B ClassifiedAds 4 The Manila Times WEDNESDAY Republic of the Philippines
Provincial Government of Laguna BIDS AND AWARDS COMMITTEE (BAC) New Capitol Bldg., Sta. Cruz, Laguna Tel. Nos. (049) 501-1001 / 501-3402
INVITATION TO BID 285
Name of Project Location
Brief Description
Approved Budget For the Contract Delivery Period
: Medical Supplies for Public Health Service for Rural Health Units : Sta. Cruz, Laguna
: Various Medical Equipment : P3,698,540.00 : 10 Calendar Days
The Provincial Government of Laguna, with the corresponding budget for the contract approved by the Honorable Sangguniang Panlalawigan of Laguna for the year 2010 intends to apply the above-cited sum(s), being the Approved Budget for the Contract (ABC) to payments under the above-cited contract. Bids received in excess of the ABC shall be automatically rejected at bid opening. The Provincial Government of Laguna now invites bids for the above-cited Goods to be procured. Delivery of the Goods is required within the above-cited delivery period/ contract duration. Bidders should have completed as of the date of submission and receipt of bids and/or within a period of two (2) years, 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 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, 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 and subject to Commonwealth Act 138. Interested bidders may obtain further information from the Provincial Government of Laguna and inspect the Bidding Documents at the address given below during regular office hours.
The complete schedule of BAC activities is listed, as follows: Activities
1. Issuance of Bid Documents & Eligibility Requirements 2. Pre-Bid Conference 3. Opening of Bids 4. Bid Evaluation
5. Post-qualification 6. Notice of Award
December 9, 2010
December 10, 2010 11:00 A.M. Administrator’s Office Conference Room December 23, 2010 11:00 A.M. Administrator’s Office Conference Room December 23, 2010
Administrator’s Office Conference Room
December 28, 2010 11:00 A.M. Administrator’s Office Conference Room December 29, 2010
A complete set of Bidding Documents may be purchased by interested Bidders on the scheduled date from the address below and upon payment of a nonrefundable fee for the Bidding Documents in the amount stated in the Schedule of Prices. The Provincial Government of Laguna will hold a Pre-Bid Conference on the scheduled date and venue, which shall be open to all interested parties who have purchased the Bidding Documents. Bids must be delivered to the address below on December 22, 2010. All bids must be accompanied by a bid security in any of the acceptable forms with the corresponding required amount. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the scheduled venue. Late bids shall not be accepted. The Provincial Government of Laguna reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.
For further information, please inquire from:
MRS. MA. NONA A. BONDAD / MR. SAMUEL A. FUERTES Supply Officer IV/TWG-BAC / Supply Officer II/TWG-BAC Provincial General Services Office (GSO) Tel. No. 049 501 1108
MT – Dec. 08, 2010
(Sgd.) ATTY. SHERWIN MARC ARCEGA LINDO BAC Chairman
Schedule D e cember 8, 2010
REPUBLIC OF THE PHILIPPINES CITY GOVERNMENT OF PASIG
INVITATION TO APPLY FOR ELIGIBILITY AND TO BID The City Government of Pasig through its Bids and Awards Committee (BAC) invites suppliers/manufacturers/distributors/contractors to apply for eligibility
and to bid for the hereunder project: Quantity
Unit 1 Lumpsum Brief Description of Goods
Various hardware and construction supplies and materials - (cement, paint, pvc pipe etc...)
ABC for the Contract P 5,788,116.70
Only suppliers duly registered and accredited with the City Government of Pasig may be allowed to participate in the submission of eligibility requirements. The City Government of Pasig assumes no obligation whatsoever to compensate or indemnify the bidders for any excuse that they may incur in the
preparation of their bids. The City Government of Pasig also reserves the right to reject any of all bids to waive any defects found therein and to accept the bid most advantageous to the government.
Prospective bidders should have experience in undertaking a similar project within the last two (2) years with an amount of at least 50% of the proposed
project for bidding. The Eligibility Check/Screening as well as the Preliminary Examination of Bids shall use non-discretionary “pass/fail” criteria. Post qualification of the lowest calculated bid shall be conducted.
All particulars relative to post-qualification/eligibility, bid security, performance security, pre-bid conference, bid opening, bid evaluation and award
shall be governed by the provisions of RA 9184, and its Implementing Rules and Regulations. The complete schedule of activities is listed, as follows: Activities
1. Pre-bid Conference 2. Issuance of Bid Documents 3. Submission and Opening of Eligibility Req. Venue
PBAC 10:00 A.M., 4th Flr, Pasig City Hall G.S.O. after the pre-bid 10:00 A.M., BAC Office
Schedule
December 15, 2010 December 15, 2010 December 28, 2010
The winning bidders must deliver the said articles within ____________ calendar days from receipt of the Notice of Award/Purchase Order unless another period is authorized by the City Mayor or his representative.
The City Government of Pasig reserves the right to reject any and/or all bids, to waive defects or informalities therein, or to accept such bids as maybe
found advantageous to the government. For full particulars please see the undersigned at the Office of the City General Services 4th
Noted by: (SGD.) HON. ROBERT C. EUSEBIO
City Mayor
Note: For contracts to be bid with an approved budget of one million pesos [P1,000,000.00] or more, the BAC shall convene at least one [1] pre-bid conference to clarify and/or explain any of the requirements, terms, conditions and specifications stipulated in the bidding documents. For contracts to be bid costing less than one million pesos [P1,000,000.00], pre-bid conference may be conducted at the discretion of the BAC. Subject to the approval of the BAC, a pre-bid conference may also be conducted upon written request of any prospective bidder, [pursuant to Sec. 22.1 of RA 9184 and its IRR-A].
Postings: At any conspicuous place reserved for this purpose in the premises of the procuring entity concerned [Sec. 21 of IRRA. [RA 9184] City Hall Bulletin Board City Public Market Bulletin Board City Library Bulletin Board
MT – Dec. 8 2010 Flr., of the Pasig City Hall, Pasig City.
(SGD.) ENGR. JOSE L. REYES BAC Chairman
Republic of the Philippines Office of the President Housing and Urban
Development Coordinating Council
HOUSING AND LAND USE REGULATORY BOARD Region IV-A
N O T I C E PERPETUO T. LUCERO, JR.
MARRIED TO LOWELA B. LUCERO (Owner) and WELMANVILLE DEVELOPMENT CORPORATION (Developer) by virtue of a “Joint Venture Agreement” has filed with this Board a sworn registration statement for the sale of condominium units at TAGAYTAY HAMPTON VILLAS located at Brgy. Sungay East, Tagaytay City specifically described as Lot 4817-A and Lot 4817-B-6. The project is under PD 957.
All papers relative thereto
shall upon request and payment of processing fee is available for inspection during business hours by any person having legal interest thereon.
Absent legal impediment, the
above-cited project is deemed registered and a certificate in evidence thereof shall forthwith be issued after five (5) days from last day of publication.
Calamba City, Laguna. 22 November, 2010.
(SGD.) Arch’t. ANTONIO B. DECATORIA, SR. Director
M.T. Dec. 1 & 8, 2010 Medju managers
A Greenhills based boutique / dress shop has job opening for the ff:
EXECUTIVE ASSISTANT SALES AND MARKETING
Qualifications: · College graduate · W/minimum of 2 yrs working experience handling a boutique shop, RTW & other fashion accessories sales.
DRESS SEWERS
Qualifications: · With minimum of 3 years working experience. · Can start immediately
ACCOUNTANT
Qualifications: · Minimum of five years working experience · Can start immediately
DRESS CUTTER
Qualifications: · With minimum of 3 years working experience. · Can start immediately
BOUTIQUE STORE SUPERVISOR
Qualifications: · Female · At least 2 yrs. working experience · Can start immediately
Email to
foxsquareman@yahoo.com
REPUBLIC OF THE PHILIPPINES NATIONAL CAPITAL REGION REGIONAL TRIAL COURT BRANCH 144
CITY OF MAKATI
IN RE: PETITION FOR ADOPTION OF THE MINORS KYL AND NYL (Both surnamed ARNUCO),
SP. PROC. NO. M-7012 REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS NATIONAL CAPITAL REGION
FIRST METRO-MANILA ENGINEERING DISTRICT WEST BANK ROAD, MANGGAHAN FLOODWAY ROSARIO, PASIG CITY
TELEPHONE NO. 641-07-12 * 641-07-13 * 641-23-70 * 641-44-08 FAX NO. 641-2370
INVITATION TO BID The Bid and Awards Committee (BAC) of First Metro Manila Engineering District, NCR,
through the GAA-2010, invites contractors to bid for the aforementioned project: 1. Contract ID:
0100B0240
Contract Name: Repair and Rehabilitation of Polytechnic University of the Philippines San Juan Annex Campus Building, San Juan City
Contract Location: San Juan City Scope of Work: Repair / Rehabilitation Approved Budget for the Contract (ABC): Php10,000,000.00 Contract Duration: 150 Calendar Days
2. Contract ID: 0100B0241
Contract Name: Rehabilitation/Re-Construction/Upgrading of Damaged Pavement at A. Bonifacio Avenue, Marikina City, 1st
District
Contract Location: Marikina City Scope of Work: Rehabilitation/Re-Construction/Upgrading Approved Budget for the Contract (ABC): Php10,000,000.00 Contract Duration: 60 Calendar Days
3. Contract ID: 0100B0242
Contract Name: Rehabilitation/Re-Construction/Upgrading of Damaged Pavement at A. Bonifacio Avenue, Taguig City, 2nd
District
Contract Location: Taguig City Scope of Work: Rehabilitation/Re-Construction/Upgrading Approved Budget for the Contract (ABC): Php10,000,000.00 Contract Duration: 90 Calendar Days
4. Contract ID: 0100B0243
Contract Name: Construction of the Department of Education Interim City Schools Division Office Building, San Juan City
Contract Location: San Juan City Scope of Work: Construction Approved Budget for the Contract (ABC): Php9,500,000.00 Contract Duration: 150 Calendar Days
The BAC will conduct the procurement process in accordance with the Revised IRR of
R.A. 9184. Bids in excess of the ABC shall be automatically reject at opening of bid. To bid for this contract, a contractor must submit a Letter of Intent (LOI) upon payment
of non-refundable fee of ONE THOUSAND PESOS ONLY (Php1,000.00) and must meet the following major criteria: (a) prior registration with DPWH, (b) Filipino citizen or 75% Filipino-owned partnership, corporation, cooperative, or joint venture, (c) with PCAB license applicable to the type and cost of this contract, (d) completion of a similar contract costing at least 50% of ABC within a period of 10 years, and (e) Net Financial Contracting Capacity at least equal to ABC, or credit line commitment for at least 10% of ABC. The BAC will use non-discretionary pass/fail criteria in the eligibility check, preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH-POCW Central Office before the deadline for the receipt of LOI. The DPWH POCW-Central Office will only process contractor’s applications for registration, with complete requirements, and issue the Contractor’s Certificate of Registration (CRC). Registration Forms may be downloaded at the DPWH website
www.dpwh.gov.ph.
The significant times and deadlines of procurement activities are shown below: 1. Receipt of LOIs from Respective Bidders
2. Issuance of Bidding Documents 3. Pre-Bid Conference 4. Receipt of Bids 5. Opening of Bids
December 06-21, 2010 December 06-28, 2010 December 14, 2010
December 28, 2010 before 2:00 PM December 28, 2010 after 2:00 PM
The BAC, will issue hard copies of Bidding Documents (BD’s) at First Metro Manila Engineering District, Westbank Road, Manggahan Floodway, Rosario, Pasig City, upon payment of non-refundable fee of FOUR THOUSAND PESOS ONLY (Php4,000.00). Prospective bidders may also download the BD’s, if available from the DPWH website. Prospective bidders that will download the BD’s from the DPWH website shall pay the said fees on or before the submission of their bid documents. The Pre-Bid conference shall be open only to interested parties who have purchased the BD’s. Bid must be accompanied by a bid security, in the amount and acceptable form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specified in the BD’s in two (2) separate sealed bid envelopes to the BAC Chairman. The first envelope shall contain the technical component of the bid, which shall include a copy of the CRC. The second envelope shall contain the financial component of the bid. Contract will be awarded to the Lowest Calculated Responsive Bid as determined in the bid evaluation and the post-qualification.
The First Metro Manila Engineering District, DPWH, NCR, reserves the right to accept or reject any or all bid, to annul the bidding process anytime prior Contract award, without incurring any liability to the affected bidders.
Approved by: (SGD.) CASIANO P. DE GUZMAN BAC Chairman
Noted: (SGD.) ROBERTO S. NICOLAS District Engineer
MT – Dec. 08, 2010 To advertise at
email us at
advertising@manilatimes.net or call 524-5664 to 67
TIEZA
Tourism Infrastructure and Enterprise Zone Authority INVITATION TO BID
Bidding for Infrastructure Project
PROPOSED SWIMMING POOL AT MORONG SPECIAL ECONOMIC ZONE, MORONG, BATAAN
Scope of work:
1. Swimming pool 2. Filter House 3. Electrical Works
The Tourism Infrastructure and Enterprise Zone Authority, through the Approved Corporate
Budget, intends to apply the sum of Ten Million Pesos Only (P10,000,000.00), being the approved budget for the Contract (ABC), to payments under the contract for the PROPOSED SWIMMING POOL AT MORONG SPECIAL ECONOMIC ZONE, MORONG, BATAAN. Bids received in excess of the ABC shall be automatically rejected at Bid Opening.
The Tourism Infrastructure and Enterprise Zone Authority now invites bids for the said
project. Completion of the works is required approximately within 120 calendar days. Bidders should have completed, within ten (10) years period 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 non-
discretionary pass/fail criteria as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (R.A. 9184), otherwise known as the “Government Procurement Reform Act” and is restricted to Filipino citizens/sole proprietorships, partnership, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
Enterprise Zone Authority and inspect the Bidding Documents at the address given below from 8:00 a.m. to 5:00 p.m. at BAC Secretariat, Room 621, 6th
Interested Bidders may obtain further information from Tourism Infrastructure and Floor, DOT/TIEZA Bldg., T.M.
Kalaw St., Ermita, Manila with Telephone Number 524-28-70/525-30-20/524-71-41 loc 351.
A complete set of Bidding Documents may be purchased by interested Bidders on December
8, 2010-January 5, 2011, at 8:00 a.m. – 5:00 p.m. and on January 6, 2011 from 8:00 a.m. to 12:00 noon from the above-mentioned address and upon payment of a non-refundable fee in the amount of P10,000.00. The Bidding Documents shall be received personally by the prospective Bidders or his authorized representative.
It may also be downloaded free of charge from the website of the Philippine Government
Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids.
The Tourism Infrastructure and Enterprise Zone Authority will hold a Pre-Bid Conference on December 16, 2010 at 2:00 p.m. at Room 621, 6th
Floor, DOT Bldg., T.M. Kalaw St.,
Ermita, Manila, which shall be open only to all interested parties who have purchased the Bidding Documents.
Bids and eligibility requirements must be delivered to the address below on or before
January 6, 2011 at 2:00 p.m. All bids must be accompanied by a Bid Security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bid opening shall be on January 6, 2011, 2:00 p.m. at the TIEZA Library, Rm. 621. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.
Interested Bidders must submit their LOIs with application for eligibility with attached
copy of PCAB Contractor’s license. Required PCAB License
and Registration Particulars Novomed Inc MEDICAL REPRESENTATIVE
QUALIFICATIONS: · College Graduate / Undergraduate · Male/Female · Not more than 32 years old · Preferably with 2 years experience · With pleasing personality · Applicant must be resident of Baguio, La Union,Quezon Province and Cavite
Interested applicant may send their resume at
cocoysay@yahoo.com
Bodypro Care International Inc. SALES REPRESENTATIVES
Qualifications: · Female, Marketing graduate and experienced in selling cosmetic products · Results oriented, aggressive with strong personality.
Email your resume with photo to:
bodyprocare@yahoo.com
or apply in person to: Bodypro Care Int’l Inc.
Rm. 701, Antel Global Corporate Center, #3 Julia Vargas Ave. Brgy. San Antonio, Pasig City
: Category C & D : Small B-Building
The Tourism Infrastructure and Enterprise Zone Authority reserves the right to accept or
reject any Bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders.
For further information, please refer to:
MS. RACHEL E. VALDEZ Head, BAC Secretariat Room 621, 6th
Floor
Tourism Infrastructure and Enterprise Zone Authority DOT Bldg., T.M. Kalaw St., Ermita, Manila Tel.: 524-28-70/ 525-30-20/ 524-71-41 loc 351 Fax: 524-21-32
http://www.philtourism.gov.ph
MT – Dec. 8, 2010
(SGD.) ATTY. TEODORO M. HERNANDEZ BAC Chairman
Scope of work:
1. Rehabilitation Works at Lagoon Nos. 3, 4, 5, 8, 10 & 15 2. Golf Cart path at Hole No. 10-17 3. Concreting of Starter House Perimeter 4. Declogging & Rehabilitation of Drainage System
The Tourism Infrastructure and Enterprise Zone Authority, through the Approved Corporate
Budget, intends to apply the sum of Fifteen Million Pesos Only (P15,000,000.00), being the approved budget for the Contract (ABC), to payments under the contract for the VARIOUS IMPROVEMENT WORKS AT CLUB INTRAMUROS GOLF COURSE, INTRAMUROS, MANILA. Bids received in excess of the ABC shall be automatically rejected at Bid Opening.
The Tourism Infrastructure and Enterprise Zone Authority now invites bids for the said
project. Completion of the works is required approximately within 120 calendar days. Bidders should have completed, within ten (10) years period 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 non-
discretionary pass/fail criteria as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (R.A. 9184), otherwise known as the “Government Procurement Reform Act” and is restricted to Filipino citizens/sole proprietorships, partnership, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
Zone Authority and inspect the Bidding Documents at the address given below from 8:00 a.m. to 5:00 p.m. at BAC Secretariat, Room 621, 6th
Interested Bidders may obtain further information from Tourism Infrastructure and Enterprise Floor, DOT/TIEZA Bldg., T.M. Kalaw St.,
Ermita, Manila with Telephone Number 524-28-70/525-30-20/524-71-41 loc 351. A complete set of Bidding Documents may be purchased by interested Bidders on December
8, 2010-January 5, 2011, at 8:00 a.m. – 5:00 p.m. and on January 6, 2011 from 8:00 a.m. to 12:00 noon from the above-mentioned address and upon payment of a non-refundable fee in the amount of P15,000.00. The Bidding Documents shall be received personally by the prospective Bidders or his authorized representative.
It may also be downloaded free of charge from the website of the Philippine Government
Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids.
The Tourism Infrastructure and Enterprise Zone Authority will hold a Pre-Bid Conference on December 16, 2010 at 2:00 p.m. at Room 621, 6th
Floor, DOT Bldg., T.M. Kalaw St.,
Ermita, Manila, which shall be open only to all interested parties who have purchased the Bidding Documents.
Bids and eligibility requirements must be delivered to the address below on or before
January 6, 2011 at 2:00 p.m. All bids must be accompanied by a Bid Security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bid opening shall be on January 6, 2011, 2:00 p.m. at the TIEZA Library, Rm. 621. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.
Interested Bidders must submit their LOIs with application for eligibility with attached
copy of PCAB Contractor’s license. Required PCAB License
and Registration Particulars
: Category C & D : Small B-Building
The Tourism Infrastructure and Enterprise Zone Authority reserves the right to accept or
reject any Bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders.
For further information, please refer to:
MS. RACHEL E. VALDEZ Head, BAC Secretariat Room 621, 6th
Floor
Tourism Infrastructure and Enterprise Zone Authority DOT Bldg., T.M. Kalaw St., Ermita, Manila Tel.: 524-28-70/ 525-30-20/ 524-71-41 loc 351 Fax: 524-21-32
http://www.philtourism.gov.ph
MT – Dec. 8, 2010
(SGD.) ATTY. TEODORO M. HERNANDEZ BAC Chairman
, MT – Dec. 8, 15 & 22, 2010
SPOUSES PATRICK MARIA HUBERTUS CONSTANTINUS NIJSTERS and LEONILA DELA CRUZ ARNUCO, JR.,
Petitioners.
x———————————————x AMENDED ORDER
Spouses Patrick Maria Hubertus Constantinus Nijsters and Leonila Dela Cruz
Arnuco, Jr. filed before this Court a Petition for Adoption of the minors Kyl Arnuco and Nyl Arnuco on 26 August 2010.
Finding the petition sufficient in form and in substance, the same is herein
given due course. Set the initial hearing of this case on 17 January 2011 at 1:30 p.m. before this
Court located at the 10th Floor of Makati City Hall, Makati City.
Petitioners are directed to publish this Order once a week for three (3) consecutive weeks in a newspaper of general circulation, prior to the initial hearing.
Court Social Worker Preciousa Macapuso is directed to prepare a Child and Home Study Report and submit the same at least a week before the hearing. In addition, Ms. Macapuso is also directed to conduct counseling sessions with the petitioners.
Petitioners, in turn, shall see to furnishing the Office of the Solicitor General
and the Office of the City Prosecutor of Makati City with a copy of the Petition and shall submit proof of compliance to the foregoing within five (5) days from receipt hereof.
SO ORDERED.
In Chambers, City of Makati. 15 November 2010.
(SGD.) ANDRES BARTOLOME SORIANO Acting Presiding Judge
Please e-mail your resume at
hrd@manilatimes.net or you may apply personally at DAAA Building, 409 A. Soriano Avenue, Intramuros, Manila (formerly TRB Building) or you may call 524-5664 local 217 and look for SJ.
Requirements: · Graduate of any 4-year course · Male/Female, not more than 30 years old · Must have pleasing personality · With 2-3 years sales or account management experience · With good communication and interpersonal skills · Must have excellent negotiation skills and can handle pressure · Driven, resourceful, results-oriented · Willing to do fieldwork
ACCOUNTING ASSISTANT
Requirements · Female · BS Accounting graduate · Minimum of 2 years experience is an advantage · Computer Literate · With good communication and interpersonal skills · Must have excellent negotiation skills and can handle pressure · Driven, resourceful, results-oriented
WANTED IMMEDIATELY
The Manila Times Publishing Corporation is in need of the following:
ACCOUNT EXECUTIVES
Timberland Sport and Nature Club BANQUET SALES COORDINATOR
· 22 – 25 years old · Graduate of HRM or any related course · Preferably with at least 1 – 2 years work experience as a Banquet Sales Coordinator in hospitality or restaurant industry · Professional with effective communication skills (verbal, written & listening) · Has strong organizational skills with attention to details · Has general computer proficiency (MS Word, MS Excel, PowerPoint) · Willing to work at San Mateo, Rizal (20 mins. away from Commonwealth Ave., Quezon City)
HRD STAFF (Position shall be based on qualifications)
· Graduate of BS Psychology or AB Psychology · Has knowledge in all facets of Human Resources ·
Management and Development. ·
For supervisory position, at least with 7 years work experience in Human Resources For clerk / Assistant position, preferably 1 – 2 years related work experience;
though fresh graduates may also apply · Proficient in MS Office applications (word, excel, PowerPoint) · Has excellent communications (oral & written) and interpersonal relation skills · Applicants will be screened based on qualifications · Willing to work in San Mateo, Rizal (20 mins. away from Commonwealth Ave., Quezon City)
ACCOUNTING STAFF (3 vacant positions)
Position level shall be based on qualifications · Graduate of BS Accountancy (for 1 position- preferably has taken the CPA Board Exam) · Knowledgeable in reports preparation to government agencies such as SEC, BIR and other local government agencies for purposes of permits and licenses. · Experience in FS preparation, bookkeeping, payroll, and other general accounting work · Proficient in MS Office applications (word and excel) · Has excellent written and oral communications skill · Willing to work at San Mateo, Rizal (20 mins. away from Commonwealth Ave., Quezon City)
*GRADUATES OF HOTEL & RESTAURANT MANAGEMENT (HRM) or CULINARY ARTS, VOCATIONAL or COLLEGE LEVEL (HRM or CULINARY COURSE)
*OR APPLICANTS WITH EQUIVALENT EXPERIENCE IN HOTEL & FINE DINING RESTAURANTS · May be assigned in future vacancies in any of the following departments: Front Office, Food & Beverage – Service, Food & Beverage – Kitchen, Housekeeping, and Sports and Recreation · Willing to work at San Mateo, Rizal (20 mins. away from Commonwealth Ave., Quezon City)
For qualified applicants, email your resume at
rlandclub.com”
recruitment@timberlandclub.com, you may also call 793-5700 local 5813 (c/o Maan) and local 5719 (c/o Roselle). Visit our web site:
www.timberlandclub.com
TIEZA
Tourism Infrastructure and Enterprise Zone Authority INVITATION TO BID
Bidding for Infrastructure Project
VARIOUS IMPROVEMENT WORKS AT CLUB INTRAMUROS GOLF COURSE, INTRAMUROS, MANILA
Page 1 |
Page 2 |
Page 3 |
Page 4 |
Page 5 |
Page 6 |
Page 7 |
Page 8 |
Page 9 |
Page 10 |
Page 11 |
Page 12 |
Page 13 |
Page 14