Advertisement Tenders

Advertisement Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 9.7 Million (USD 168.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman, Camarines Sur Invitation To Bid For 25ff0020- Oo1: Network Development Program- Off-carriageway Improvement- Tertiary Roads- Naga- Carolina- Panicuason Rd- K0438+(-626)- K0438+(-465), Naga City, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy-2025 Intends To Apply The Sum Of Php 9,799,971.61 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0020- Oo1: Network Development Program- Off-carriageway Improvement- Tertiary Roads- Naga- Carolina- Panicuason Rd- K0438+(-626)- K0438+(-465), Naga City, Camarines Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 77 Cd. Bidders Should Have Completed 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). Procurement Id/contract Id: 25ff0020 Contract Name: Oo1: Network Development Program- Off-carriageway Improvement- Tertiary Roads- Naga- Carolina- Panicuason Rd- K0438+(-626)- K0438+(-465), Naga City, Camarines Sur Brief Description: Construction Of Concrete Road With Drainage Approved Budget For The Contract (abc): Php. 9,799,971.61 Source Of Funds: Nep Fy-2025 Contract Duration: 77 Calendar Days Cost Of Bidding Documents: P 10,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 19, 2024 To January 7, 2025 From Given 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 10,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024, 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am. 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 15. 8. Bid Opening Shall Be On January 7, 2025 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 19, 2024- January 7, 2025 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 9.8 Million (USD 170.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0023 – Bip: Flood Mitigation Structures Protecting Public Infrastructures/facilities – Construction Of Flood Mitigation Structure, Zone 6, Barangay San Francisco, Canaman, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nepfy 2025 Intends To Apply The Sum Of Php 9,899,919.34 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0023- Bip: Flood Mitigation Structures Protecting Public Infrastructures/facilities – Construction Of Flood Mitigation Structure, Zone 6, Barangay San Francisco, Canaman, Camarines Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 132 Cd. Bidders Should Have Completed 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). Procurement Id/contract Id: 25ff0023 Contract Name: Bip: Flood Mitigation Structures Protecting Public Infrastructures/facilities – Construction Of Flood Mitigation Structure, Zone Barangay San Francisco, Canaman, Camarines Sur Brief Description: Construction Of Revetment Approved Budget For The Contract (abc): Php. 9,899,919.34 Source Of Funds: Nep Fy 2025 Contract Duration: 132 Calendar Days Cost Of Bidding Documents: P 10,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 7, 2025 From Given 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 10,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am 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 15. 8. Bid Opening Shall Be On January 7, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 7, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer

City Of Panabo Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 740.2 K (USD 12.6 K)
Details: Description Republic Of The Philippines City Of Panabo Province Of Davao Del Norte -o0o- Request For Quotation Negotiated Procurement-two Failed Biddings Supply And Delivery Of Hybrid Solar Power System And Other Supplies For City Engineer’s Office (1st Posting) 1. The City Of Panabo, Through Appropriation Ordinance No.58, Series 2023-capital Outlay-ceo-water System Project Development (water Supply System) Intends To Apply The Sum Of Seven Hundred Forty Thousand Two Hundred Pesos Only (php 740,200.00) Being The Abc To Payments Under Contract For On Supply And Delivery Of Hybrid Solar Power System And Other Supplies For City Engineer’s Office (1st Posting). Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. The Goods To Be Supplied And Delivered Are Described Below: Lot No. Description Approved Budget For The Contract (abc) Unit Price Quantity Total 1 Supply And Delivery Of Hybrid Solar Power System And Other Supplies For City Engineer’s Office (1st Posting) ₱ 740,200.00 Various ₱ 740,200.00 Total: ₱ 740,200.00 2. The City Of Panabo Now Invites Bids For Supply And Delivery Of Hybrid Solar Power System And Other Supplies For City Engineer’s Office (1st Posting). Delivery Of The Goods Is Required Within Seven (7) Days Upon Receipt Of Purchase Order. Fob-destination: Panabo City, Philippines. Bidders Should Have Completed, Within Ten (10) 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. Negotiated Procurement Under Two-failed Bids Will Be Conducted Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a 9184), Otherwise Known As The “government Procurement Reform Act”. The Said Procurement Activity Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organization With At Least Seventy-five Percent (75%) Interest Outstanding Capital Stocks Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Of Panabo And Inspect The Bidding Documents At The Address Given Below During 9:00 Am To 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 07, 2025 To January 20, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos Only (₱ 1,000.00). 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. In The Bid Price Tendered By The Bidder, The Business Tax, Retention Money, Performance Security And Other Withholding Taxes Due To The Government Must Be Considered Or Included. 7. The Schedule Of The Bidding Activities Are As Follows: Activities Schedule Advertisement/posting Of Request For Quotation January 6, 2025 Availability Of Request For Quotation January 7, 2025 Pre- Negotiation Conference January 14, 2025 , 2:00 Pm At Clo/bac Conference Room, 2nd Floor Submission Of Eligibility Documents January 20, 2025 , 2:00 Pm At Bac Office, 3rd Floor, New City Hall Bldg. Opening Of Quotations January 20, 2025 , 2:00 Pm At Clo/bac Conference Room, 2nd Floor New City Hall Bldg. 8. The City Of Panabo Will Hold A Pre-negotiation Conference On January 14, 2025, 2:00 Pm At Clo/bac Conference Room, 2nd Floor New City Hall, J.p. Laurel, Panabo City Through Video Conferencing Via Google Meet Which Shall Be Open To Prospective Bidders. Coordinate With The Bac Secretariat For The Procedure Thereof. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office, 3rd Floor, New City Hall, J.p. Laurel, Panabo City On Or Before January 20, 2025 At 2:00 Pm. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. Bid Opening Shall Be On January 20, 2025, 2:00 Pm At Clo/bac Conference Room, 2nd Floor New City Hall, J.p. Laurel, Panabo City Which Can Be Viewed Online Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Bidder Shall Provide And/or Submit To The Bac Secretariat Its Official Email Address, To Which All Communications From The Bac Secretariat Shall Be Sent. All Letters/notices Sent To The Official Email Address Shall Be Considered As Sufficient Notice On The Part Of The Bidder. 13. Bidders Shall Submit Their Bids In Two (2) Separate Sealed Bid Envelopes Containing The Original Copy, Copy 1 And Copy 2. The First Shall Contain Technical Component Of The Bid Including The Eligibility Requirements Mentioned Under Item No. 12 Of This Invitation Marked As “ Technical Component” While The Second Envelope Shall Contain The Financial Component Of The Bid Marked As “financial Component” As Stated Under Itb Section 15 Of The 6th Edition Of Philippine Bidding Documents And Cited Under Section 25.1 Of The 2016 Revised Irr. 14. The Eligibility Documents Under The First And Second Envelopes Of The Bid Shall Be Required To Be Properly Tabbed/labelled And Soft Bound Or Fastened/glued Together For Ease Of Evaluation Of Said Eligibility Documents And To Avoid Any Misplacement Of The Contents Of The Bid Envelopes To Which The Committee Shall Assume No Responsibility With. 15. The Bidder Must Submit Duly Signed And/or Certified Class “a” Legal, Technical & Financial Eligibility Documents As Stated In Section 23.1 Of The Irr During Bid Submission 16. The City Of Panabo 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. 17. For Further Information, Please Refer To: Ms. Jonelie L. Collado Bac Head Secretariat (084) 822-2209/bacpanabo2@gmail.com New City Hall, J.p. Laurel, Panabo City 18. You May Visit The Following Website: For Downloading Of Bidding Documents: Www.philgeps.gov.ph. Date Of Issue: January 06, 2025 Sgd Atty. Chervin C. Paculanang Bids And Awards Committee Chairperson

City Of Pagadian Tender

Furnitures and Fixtures
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-200-5-02-03-990/2saip24-1000-rf- 2e-2f-2g (other Supplies Expenses) With An Approved Purchase Request Nos. 178 Pagadian City, As Described Below: Pbg-2025-01-11 Procurement Of Supplies & Materials For The Use Of Poloyagan Beach Resort, Palpalan Viewing Deck & Water Park, In This City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 20 Units Executive Office Table With Auxilliary Cabinet H: 1400cm W: 800cm L: 750cm 14,976.00 299,520.00 2 10 Units Executive Office Table With Auxilliary Cabinet H: 1600cm W: 800cm L: 750cm 18,816.00 188,160.00 3 4 Units Executive Office Table With Auxilliary Cabinet H: 1800cm W: 800cm L: 750cm 20,736.00 82,944.00 4 4 Units Nordic Coffee Dining Table 4,784.00 19,136.00 5 2 Units Curved Deck (3.8m Arc( Leather Chair 41,200.00 82,400.00 6 2 Units Stone Plate Dining Table (1 Meter Round Table) 13,800.00 27,600.00 7 25 Pcs Polysterfabric Modern Style Table Cloth Size: 2.4cmx0.75cmx0.74cm 7,856.00 196,400.00 8 2 Pcs Polysterfabric Modern Style Table Cloth Size: 5.4cmx0.75cmx0.74cm 17,280.00 34,560.00 9 20 Units Dining Chair With Hardware Frame, High Density Sponge & With Fabric Finish 6,656.00 133,120.00 10 20 Units Elegant Dining Chair With Hardware Frame, High Density Sponge & With Fabric Finish 6,240.00 124,800.00 11 20 Units Aesthetic Dining Chair, Hardware Tripod, High Density Sponge, Leather Finish 3,648.00 72,960.00 12 2 Units Compy Leather Visitors Chair With Solid Woodframe, High Density Sponge, Anti-fouling & Scratch Resistant Leather 26,624.00 53,248.00 13 2 Units Wing Back Comply Leather Vip Chair With Solid Wood Frame, High Density Sponge, Ant-fouling & Scratch Resistant Leather 24,544.00 49,088.00 14 1 Set Table With Slate Countertop Hardware Tripod With Chairs Inclusion: 1 Table (140cmx80x75cm) 4 Chairs 39,520.00 39,520.00 15 20 Units Office Table With Drawer (1200cmx600cmx750cm) 6,560.00 131,200.00 16 5 Units Office Table With Drawer (1400cmx600cmx750cm) 7,392.00 36,960.00 17 12 Units Executive Office Chair (high Back) 9,360.00 112,320.00 18 10 Units Executive Conference Chair (high Back) 9,360.00 93,600.00 19 2 Units Liesure Outdoor Bed (size: 1900x600) 17,984.00 35,968.00 20 300 Pcs Wooden Interlocking Decking Flouring Tiles Anti-slip (300mmx300mm) Plastic Wood Material 544.00 163,200.00 21 300 Pcs Woodgrain Vineyl Tiles (300mmx300mm) Plastic Wood Material 544.00 163,200.00 22 6 Units Cast Iron Feet Bench With Anti-corrosive Wood With Backrest 16,224.00 97,344.00 23 2 Units Cast Iron Feet Bench With Anti-corrosive Wood Without Backrest 9,568.00 19,136.00 24 5 Units Stainless Square Table 60x60x75h 3,648.00 18,240.00 25 5 Units Stainless Steel Fixed Dining Round Table (60x75h) 3,648.00 18,240.00 26 1 Unit Hanging Hammock Swing (slim-type White) 11,440.00 11,440.00 27 1 Unit Hanging Basket, Heavy Duty 12,272.00 12,272.00 28 1 Unit Cane Bird's Nest Hanging Basket (white) 11,440.00 11,440.00 Grand Total 2,328,016.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). . Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 24,2025 To January 31,2025 2-issuance Of Eligibility Forms /bid Documents January 30,2025 To February 10,2025 3-pre-bid Conference January 30,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 11,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P3,900.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian 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. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication:january 24,2025 To January 31,2025

University Of The Philippines Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Invitation To Bid For Uplb-i-001-02-25 Supply, Delivery And Installation Of Airconditioning Units For Ipb & Ovcre 1. The University Of The Philippines Los Baños (uplb), Through The Uplb Trust Fund Intends To Apply The Sum Of One Million Three Thousand Two Hundred Forty Eight Pesos And 05/100 Only (php1,003,248.05) Being The Abc To Payments Under The Contract For Uplb-i-001-02-25 Supply, Delivery And Installation Of Airconditioning Units For Ipb & Ovcre. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Items Unit Abc Total Abc Air-conditioning And Air-conditioning Systems Lot 1 Php200,000.00 Php200,000.00 Air-conditioning And Air-conditioning Systems Lot 2 Php803,248.05 Php803,248.05 2. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid 08 January 2025 Issuance And Availability Of Bid Documents 09 January 2025 Pre-bid Conference 20 January 2025, 11:00 Am Deadline Of Submission Of Request For Clarification 23 January 2025 Last Day Of Issuance Of Bid Bulletin 27 January 2025 Deadline For Submission Of Bids 03 February 2025, 1:30 Pm Site Inspection C/o End-user 3. The University Of The Philippines Los Baños (uplb) Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days Upon Receipt Notice To Proceed. Bidders Should Have Completed, Within Ten Years (2014-2024) From The Deadline Of The Submission 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). 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. [select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184] A. [select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184 Do Not Exist:] Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. B. [select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184 Exists:] Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 5. Prospective Bidders May Obtain Further Information From Uplb Bac Secretariat Through Email At Irvillegas@up.edu.ph / Rgaquino1@up.edu.ph / Jmpunzalan2@up.edu.ph And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Bac Secretariat Starting On 09 January 2025 From The Given Address And Website(s) Below For A Non-refundable Bidding Documents Fee Amounting To Five Thousand Pesos (php 5,000.00) Only. Bidding Documents Fee Payment Shall Be Made Through Deposit Or On-line Transfer Of Fund To: Bank Name: Landbank Of The Philippines Los Baños Branch Account Number: 1892-1005-07 Account Name: Uplb Trust Project Fund Or Thru Landbank Link.bizportal. Uplb Cashier’s Office Shall Issue The Corresponding Official Receipt Which Can Be Claimed At Their Office Every Monday To Friday From 8:00 Am To 12:00 Noon Only. Bidders May Contact The Cashier’s Office Through Telephone Number (049)536-3558 Or In Their Email Address, Cashiersoffice.uplb@up.edu.ph For Information And Instruction. Bidders Are Required To Include Two Copies Of Deposit/ Transfer Slip With Bank Validation Or Any Other Equivalent Proof Of Payment In The Documents For Submission During Opening Day In Lieu Of The Or. It May Also Be Downloaded Free Of Charge From The Websites Of The Philippine Government Electronic Procurement System (philgeps) And Uplb Bac Starting 21 October 2023, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 03 February 2025, 1:30 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Will Follow Shortly After The Deadline Of The Submission Of Bids Via Zoom Application. Link For The Meeting May Be Viewed At The Bac Website Link For The Meeting May Be Viewed At The Bac Website Or Can Be Requested Through The Bac Secretariat Via Email. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Online Activity. Bac Secretariat Training Hall Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna. 10. The University Of The Philippines Los Baños (uplb) 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. 11. Bidders Shall Read The Bidding Documents Carefully And Strictly Comply With The Requirements Indicated In The Bidding Documents. Failure To Comply May Lead To Disqualification Of The Bid. 12. Bidders Are Encouraged To Properly Use Tabs And Identify The Documents Submitted For Ease Of Reference In The Opening Of The Bids. 13. For Further Information, Please Refer To: Eileen L. M. Malayba-mamino, Ph.d Chair, Bac Secretariat Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna. Tel. No. (049) 544-0382 Email Address: Bacsecretariat.uplb@up.edu.ph Http://www.bac.uplb.edu.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://philgeps.gov.ph Https://bac.uplb.edu.ph Arthur L. Fajardo, Ph.d. Chair, Bac Infrastructure

Province Of Zamboanga Del Sur Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 263.7 K (USD 4.5 K)
Details: Description Republic Of The Philippines Region Ix Province Of Zamboanga Del Sur Pagadian City Bids And Awards Committee Provincial Capitol, Pagadian City Invitation For Submission Of Quotation (small Value Procurement) The Provincial Government Of Zamboanga Del Sur, Through Its Bids And Awards Committee, Invites Suppliers/dealers For The Purchase Of Construction Supplies And Materials For Improvement Of Sp Building Ground Floor (proposed Trial Court) Cy-2025 To Submit Price Quotation Of The Following: Item No/. Item Description/ Qty./ Unit Pr No. 2025-20/pgo 1 /ordinary Plywood # 1/4 /55 /pcs. 2 /metal Studs 0.6 X 35 X 51mm X 3m /89 /pcs 3 /blind Revits 1/8"ø X 1/2" (1000 Pcs. / Box/ 10 /boxes 4 /metal Screw 6mm Ø X 3/4" With Tox /300 /pcs 5 /drill Bit # 1/8 /3/ Pcs. 6 /cutting Disk 4" Ø /3/ Pcs. 7 /marine Plywood # 1/2" /7/ Pcs 8 /coco Lumber - 2" X 2" X 10' /55/ Pcs. 9 /common Nails # 4"/ 4 /kgs. 10 /common Nails # 3" /2 /kgs. 11 /common Nails # 2 1/2" /2 /kgs. 12 /concrete Nails # 4 /3 /kgs. 13 /concrete Hollow Block 100mm Thk ( # 4") /270 /pcs. 14 /portland Cement 40kgs./bag /71/ Bags 15 /sand /4/ Cu.m. 16 /gravel /5 /cu.m. 17 /tie Wire # G-16 /1.5/ Kgs. 18 /deformed Bars # 10 Mm Ø /18/ Pcs. 19 /water Closet With Complete Accessories/ 2 /set 20 /lavatory /2 /set 21 /sanitary Elbow # 4 X 45 (s-1000) /4/ Pcs. 22 /sanitary Pipe #4 S-1000 /4/length 23 /faucet/ 2 /pcs. 24 /ppr Pipe # 1/2 /4 /length 25 /ppr Elbow # 1/2 X 90 /4/ Pcs. 26 /solvent Cement /0.5 /liter 27 /thread Tape (big)/1/ Roll 28 /floor Drain 4x4/ 2 /pcs 29 /unglazed Tiles # 30cm X 30 Cm /60/ Pcs. 30 /glazed Tiles # 30cm X 30 Cm/ 115/pcs, 31 /tile Adhesive ( (heavy Duty) 25kgs /2/ Bags 32 /tile Grout (2kgs) /3/ Bags 33 /tile Trim/ 4 /pcs. 34 /paint Brush #4 /3/ Pcs. 35 /paint Brush #3 /2/ Pcs. 36 /paint Brush #2 /2/ Pcs. 37 /glazzing Putty /6 /pcs 38/ Flat Wall Enamel 4l/gal /5/ Gal 39 /quick Dry Enamel 4l/gal /5/ Gal 40 /paint Thinner 4l/gal /6/ Gal 41 /tinting Color /2 /pint 42 /concrete Neutralizer 4l/gal/ 1 /gal 43 /concrete Primer 4l/gal /2 Gal 44 /skim Coat /5 /kgs. 45 /semi Gloss Latex 4l/gal/ 3 /gal 46 /panel Door /2/ Pc 47 /panel Door /4/ Pc 48 /panel Door /1 /pc 49 /pvc Door /2 /set 50 /steel Double Action Spring Hinges /1 /pair 51/ Loose Pin Hinges #4 (heavy Duty)/ 11 /pair 52 /door Knob (heavy Duty) /7/ Pcs. 53 /duplex Covenience Outlet With Plate, Flush Type/ 6/ Pcs. 54 /pvc Wire Moulding (1'') /20/ Length 55 /tox (#8) 60pcs Per Set /3 /set 56 /metal Screw (1'') 60pcs Per Set /3 /set 57 /8 Branch Panel Board /1/ Pcs. 58 /60at, 2p, Plug-in Breaker/ 1/ Pcs. 59 /40at, 2p, Plug-in Breaker /1/ Pcs. 60 /30at, 2p, Plug-in Breaker /2/ Pcs. 61 /20at, 2p, Plug-in Breaker /1/ Pcs. 62 /15at, 2p, Plug-in Breaker /1/pcs. 63 /40at, Safety Breaker /1 /pcs. 64 /aircondition Outlet With Plate, Flush Type /2/pcs. 65 /t8 Led Tube, Box Type Set 18w /25/ Pcs. 66 /led Bulb 13 Watts /2 /pcs. 67 /8.0mm² Wire Thhn/thwn /30/ Mtrs. 68 /2.0mm² Wire Thhn/thwn/ 150 /mtrs. 69 /3.5mm² Wire Thhn/thwn /90/ Mtrs. 70 /5.5mm² Wire Thhn/thwn /45/ Mtrs. 71 /22mm² Wire Thw /80 /mtrs. 72 /1-gang Switch With Plate, Flush Type/ 3/ Pcs. 73 /2-gang Switch With Plate, Flush Type /3/ Pcs. 74 /3-gang Switch With Plate, Flush Type /2 /pcs. 75 /junction Box With Cover /30/ Pcs. 76 /utility Box, Pvc Surface Type /16/ Pcs. 77 /electrical Tape (big) /10 /pcs. 78 /receptacle, E27 Base, 240v /2/ Pcs. 79 /moldflex Tube (15mm)/ 100 /mtrs. Approved Budget For The Contract (abc): ₱263,791.00 Procurement Will Be Conducted In Consonance With Section 53.9 (small Value Procurement) Of The Revised Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184, Otherwise Known As The “government Procurement Reform Act”. Only Sealed Bids/canvass From Eligible Supplier/s Will Be Opened And A Purchase Order /contract Will Only Be Awarded To The Lowest Calculated And Responsive Bidder. Request For Quotation (rfq) Must Be Submitted In A Sealed Envelope And Addressed To: Joefe P. Suson Bac Chairperson Bids And Awards Committee -goods And Services Provincial Government Of Zamboanga Del Sur Provincial Capitol, Pagadian City Advertisement/posting Of Invitation: February 7-9, 2025 Deadline Of Submission Of Sealed Canvass: February 10, 2025@10:00 Am Opening Of Sealed Canvass: February 10, 2025@10:00 Am Interested Bidders Can Obtain Further Information, Rfq Form, And Technical Specification From Ms. Donna E. Ligan, Bac Head Secretariat At Telephone Number (062) 2142-868. (sgd) Joefe P. Suson Provincial Administrator Bac Chairperson-goods And Services Province Of Zamboanga Del Sur

Municipality Of Don Victoriano Chiongbian, Mis Occidental Tender

Healthcare and Medicine
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 843 K (USD 14.5 K)
Details: Description Invitation To Bid The Local Government Unit Of Don Victoriano, Misamis Occidental Through Its Bids And Award Committee (bac), Invites Suppliers / Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Drugs And Medicines Location : Local Government Unit Of Don Victoriano, Misamis Occidental Source Of Funds : General Fund 2025 Approved Budget For The Contract : Php 843,050.00 Id Number Project Name Brief Description Abc Delivery Schedule Quantity Uom Items Dv-2025-g08 Procurement Of Drugs And Medicine Bottle 200 D5lr 1 Liter Php. 843, 050.00 7 Calendar Days Bottle 100 D5w 1 Liter Box 5 Budesonide 250mg/ml 2ml Nebule 30's/box Vial 20 Ceftriaxone 1gram/vial Box 50 Celecoxib 200mg Capsule Box 200 Cefalexin 500mg Capsule Box 200 Cetirizine 10mg Tablet Box 800 Cetirizine 1mg/ml 60ml Syrup Box 20 Clean Gloves Vial 50 Hydrocortisone 250mg Powder, Vial Box 100 Co-amoxiclav 625mg Tablet Bottle 300 Dicycloverine Hydrocloride 10mg/5ml Syrup Box 2 Dafflon (disomin + Hesperidin) 500mg Tablet Tube 30 Erythromycin Ophthalmic Ointment 0.5%,5g Tube Box 200 Feso4+ Folic Acid ( 60mg+400mcg) Tablet Box 30 Salbutamol + Ipratopium Nebule 30's/box Box 30 Salbutamol 2mg Tablet Box 30 Sambong 500mg Tablet Jar 3 Silver Sulfadiazine Cream 1% 500g Jar Roll 10 Gauze Roll 24x282 Ply Box 20 Hyoscine-n-butyl Bromide 10mg Tablet Ampule 40 Ketorolac 30mg/ml 1ml/ampule Bottle 600 Lagundi 300mg/5ml 60ml Syrup Box 150 Lagundi 600mg Tablet Box 200 Losartan 50mg Tablet Can 20 Lysol Disinfectant Spray 340gm Gallon 4 Lysol Gallon Boxes 5 Metoprolol 50mg Tablet Bottle 100 Pnss 1 Liter Bottle 100 Plain Lr 1 Liter Box 100 Oxygen Nasal Cannula, Adult Size Tube 30 Mupirocin Ointment 2% 5g Tube Piece 10 Nebulizer Kit With Mask Bottle 20 Ofloxacin Eye Drops 0.3 5ml Bottle Box 50 Omeprazole 20mg Capsule Box 10 Methyldopa 250mg Tablet Box 800 Paracetamol 100mg/ml Drops 15 Ml Box 1200 Paracetamol 250mg/5ml Suspension Box 450 Paracetamol 500mg Tablet Ampule 50 Ranitidine 50mg/2ml Vial 150 Tetanus Toxoid 10ml/vial Vial 50 Tranexamic Acid 100mg/ml 5ml Ampule Tube 50 Lubricating Jelly Box 10 Tranexamic Acid 500mg Capsule Box 20 Surgical Tape 3m Box 100 Vitamin B-complex Tablet Box 2 Betahistine 16mg Tablet Box 5 Isoxsuprine 10mg Tablet Box 5 Lidocaine Hcl + Epinephrine 20mg/10mcg Dental Anesthesia 1.8ml Carpule Box 30 Oral Rehydration Solution Sachet Ampule 50 Gentamicin 40mg/ml Ampule Ampule 10 Alprazolam .5mg/ml Ampule Piece 100 Oxygen Mask Adult Piece 100 Oxygen Mask Pedia Box 20 Syringe 10cc 100pcs/box Roll 20 Cotton Roll Vial 20 Anti-rabies Serum 200 Iu/ml 5 Ml Vial (equine) Ampule 15 Rabies Immunoglobulin (human) 200 Iu/ml 2ml Box 10 Vitamin C Capsule Box 10 Aciclovir 400mg Tablet Vial 50 Ampicillin 250mg Powder For Injection Ampule 20 Nicardipine 1mg/ml 10 Ml Ampule Piece 10 Soluset/ Volumetric Set Ampule 20 Morphine 10mg/ml Ampule Bottle 5 Tobramycin 0.3% 5ml Ophthalmic Drops Box 10 Racecadotril 100mg Tablet Box 100 Metformin 500mg Tablet Box 100 Gliclazide 80mg Tablet Box 2 Isosorbide Dinitrate 5mg Tablet Box 30 0.5cc Syringe 100pcs/box Box 20 Glucostrips Sinocare Safe- Accu 2 Box 20 Glucostrips Indoplas Elite Igs102 Box 20 Glucostrips Glucosure Autocode Box 20 Glucostrips Indoplas Elite Igs103 Box 20 Glucostrips Accu Chek 333 Box 20 Glucostrips Sinocare Safe- Accu 2 Box 50 Calcium Carbonate 500mg Tablet Box 10 Cefixime 200mg Tablet Box 100 Multivitamins + Iron Capsule Box 30 Surgical Gloves Size 6 Box 30 Tuberculin Syringe G26 100pcs/box Box 30 Syringe 5cc 100pcs/box Prospective Bidders Should Have Experiences In Undertaking A Similar Project With In The Last 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 Eligibility Statement And Screening, Bid Security, Performance Security, Pre- Bidding Conference(s), Evaluation Of Bids, Post- Qualifications And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed As Follows: Bac Activities Schedule 1. Posting Period / Advertisement January 24, 2025 2. Issuance Of Bid Documents January 24, 2025-februay 17, 2025 (before 9:00 Am) 3. Pre-bid Conference February 3, 2025 At 9:30 Am 4. Deadline Of Submission Of Bid February 17, 2025 At 9:00am 5. Opening Of Bids February 17, 2025 At 9:30 Am Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Fee Of The Bidding Document Of One Thousand Pesos (php 1,000.00) For The Procurement Of Drugs And Medicines. The Local Government Unit Of Don Victoriano Assumes No Responsibility Whatever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information, Please Refer To: Juliet C. Nidoy Bac Chairperson Purok1, Don Victoriano Chiongbian Misamis Occidental Philippines 7216 Signature Of The Bac Chairperson Or The Authorized Representative Of The Bac Chairperson

Municipality Of Pastrana, Leyte Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 104 K (USD 1.7 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Pastrana -ooo- Purchase Of Business Plates And Other Supplies 1. The Local Government Unit Of Pastrana, Through The Mooe Funds Cy 2025, Intends To Apply The Sum Of One Hundred Four Thousand Pesos (p 104,000.00 ), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Business Plates And Other Supplies Of Lgu-pastrana And Project Identification Number- Bac-goods-2025- 001- Epa. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Pastrana Now Invites Bids For The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2026 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Purchase Of Business Plates And Other Supplies Of Lgu-pastrana Must Be Delivered Within Fifteen (15 ) Calendar Days. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee (bac) And Inspect The Bidding Documents At The Address Given During Working Hours From 8: 00 A.m. To 5:00 P.m, Monday To Friday, Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders ____ From Given Address Below And Upon Payment In The Amount Of Five Hundred Pesos (p500.00) Which Will Be Presented In Person To The Bac Secretary For The Bidding Documents , Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Pastrana Will Not Hold A Pre-bid Conference On _______ Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Building Wherein The Bid Box Is There And Dropping On Or Before February 12, 2025/ 10:00 A. M./ Bac Office. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In It Clause 14. 9. Bid Opening Shall Be On February 12, 2025/ 10:00 A.m. At The Bac Office At The Given Address. Bids Will Be Opened In The Presence Of The Bidders/ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Pastrana 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without There Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat : Raynario C. Galvez Bac Secretariat : Myrna D. Udtohan Address : Bac Office, Lgu-pastrana Address : Bac Ofice, Lgu-pastrana Mobile No. _______ Mobile No. : 09563770176 E-mail Address : Bac E-mail Address Bac Schedule Of Activities: No. Activity Time Place 1. Advertisement/ Posting Of Invitation To Bid January 24-30, 2025 *hard Copies At Bac Secretariat, Bac Office , Municipality Of Pastrana 2. Pre-bid Conference None Bac Office, Municipality Of Pastrana 3. Issuance And Availability Of Bidding Documents January 24-february 12, 2025 Bac Office, Municipality Of Pastrana 4. Submission And Receipt Of Bids ( Includes Eligibility Check And Opening Of Bids) February 12, 2025/10:00 A...m./bac Office Bac Office, Municipality Of Pastrana 5. Bid Evaluation February 13, 2025 6. Post-qualification February 14, 2025 7. Approval Of Resolution/issuance Of Notice Of Award February 17, 2025 8. Contract Preparation & Signing February 18, 2025 9. Issuance Of Notice To Proceed February 19, 2025 Important Reminders : (a) Each And Every Page Of The Bid Forms, Under Section Viii: Checklist Of Technical And Financial Documents Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. (b) Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. C) Bid Documents Shall Be Complied In A Folder/ Binder With The Annexes Properly Labeled With Tabs/ Separators. (d) Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Enclosed In Separate Sealed Envelopes, Which Shall Be Submitted Simultaneously: (a) The First Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Eligibility Requirements And Technical Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (1): Original – Eligibility Requirements And Technical Component Envelope (2): Copy1- Eligibility Requirements And Technical Component Envelope (3): Copy2- Eligibility Requirements And Technical Component (b) The Next Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Financial Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (4): Original- Financial Component Envelope (5): Copy1- Financial Component Envelope (6): Copy2- Financial Component C) Bidders Shall Enclose, Seal And Mark The Following: Envelope (7): Envelope (1) And Envelope (4) Enclosed In One Sealed Envelope Marked “original-bid” Envelope (8): Envelope (2) And Envelope (5) Enclosed In One Sealed Envelope Marked “copy 1-bid” Envelope (9): Envelope (3) And Envelope (6) Enclosed In One Sealed Envelope Marked “copy2-bid” (d) Envelopes (7) To (9) Shall Then Be Enclosed In A Single Sealed, Signed Final/ Outer Envelope/ Package/ Box E) All Envelopes (envelopes (1) To (9) And The Final/ Outer Envelope/ Package/ Box) Shall Indicate The Following: - Addressed To The Procuring Entity’s Bac - Name And Addressed Of The Bidder In Capital Letters - Name Of The Contract/ Project To Be Bid In Capital Letters - Bear The Specific Identification/ Reference Code Of This Bidding Process - Bear A Warning “do Not Open Before. . .” The Date And Time For The Opening Of Bids The Chairperson Bids And Awards Committee Bac Office Lgu-pastrana, Leyte Name Of Bidder : ____________________________________ Address : ____________________________________ E) Bids Submitted After The Deadline Shall Only Be Marked For Recording Purpose, Shall Not Be Included In The Opening Of Bids, And Shall Be Returned To The Bidder Unopened. (f) Bidders Shall Submit A Copy Of The Authority To Notarize Issued By The Regional Trial Court To The Notarial Public. G.) During Pre-bid Conference Bidder Shall Show Proof Of Evidence That He/she Is The Owner Of The Construction Firm And If Representative He/she Present Original Copy Through A Special Power Of Attorney (spa) And Pcab License Of The Contractor They Represent (h.) Timeliness And Responsiveness Of The Procurement And Payment Will Be Made After Complete Delivery. Anacleta G. Gabriente Bac Chairperson

Municipality Of Malangas, Zamboanga Sibugay Tender

Others
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description The Municipality Of Malangas, Through The Bids And Award Committee (bac), Invites Suppliers/manufactures/distributors/contractors To Bid For The Hereunder Contract: Name Of Project : Purchase Of 1-unit Technical And Scientific Equipment/ Electronic Total Station Specifications: Telescope Length ; 150mm Objective Lens Diameter ; 45mm (edm 50mm) Magnification (x) ; 30 X Image ; Erect Field Of View ; 1°30' Resolving Power ; 2.5" Minimum Focus Distance ; 1.3m Distance Measurement Condition 1 1 Prism ; 3,000m 2,000m 3 Prisms ; 4,000m 2,700m 9 Prisms ; 5,000m 3,400m Condition 2 1 Prism ; 3,500m 2,300m 3 Prisms ; 4,700m 3,000m 9 Prisms ; 5,800m 4,000m Condition Sight Haze With Visibility About 20 Km (12.5 Miles) 1: Moderate Sunlight With Light Heat Shimmer. Condition No Haze With Visibility About 40 Km, Overcast With No 2: Heat Shimmer. Accuracy ; ±(2mm + 2ppm X D*)m.s.e. Least Count In Measurement Fine Measurement Mode Coarse Measurement Mode Tracking Measurement Mode 1mm (0.005 Ft.)/0.2mm (0.001 Ft.) 10mm (0.002 Ft.)/1mm (0.005 Ft.) 10mm (o.002 Ft.) Measurement Display ; 11 Digits: Max. Display ±999999.9999 Measuring Time Fine Measurement ; 1mm: Approx. 1.2sec. (initial 4 Sec.) Mode ; 0.2mm Approx. 2.8sec. (initial 5 Sec.) 0.7sec. (initial 3 Sec.) Coarse ; 0.4sec. (initial 3 Sec.) Measurement Mode Tracking ; (the Initial Time Will Be Different By A Condition) Measurement Mode Angle Measurement Method ; Absolute Reading Horizontal ; 2 Sides Vertical ; 2 Sides Minimum Reading ; 0.5"/1"(0.1/0.5mgon) 1"/5" (0.2/1mgon) Accuracy** ; 1" (0.3mgon) 2" (0.6mgon) 3" (1mgon) 5" (1.5mgon) Diameter Of Circle ; 71mm Tilt Correction Type ; Dual Axis Method ; Liquid Type Compensating Range ; ±4' Correction Unit ; 1" (0.1mgon) Computer Unit Os ; Microsoft Windows® Ce. Net 4.2 Processor ; 176.9mhz Hitachi Sh7750r Memory Ram ; 64m Byte Rom ; 2m Byte (flash Rom) +64m Byte(flasdisk) (a Portion Is Used For Pre-installed Programs And Data Management Function) Display ; 320 X 240 (qvga) Dots Graphic Lcd Tft Color Display With Back Lights And Touch Panel Functions 2 Sides 1 Side Card System ; Compactflash™card (type 1/11) Interface Serial 1/f Port ; Rs-232c(6pin) Usb (type B) For Activesync® Other Instrument Height ; 182mm Level Sensitivity Circular Level ; 10" / 2mm Plate Level ; 30" / 2mm Optical Plummet Magnification ; 3x Focusing Range ; 0.5m To Infinity Image ; Erect Point Guide ; Provided Dimension ; Gts-721 / 722 / 723 : 343(h) X 245(w) X 219(l)mm Gts-725 ; 343(h X 245(w) X 199(l)mm Weight Instrument (with Battery) ; 6.2kg(13.6lbs) 6.2kg(13.4lbs) Plastic Carryng Case ; 4.7kg(10lbs) Durability Dust/water Protection ; Lp54(base On The Standard Iec60529) Ambient Temperature Range ; -20°c To +50°c (-4°f To +122°f) Power Source On-board Lithuim-ion Battery Bt-61q (this Battery Does Not Contain Mercury) Output Voltage ; Dc 7.2v Capacity Maximum Operating Time At + 20°c Including Distance Measurement Auto Measurement Only Weight ; 4400m Ah Approx. 7.5 Hours Approx. 10 Hours 0.2kg(0.4lbs) Battery Charger Bc-30 Input Voltage ; Ac 120-340v Frequency ; 50 / 60hz Recharging Time (at +20°c/+68°f) ; 4 Hours Ambient Temperature Range ; +10°c To +40°c (+50°f To +104°f) Weight ; 0.15kg(0.3lbs) With Case And Tripad Location : Municipal Hall, Malangas, Zamboanga Sibugay Purchase Request No.: 25-01-053 Abc : Php 500,000.00 (five Hundred Thousand Pesos) Source Of Funds : General Fund Contract Duration : 15 Calendar Days Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years, With Nfcc Of Equal To The Abc To Be Bid. 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 Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference (s) Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Advertisement : January 31-february 7, 2025 2. Issuance Of Bids Documents : February 10-14, 2025 3. Pre-bid Conference : February 10, 2025 @ 10:00 A.m 4. Submission Of Bid Documents : February 20, 2025 Until 12 Noon Of February 21, 2025 5. Opening/evaluation Of Bids : February 21, 2025 @ 2:00 P.m 6. Post-qualification : February 24, 2025 @ 9:00 A.m Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of Php 500.00 To The Municipal Treasurer’s Office. The Municipality Of Malangas Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Municipality Of Malangas Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And Reject All Bids Any Time Prior To Contract Award, Without Hereby Incurring Any Liability To The Affected Bidder Of Bidders. Victor L Laguna, Rce Bac Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0022 – Construction Of Multi-purpose Building Barangay San Roque, Bombon, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 4,949,999.72 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0022- Construction Of Multi-purpose Building Barangay, San Roque, Bombon, Camarines Sur Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 120 Cd. Bidders Should Have Completed 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). Procurement Id/contract Id: 25ff0022 Contract Name: Construction Of Multi-purpose Building Barangay San Roque, Bombon, Camarines Sur Brief Description: Construction Of Two-storey Evacuation With Concrete Foundation, Columns, Beams, Floor Slab, Roofing, Interior And Exterior Walls, Plumbing Works, Electrical Works, Mechanical Works, Finishing And Paint Works. Approved Budget For The Contract (abc): Php. 4,949,999.72 Source Of Funds: Nep Fy 2025 Contract Duration: 120 Calendar Days Cost Of Bidding Documents: P 5,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 7, 2025 From Given 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 5,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am 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 15. 8. Bid Opening Shall Be On January 7, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 7, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
4791-4800 of 6226 archived Tenders