00 Am Of February 3, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 9. The Local Government Unit Of Mercedes, Camarines Norte, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 11. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph January 24, 2025 ________________________________ Macario B. Totanes Bac Chairman
Closing Date3 Feb 2025
Tender AmountPHP 498.6 K (USD 8.5 K)
9981-9990 of 10000 archived Tenders