Advertisement Tenders
Advertisement Tenders
Bureau Of Customs Tender
Furnitures and Fixtures
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 219 K (USD 3.7 K)
Details: Description Procurement Of Furniture And Fixture (early Procurement Activity) Proposal-007mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Furniture And Other Office Fixtures 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of Two Hundred Nineteen Thousand Pesos (₱219,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Furniture And Fixture For Fy 2025 With Project Identification Number Proposal-007mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period March 1, 2025 To June 30, 2025. 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) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 12, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 12, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Furniture And Fixture For Fy 2025 With Identification Number Proposal-007mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2025 In The Amount Of Two Hundred Nineteen Thousand Pesos (₱219,000.00). 2.2 The Source Of Funding Is Fy 2025 Semi Expendable Furniture And Fixture. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. 16.2 In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.3 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Furniture And Fixture For Fy 2025, With Abc Of ₱ 219,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. 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. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Furniture And Fixture Qty Item Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1 High-back Office Chair,pu Leather Upholstered Seat, Metal Based, Black 20 Office Visitor Chair, Pu Leather Upholstered, With Metal Arm, Black 40 Plastic Lowback Office Chair, Pu Leather, No Arm, Black *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. ___________________ Signature Over Printed Name ___________________ Position/designation ___________________ Office Telephone No. ___________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Furniture And Fixture Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Furniture And Fixture The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award ___________________ Signature Over Printed Name ___________________ Position/designation ___________________ Office Telephone No. ___________________ Email Address/es Section Vii Financial Offer Procurement Of Furniture And Fixture Qty Product Offered Quotation 1 High-back Office Chair, Pu Leather Upholstered Seat, Metal Based, Black 20 Office Visitor Chair, Pu Leather Upholstered, With Metal Arm, Black 40 Plastic Low-back Office Chair, Pu Leather, No Arm, Black __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And F) ☐ Original Duly Signed Omnibus Sworn Statement (oss) For Above ₱50000.00; And If Applicable/unless Needed, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; 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. Ii. Financial Component Envelope G) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And H) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) I) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. J) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Unless Otherwise Needed (format) Unless Otherwise Needed (format)
Offizielle Bezeichnung Tender
Civil And Construction...+5Civil Works Others, Electrical Goods and Equipments, Electrical and Electronics, Consultancy Services, Civil And Architectural Services
Germany
Closing Date31 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – Sector Directive, standard regulation Negotiated procedure with prior publication of a call for competition/negotiated procedure (construction work) New construction Uw Deponiestrasse Project description Substation Deponiestrasse SW Netz intends to build a new substation in the Deponiestrasse area in Wiesbaden. The property has a total size of 2,648 m2. Connection to the substation The 110 kV connection/looping of the Uw is via an overhead line approx. 300 m away. The underpass to two high-voltage systems is created on the mast, which are then relocated to the Uw. The municipal utilities are also responsible for the 20 kV connection. UW building The UW building consists of a total of five floors, each with approximately 680 m2. The Ug, Eg and 1st floor will be occupied by the electrical equipment of the substation (see list below), whereas a data center will be set up on the 2nd and 3rd floors. The 110 and 20 kV cables will be introduced into the building in the basement. The 20 kV cables will be led directly to the ground floor. This is where the 20 kV primary switchgear is located, which is dimensioned as an air-insulated double busbar system with a nominal current of 2,500 A and a short-circuit current of 25 Ka 3s. The 20 kV star-point switchgear will also be located on the ground floor. This is to be designed as an air-insulated single busbar system with a nominal current of 1,250 A and a short-circuit current of 20 Ka 1s. The 110 kV cables from the basement are led through two shafts into the 110 kV switchgear on the first floor. This is to be designed as a gas-insulated double busbar system with pure air as the insulation medium. It comprises 9 fields with the following division: transformer 1, feed-in network 1, feed-in 1, reserve field 1, cross-coupling, longitudinal separation, feed-in network 2, reserve field 2, transformer 2. The busbars and fields are to be designed for 2,500 A and a short-circuit current of 40 Ka 3s. The standardized protection and control cabinets are housed in a separate adjacent room. The list of rooms for the location of the remaining equipment can be found below. All technical components are to be designed in accordance with the current standards and regulations. The building must not exceed a maximum height of 20 m. The building's developer is Stadtwerke Wiesbaden Netz GmbH, which will also operate the substation, while the data center will be set up and operated by the company Witcom. Design of the electrical equipment - 110 kV switchgear in SF6-free design including control cabinets (9 fields with space reserve for two more) - Two 110/20 kV transformers with an output of 50/63 MVA (will be provided) - 20 kV primary switchgear // DSS system, air-insulated (23 fields) - 20 kV star-point switchgear // ESS system, air-insulated (11 fields) - Two 20 kV E-coils 52-520 A (dB) and 660 A (KB, 2h) (will be provided) - One earthing transformer up to 656 A (dB) and up to 660 A (KB, 2h) (will be provided) - Own use system AC and DC - 220 V DC battery system Division of the rooms in the transformer station - Basement O 2 pieces Transformer trays O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Technical room O Goods elevator (2x for SW Netz and Witcom) O Battery room O Cable cellar (20 and 110 kV cables) O Cable shafts (2x 110 kV, 3x LWL, control cables, etc., 2x Witcom shaft) - Ground floor O 2 transformer rooms O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Goods elevator (2x for SW Netz and Witcom) O Bma/ema room O 2 20 kV E-coil rooms O 1 earthing transformer room O 20 kV DDS primary and star point switchgear room O Cable shafts (2x 110 kV, 3x LWL, control cables, etc., 2x Witcom shaft) - First floor O 2 air spaces for the transformers O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Sanitary rooms O 110 kV protection and control technology O AC auxiliary system room O DC auxiliary system room O 110 kV switchgear room O 2 Witcom shafts - Second and third floors: Witcom rooms (racks, technical rooms, etc.) Building including civil engineering The client will conduct a negotiated procedure with a prior competition for the award of construction services. Only the systems made available may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. He will then ask the best-placed applicants (maximum of five) to submit a tender for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in terms of references and the qualifications of the project management in accordance with the competition. The invitation to submit a tender (aza) is issued secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the subject matter of the contract, the contractual regulations and the service specifications. The incoming offers are checked for form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders are invited to the negotiation round and their offers are negotiated with them separately. Further negotiation rounds remain reserved. The offers are evaluated based on the evaluation criteria and the evaluation matrix announced there. Electrical systems The client is conducting a negotiated procedure with a prior competition for the award of construction services. Only the documents provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. It will then invite the best-placed (maximum of five) applicants to submit an offer for the services advertised (start of the offer phase). The applicants/groups of applicants are selected for the offer and negotiation phase based on their suitability in terms of references and the qualifications of the project management in accordance with the competition for participation. The invitation to submit an offer (aza) is made secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the object of the award, the contractual regulations and the service specifications. The incoming offers are checked in terms of form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders will be invited to the negotiation round and their offers will be negotiated with them separately. Further negotiation rounds remain reserved. The offers will be evaluated based on the evaluation criteria and the evaluation matrix announced there.
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 115.5 Million (USD 1.9 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00038 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱115,598,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00038: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alicia-angadanan-san Guillermo-cauayan City-naguilian Alternate Route, San Guillermo, Package 1, Isabela Contract Id No. : 25b00038 Location : San Guillermo, Isabela Brief Project Description : Construction Of Pccp Road, Length = 4.320 Lane Km @ 2 Lanes, With Road Safety Facilities Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture/fixtures, Equipment And Appliances For The Field Office For The Engineer • Provision Of 4x2 Pickup Type Service Vehicle For The Engineer On Bare Rental Basis (brandnew) • Operation And Maintenance Of 4x2 Pickup Type Service Vehicle For The Engineer Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization • Environmental Management And Monitoring Earthworks • Individual Removal Of Trees – Small • Removal Of Actual Structures/obstruction (0.23 M Thick – Pccp) • Excavation (surplus Common, Structure) • Foundation Fill • Embankment (from Roadway/ Structure Excavation) • Subgrade Preparation Subbase And Base Course • Aggregate Subbase Course Surface Courses • Pccp, (0.15, 0.28) M Thick, 14-day Concrete Road/bridge Construction • Reinforcing Steel Grade (40 & 60) • Structural Concrete 20.68 Mpa Class A 14 Days • Structural Concrete 27.58 Mpa Class A 28 Days • Paint Miscellaneous Structures • Curb And Gutter Cast In Place • Metal Guardrail (metal Beam) Including Post Single W-beam • Metal Beam End Piece Bull Nose • Road Signs (warning) • Hazard Markers Chevron Signs • Trees (furnishing And Transplanting) • Reflectorized Thermoplastic Pavement Markings (white) Approved Budget For The Contract (abc) : ₱115,598,500.00 Contract Duration : 241 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 45 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcsps - Roads: Construction- Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, From The Address Given 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 Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025
Province Of Occidental Mindoro Tender
Laboratory Equipment and Services
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.4 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Laboratory Supplies And Equipment For Ccje Students At Omsc Labangan And Omsc Sablayan 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Laboratory Supplies And Equipment For Ccje Students At Omsc Labangan And Omsc Sablayan Under Reference No. B-8661-24-48/omsc Rfq 25-009 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Item Description Quantity / Units Total Abc (php) 1) Contact Proof Printer 1 Piece 27,500.00 2) Fingerprint Card Holder 6 Pieces 27,216.00 3) Developing Tank With Reel For 120mm 2 Pieces 18,260.00 4) Developing Tank With Reel For 35mm 3 Pieces 17,490.00 5) Caliper 2 Pieces 8,800.00 6) Crime Scene Sketching Kit 1 Set 13,445.00 7) Fingerprint Brush 15 Pieces 19,875.00 8) Fingerprint Ink Roller 5 Pieces 19,800.00 9) Universal Fixer For Film & Paper 1 Galloon 3,520.00 10) Inking Slab 6 Pieces 3,960.00 11) Fingerprint Paste Ink 6 Tubes 4,410.00 12) Horseshoe Fingerprint Lens For Classification 7 Pieces 174,174.00 13) Fingerprint Pointer 6 Pieces 12,540.00 14) Taper Gauge 2 Pieces 6,131.40 15) Triple Darkroom Timer 2 Pieces 7,700.00 16) Darkroom Developing Trays 3 Sets 6,600.00 17) Trigger Pull Measuring Device 1 Piece 8,364.20 18) Document & Money Detector (uv/ir Handwriting Analysis) Desktop 1 Piece 60,500.00 19) Crime Scene Investigation Kit 1 Set 46,100.00 20) Beaker 100 Ml 12 Pieces 4,752.00 21) Beaker, 400 Ml 12 Pieces 5,913.60 22) Beaker, 600 Ml 12 Pieces 5,460.00 23) Bunsen Burner 12 Pieces 14,282.40 24) Burette Acid, 100 Ml 12 Pieces 31,917.60 25) Burette Clamp, Single Metal 12 Pieces 8,791.20 26) Clay Triangle, 75mm 12 Pieces 1,900.80 27) Crucible And Cover, 100 Ml 10 Pieces 4,191.00 28) Crucible Tong 12 Pieces 8,791.20 29) Erlenmeyer Flask, 250 Ml 12 Pieces 2,402.40 30) Evaporating Dish, 75mm 12 Pieces 1,893.12 31) Florence Flask, 1000 Ml 12 Pieces 8,395.20 32) Funnel, 75mm 12 Pieces 2,660.89 33) Graduated Cylinder, 50 Ml 9 Pieces 6,088.50 34) Iron Clamp, 75mm, 3" 12 Pieces 4,672.80 35) Foldable Magnifying Glass 90 Pieces 58,500.00 36) Mortar And Pestle, 75mm 12 Pieces 3,432.00 37) Reagent Bottle, 500ml 12 Pieces 7,788.00 38) Test Tube Holder 12 Pieces 312.00 39) Test Tube Rack 12 Pieces 5,491.20 40) Long Table 20 Units 270,600.00 41) Photo Print Dryer 1 Unit 30,900.00 42) Stereoscopic Microscopes 3 Units 130,185.00 43) 12 Ga Pump Action Shotgun 1 Unit 38,250.00 44) Cushion Portable Polygraph Chair 1 Unit 37,500.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 44-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is Ninety (90) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 07 To 14, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 11, 2025 - 2:00 Pm At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, Contact Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Supply And Delivery Of Criminology Laboratory / Supplies And Equipment Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission (5% Of The Abc) Or Iii. Notarized Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By 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. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule Advertisement/ Posting Of Request For Quotation February 07 To 14, 2025 Availability Of Request For Quotation Beginning February 07 To 14, 2025 Pre-negotiation Conference February 11, 2025 (tuesday), 2:00pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 679 450 5071 Passcode: Bac2023 Deadline For Submission Of Quotations And Legal/ Technical Documents (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of February 14, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 14, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address (omscpmu.main@gmail.com) Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, 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. 12. For Further Information, Please Refer To: Michelle Lynne G. Fantone Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 07, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
Municipality Of Tunga, Leyte Tender
Healthcare and Medicine
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 514.3 K (USD 8.8 K)
Details: Description Invitation To Bid For One Lot Supply And Delivery Of Medicines & Medical Supplies 1. The Gad Focal Person Officer Of Lgu Tunga, Leyte Through The Bids And Awards Committee Intends To Apply The Sum Of Five Hundred Fourteen Thousand Three Hundred Pesos And Ninety Centavos (p514,300.90) Being The Approved Budget For The Contract (abc) Under The 5% Gad 2025 To Payments For The Contract One (1) Lot Supply And Delivery Of Medicines & Medical Supplies. 1 Losartan 100 Mg Tablet 5,000 Tablet 2 Losartan 50 Mg Tablet 202,000 Tablet 3 Metformin 500mg Tablet 15,000 Tablet 4 Amlodipine 10mg Tablet 7,000 Tablet 5 Amlodipine 5mg Tablet 10,000 Ablet 6 Amoxicillin 500mg Capsule 15,000 Capsule 7 Ferrous Salt + Folic Acid 60mg Elemental Iron + 400mcg Film Coated Tablet 6,000 Tablet 8 Co-amoxiclav (amoxicillin + Clavulanic Acid) 625mg Tablet 3,500 Tablet 9 Amoxicillin 250mg/5ml Oral Suspension 350 Bottle 10 Amoxicillin 100mg/ml, 15ml Oral Drops 250 Bottle 11 Cetirizine 10mg Tablet 6,000 Tablet 12 Cetirizine 2.5mg/ml,10ml Oral Drops 250 Bottle 13 Cetirizine 5mg/5ml, 30ml Syrup Bottle 300 Bottle 14 Paracetamol 500mg Tablet 10,000 Tablet 15 Paracetamol 250mg/5ml, 60ml Oral Suspension Bottle 300 Bottle 16 Paracetamol 100mg/ml, 15ml Oral Drops 300 Bottle 17 Salbutamol 2mg/ml, 2.5ml Respiratory Solution 200 Nebule 18 Atropine 1mg/ml, 1ml Solution For Injection Ampule 10 Ampule 19 Dexamethasone 4mg/ml, 2ml Solution For Injection Ampule 10 Ampule 20 Calcium Cluconate 10%, 10ml Solution For Injection Ampule 5 Ampule 21 Diphenhydramine 50mg/ml, 1ml Solution For Injection Ampule 5 Ampule 22 Epinephrine 1mg/ml Ampule 10 Ampule 23 Oxytocin 10 Iu, 1ml Solution For Injection Ampule 20 Ampule 24 Erythromycin 0.5%, 5g Eye Ointment Tube 4 Tube 25 Tranexamic Acid 100mg/ml, 5ml Solution For Injection Ampule 10 Ampule 26 Phytomenadione (phytonadione, Vitamin K1) 10mg/ml, 1ml Solution For Injection Ampule 10 Ampule 27 Hydralazine 20mg/ml, 1ml Solution For Injection Ampule 10 Ampule 28 Gentamicin 40mg/ml, 2ml Solution For Injection Ampule 10 Ampule 29 Ampicillin 500mg Powder For Injection Vial 10 Vial 30 Ascorbic Acid (vitamin C) 100mg/5ml, 60 Syrup Bottle 300 Bottle 31 Ascorbic Acid (vitamin C) 100mg/ml Oral Drops Bottle 250 Bottle 32 Vitamin B1 + Vitamin B12 + Vitamin B6 100mg + 5mg + 50mcg Tablet 5,000 Tablet 33 Ascorbic Acid (vitamin C) 500mg Tablet 5,000 Tablet 34 Mefenamic Acid 500mg Capsule 4,000 Capsule 35 Lagundi [ Vitex Negundo L. ( Fam. Verbenaceae) ] 300mg/5ml, 60ml Syrup Bottle 300 Bottle 36 Clonidine 75mcg Tablet 200 Tablet 37 Zinc (equiv. To 10mg Elemental Zinc/ml) 15ml Oral Drops 100 Bottle 38 Multivitamins Capsule 4,000 Capsule 39 Multivitamins Per 5ml, 60ml Syrup Bottle 300 Bottle 40 Multivitamins Per 1ml, 15ml Oral Drops Bottle 200 Bottle 41 Dextrose + Sodium Chloride 5% + 0.9%, 1l Solution For Injection 10 Plastic Bottle 42 Oral Rehydration Salts ( 75 – Replacement ) 20.5g Oral Powder Solution Sachet 300 Sachet 43 Zinc (equiv. To 20mg Elemental Zinc/5ml) 60ml Syrup Bottle 100 Bottle 44 Hyoscine 10mg Tablet 300 Tablet 45 Azithromycin 500mg Tablet 250 Tablet 46 Sterile Glove Size 7, 50’s Per Box 3 Box 47 Sterile Glove Size 7, 50’s Per Box 2 Box 48 Clean Gloves Medium 100’s Per Box 3 Box 49 Aneroid Sphygmomanometer 3 Piece 50 Tuberculin Syringe 100’s Box 1 Box 51 3ml Syringe 100’s Box 1 Box 52 5ml Syringe 100’s Box 1 Box 53 Povidone Iodine 1 Gallon 2 Gallon 54 Cidex 1 Gallon 1 Gallon 55 Umbilical Cord Clamp 100’s Box 1 Box 56 Os 4x4x8 Sterile 100’s Box 4 Box 57 Os 4x4x8 Sterile Non-sterile 10 Box 58 Iv Cannula G20, 50pcs/pack 1 Pack 59 Iv Cannula G26, 50pcs/pack 1 Pack 60 Cotton Balls 1000balls/pack 10 Pack 61 Leukoplast 2.5cm X 5cm 2 Piece 62 Micropore 1”, 12 Rolls/box 1 Box 63 Fetal Doppler 1 Piece 64 Iv Cannula G20, 50pvs/ Pack 1 Pack 65 Suction Catheter Fr. 10 5 Piece 66 Suction Catheter Fr. 6 5 Piece 67 70% Isopropyl Alcohol 1 Gallon 2 Gallon 68 Oxygen Nasal Cannula Adult 6 Piece 69 Oxygen Nasal Cannula Pedia 6 Piece Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Health Office Through The Bids And Awards Committee Now Invites Bids For The Above Procurement Project In Accordance With The Provisions Of The Revised Irr Of Ra 9184 On The Use Of The Approved Guidelines On The Use Of A Single Year Framework Agreement (outright Determination Of Lowest Calculated And Responsive Bid) Under Gppb Resolution No. 27-2019. Delivery Of The Goods Is Required By February 24, 2025. Bidders Should Have Completed At Least One (1) Contract That Is Equivalent To At Least Fifty Percent (50%) Of The Abc, 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. The Schedule Of Bidding Activities Is Herein Stated Below: Advertisement/posting Of Invitation To Bid February 5, 2025 Issuance And Availability Of Bid Documents February 5, 2025 Deadline For Submission Of Bid Documents February 12, 2025 Before 8:00 A.m. Opening Of Bids February 12, 2025 @9:00 A.m. 2nd Floor Office Of The Sangguniiang Bayan (sb) Session Hall) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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. 5. Prospective Bidders May Obtain Further Information From Municipal Health Office And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday At 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 12, 2025 From 8:00am To 5:00pm (mondays To Fridays Only) And Up To The Last Day Of Acquisition Of Bidding Documents On Feb. 12, 2025 @8:00a.m. And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1,000.00). The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), 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 By Dropping In The Bid Box Located At The Municipal Building 3rd Floor Office Of The Bac On Or Before February 12, 2025 At 9:00 A.m. In The Morning At The Office Address Indicated Below. 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 Shall Be On February 12, 2025, 9:00 A.m. @ 2nd Floor Office Of The Sangguniang Bayan (sb) Session Hall At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Via Virtual Communication Application. 10. The Bids And Awards Committee (bac) 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. For Further Information, Please Refer To: (sgd.)engr. Marlon B. Arintoc Bac Chairperson @09054167589
Municipality Of Pastrana, Leyte Tender
Food Products
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 214.6 K (USD 3.6 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Pastrana -ooo- Catering Services Of Various Activities 1. The Local Government Unit Of Pastrana, Through The General Funds Mooe Cy 2025 Intends To Apply The Sum Of Two Hundred Fourteen Thousand Six Hundred Fifty Pesos (p 214,650.00 ), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Catering Services Of Various Activities Of Lgu-pastrana And Project Identification Number- Bac-goods-2025- 002- 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. Catering Services Of Various Activities 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 January 31, 2025 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/ 1:30 P. 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/ 1:30 P.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/ 1:30 P. ..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 Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Unit Delivered, Weeks/months 1 “planning-workshop For Peace And Order And Oublic Safety (pops) 2026-2028 Of The Municipality Of Pastrana” 15 C.d. (mayor’s Office) Food For Three (3) Days: Day 1: A.m Snacks: 30 Pax • Spaghetti With Bread • Canned Pineapple Juice Lunch: 30 Pax • Beef Steak • Fish Fillet • Pork Embutido • Bam-e • Fruit Salad • Softdrinks • Rice P.m Snacks: 30 Pax • Clubhouse Sandwich • Mismo Softdrinks Day 2: A.m Snacks: 30 Pax • Choco Moist • Bottled Water Lunch: 30 Pax • Beef C Ldereta • Fried Chicken • Buttered Shrimp • Pancit Bihon • Mixed Fruits • Softdrinks • Rice P.m Snacks: 30 Pax • Special Turon • Orange Juice Day 3: A.m Snacks: 30 Pax • Carbonara With Bread • Softdrinks Lunch: 30 Pax • Creamy Beef Mushroom • Pork Adobo • Chicken Lollipop • Bam-e • Macaroni • Salad • Softdrinks • Rice P.m Snacks: 30 Pax • Empanada • Mismo Softdrinks 2 “conduct Of Public Hearing/consultation For The Comprehensive Land Use Plan (clup) 2023-2032 And Zoning Ordinance Of The Municipality Of Pastrana” A.m Snacks: 145 Pax • Clubhouse Sandwich • Bottled Water Lunch: 145 Pax • Beef Steak • Fish Fillet • Pork Embutido • Bam-e • Fruit Salad • Softdrinks • Rice 3 “foods And Decoration For Free Mass Civil Wedding Ceremony” Menu: 100 Pax • Fish Fillet With Mushroom • Chicken Cordon Bleu • Fried Ribs • Bam-e • Rice • Soda(glass) 4 “sfa & Bls Provider Course For Healthcare Emergency Response Team (hert) (mho) 1st Day: Lunch: 27 Pax • Rice • Pancit Bam-i • Sweet & Sour Fish • Chicken Roll • Desserts • Drinks A.m Snacks: 27 Pax • Clubhouse Sandwich • Cucumber Juice P.m Snacks: 27 Pax • Chocolate Moron • Cassava Cake • Softdrinks Day 2: Lunch: 27 Pax • Rice • Fried Porkchop • Chopsuey • Buttered Shrimp • Desserts • Softdrinks A.m Snacks: 27 Pax • Carbonara With Bread & Juice • Juice P.m Snacks: 27 Pax • Butter Cake • Softdrinks Day 3: Lunch: 27 Pax • Rice • Fried Chicken • Mixed Veggies • Fish Tinola • Desserts • Drinks A.m Snacks: 27 Pax • Egg Sandwich • Banana Cake • Juice P.m Snacks: 27 Pax • Spaghetti • Softdrinks Day 4: Lunch: 27 Pax • Rice • Beef Caldereta • Fried Fish • Lumpia-shanghai • Desserts • Drinks A.m Snacks: 27 Pax • Suman Latik • Lemon Juice P.m Snacks: 27 Pax • Cassava Cake • Softdrinks I Hereby Verify To Comply With All The Above Requirements. ______________________________________________ Signature Over The Printed Name Of The Authorized Representative: ____________________________________________________ Company Name: ____________________________________________________ Date: ______________________________________________________
MUNICIPALITY OF PAETE, LAGUNA Tender
Healthcare and Medicine
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 623.7 K (USD 10.7 K)
Details: Description Republic Of The Philippines Province Of Laguna Municipality Of Paete Tel. Nos. (049) 501-6490-101, (049) 557-0001 Invitation To Bid For The Procurement Of Medicines/drugs 1. The Municipality Of Paete, Laguna Through The General Fund2025 Intends To Apply The Sum Of Six Hundred Twenty-three Thousand Seven Hundred Sixty-seven Pesos Only (php 623,767.00) Being The Abc To Payments Under The Contract For Procurement Of Medicines/drugs To Be Used By The Rural Health Unit With Identification Number Gp-007-25medicine. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Description Quantity 1 Acetylcysteine Powder 600mg (10's Per Box) 50 Box 2 Aciclovir 400mg Tablet (box Of 100) 1 Box 3 Amoxicillin 250/5ml 60ml Oral Suspension 200 Bottle 4 Amoxicillin 500mg Cap. (box O 100's) 50 Box 5 Ascorbic Acid Syrup 100mg/5ml, 60ml 150 Bottle 6 Ascorbic Acid 500mg Tab (box Of 100) 50box 7 Azithromycin 200mg/5ml, 15ml Oral Suspension Bottle 50 Bottle 8 Azithromycin 500mg Tabler (box Of 3) 200 Box 9 Betahistine 16mg Tablet (box Of 100) 50 Box 10 Budesonide 250mcg/ml, 2ml Respiratory Solution (box Of 35) 20 Nebule 11 Celecoxib 200mg Capsule (box Of 100) 20 Box 12 Cefalexin 500mg Tab (box Of 100) 50 Box 13 Cefalexin 250/5ml, 60ml Suspension 200 Bottle 14 Cefixime 100mg/ 5ml, 60ml Suspension Bottle 50 Bpttle 15 Cefixime 200mg Capsule (box Of 10) 100 Box 16 Cetirizine Dihydrochloride 5mg/5ml Syrup 60ml Bottle 200 Bottle 17 Cetirizine Dihydrochloride 2.5mg/ml Syrup (oral Drops)15ml Bottle 200 Bottle 18 Cetirizine 10mg Tablet (box Of 100) 100 Box 19 Cinnarizine 25mg Tablet - Box Of 100's 50 Box 20 Ciprofloxacin 500mg Tablet- Box Of 14's 50 Box 21 Clonidine 75mcg Tablet (box Of 100) 20 Box 22 Clonidine 150mcg Tablet (box Of 100) 20 Box 23 Cloxacillin Sodium 250mg/5ml 60ml Oral Suspension 200 Bottle 24 Cloxacillin 500mg Capsule - Box Of 100's 100 Box 25 Cefuroxime 500mg Tablet - Box Of 14's 200 Box 26 [co-amoxiclav] Amoxicillin 500mg + Clavulanic Acid 125mg Tab 14's 50 Box 27 [co-amoxiclav] Amoxicillin 200mg + Clavulanic Acid 28.5mg/5 Ml, 70ml Oral Suspension Tab 14's 50 Bottle 28 Dexamethasone + Tobramycin 0.1% + 0.3%,3.5g Eye Drops Bottle 3 Tube 29 Domperidone 10mg Tablet (box Of 100) 3 Box 30 Erythromicin 0.5%, 3.5g Eye Ointment 3 Tube 31 Ferrous Salt + Folic Acid 60mg Elemental Iron + 400mcg Film Coated Tablet (box Of 100) 100 Box 32 Fenofibrate 200mg Capsule (box Of 100) 50 Box 33 Hyoscine 10mg Tablet (box Of 100) 20 Box 34 Ibupropen 200mg/5ml, 60ml Oral Suspension 50 Bottle 35 Iron 105.6 Tablet - Box Of 100's 50 Box 36 Lagundi 600mg Capsule- Box Of 100's 150 Box 37 Lagundi 300mg/ 5ml 60ml Syrup Bottle 300 Bottle 38 Mefenamic Acid 250mg Capsule 20 Box 39 Mefenamic Acid 500mg Capsule (box Of 100) 30 Box 40 Methyldopa 250mg Tablet (box Of 100) 1 Box 41 Methylprednisolone 16mg Tablet (box Of 100) 1 Box 42 Metoclopramide 10mg Tablet (box Of 100) 5 Box 43 Metoclopramide 5mg/5ml, 60ml Syrup Bottle 50 Bottle 44 Metronidazole 125mg/ 5ml, 60ml Oral Suspension Bottle 50 Bottle 45 Metronidazole 500mg Tablet (box Of 100) 10 Box 46 Multivitamins Syrup- 60ml Bottle 100 Bottle 47 Multivitamins Syrup Drops 15ml Bottle 100 Bottle 48 Multivitamins Capsule - Box Of 100's 100 Box 49 Mupirocin 2%,5g Ointment Tube 5 Tube 50 Nifedipine 5mg Capsule (box Of 100) 5 Box 51 Nifedipine 10mg Capsule (box Of 100) 5 Box 52 Omeprazole 20mg Capsule (box Of 100) 10 Box 53 Omeprazole 40mg Capsule (box Of 100) 10 Box 54 Paracetamol 500mg Tablet - Box Of 100's 50 Box 55 Paracetamol 250mg/ 5ml 60ml Oral Suspension 200 Bottle 56 Paracetamol 100mg/ml 15ml Oral Drops 200 Bottle 57 Salbutamol 1mg/ml (2.5/ 2.5ml) Nebule Solution 2.5ml 20 Nebule 58 Silver Sulfadiazine 1%, 500g Cream Jar 2jar 59 Tranexamic Acid 500mg Capsulr (box Of 100) 5 Box 60 Vitamin B1 + B12 + B6 100mg + 5mcg Tablet - Box Of 100's 100 Box 61 Allopurinol 100mg Tablet (box Of 100) 50 Box 62 Amlodipine 5mg Tab (box Of 100) 500 Box 63 Simvastatin 20mg Tab (box Of 100) 100 Box 64 Losartan Potassium 50mg Tab (box Of 100) 1300 Box 65 Losartan Potassium 100mg Tab (box Of 100) 500 Box 66 Metformin 500mg Tablet (box Of 100) 1000 Box 67 Gliclazide 30mg Tab(box Of 100) 50 Box 68 Trimetazidine 25 Mg (box Of 100) 50 Box 69 Captropil 25 Mg Tab (box Of 100) 10 Box 70 Clopidogrel 75mg Tab (box Off 100) 50 Box 2. The Municipality Of Paete, Laguna Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Twenty Calendar Days (20cd) From The Received Of Notice To Proceed. 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). 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) No. 9184. A. 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. 4. Prospective Bidders May Obtain Further Information From Municipality Of Paete, Laguna And Inspect The Bidding Documents At The Address Given Below During 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31-february 18, 2025@ 9:00 Am From The 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 Five Hundred Pesos Only (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Through Bac Secretariat. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am, February 18, 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 February 18, 2025@ 9:30 Am At The Given Address Below (j.v. Quesada St. Barangay 1, Municipal Building, Paete, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Advertisement/issuance Of Bidding Documents January 31-february 18, 2025 2.deadline Of Submission Of Bids February 18, 2025@ 9:00 Am 3. Opening Of Bids February 18, 2025 @ 09:30 Am 4. Bid Evaluation February 19, 2025 5. Post-qualification February 20-21, 2025 6. Notice Of Award February 25, 2025 7. Contract Agreement March 7, 2025 8. Notice To Proceed March 10, 2025 9. The Municipality Of Paete, Laguna 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. 10. For Further Information, Please Refer To: Christine M. Cainto Office Of The Bac Secretariat Christine M. Cainto Bac Secretariat J.v. Quesada St. B-1 Paete, Laguna Odacrem_12@yahoo.com 049-501-6490-101 /102 Paete.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Paete.gov.ph And Philgeps.gov.ph ____________________________________ Engr. John Laurence M. Cadawas Bac Chairman
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 5.9 Million (USD 101.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00141 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Jones Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00141: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Jones Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Jones Super Health Center Contract Id No. : 24b00141 Location : Lgu Compound Barangay I, Jones, Isabela Brief Project Description : Construction Of Patient's Waiting Area, Construction Of Powerhouse, Construction Of Ambulance Bay, Improvement Of Ramp, Construction Of Placenta Vault, Sharps And Needles Vault And Catch Basin, Installation Of Sewer Lines, Storm Drainage, And Water Line System, Installation Of Electrical Works, Fire Alarm And Air Conditioning Unit, Construction Of Cabinet Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Wall • Carpentry And Joinery Works • Finishing Hardware • Steel Doors And Frames • Special Performance Glass Or Processed Glass - 10mm Thk • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing, Liquid • Unglazed Tiles • Stamped Concrete • Cement (broom, Plaster) Finish • Non -slip Finish • Floor Finishes • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Louver Block • Metal Structure Accessories, (turnbuckle,bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins • Stainless Steel Railing Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pole Mounted Power Transformer (oisc) With Complete Accessories, Single Or Three Phase, Pole Type Or Flatform • Lighting Fixtures • Rc Pedestal/pole Mechanical Works • Ventilating System • Water Tank, Stainless • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 19 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 11.9 Million (USD 203.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00139 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - San Guillermo Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱11,940,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00139: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - San Guillermo Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - San Guillermo Super Health Center Contract Id No. : 24b00139 Location : San Guillermo, Isabela Brief Project Description : Construction Of New Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steel Works, Roofing Works, Structural Concrete), Plumbing Works (construction Of Catch Basin And Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering, Installation Of Doors And Windows, Ceiling Works), Electrical Works(installation Of All Conduits, Utility Box Of Lighting And Convenience Outlet And Junction Box For Lighting Fixtures With Hangers, Installation Of All Wirings, Switches And Outlets, And Panel Boards) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks. • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Fire Rated Fire Exit Steel Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Cement (broom, Plaster) Finish • Decorative Stones • Painting Works, (steel) • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers Approved Budget For The Contract (abc) : ₱11,940,000.00 Contract Duration : 105 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 20 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
DEPARTMENT OF EDUCATION DIVISION OF ABRA Tender
Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 1 Million (USD 18.9 K)
Details: Description Request For Expression Of Interest For Procurement Of Relocation Survey Services To Thirty-five (35) Public Schools And Subdivision Survey Services For Thirty-seven Public Schools Within The Schools Division Of Abra 1.the Department Of Education, Schools Division Of Abra, Through The General Appropriations Act Of 2021 Intends To Apply The Sum Of One Million Ninety-seven Thousand Pesos (php 1,097,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Relocation Survey Services To Thirty-five (35) Public Schools And Subdivision Survey Services For Thirty-seven Public Schools Within The Schools Division Of Abra. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. Recipient Schools For Relocation Survey: No. Name Of School Address 1 Abang Elementary School Abang, Bucay, Abra 2 Abaquid Elementary School Abaquid Danglas, Abra 3 Abas National Highj School Sallapadan, Abra 4 Agtangao Elementary School Agtangao Bangued, Abra 5 An-anaao Elementary School An-anaao Tayum, Abra 6 Baay Natiopnal High School Licuan-baay, Abra 7 Bacooc Primary School Bacooc Lagangilang, Abra 8 Bagalay Elementary School Bagalay Tayum, Abra 9 Baoyan Elementary School Baoyan Boliney, Abra 10 Basbasa Elementary School Basbasatayum, Abra 11 Bolbolo National High School Bolbolo Pilar, Abra 12 Bolilising Elementary School Bolilising Villaviciosa, Abra 13 Bucay North Elementary School Bucay, Abra 14 Bugbug Elementary School Bugbug Bucay, Abra 15 Canan Elelementary School Canan Lapaz, Abra 16 Cayapa Elementary School Cayapa Lagangilang, Abra 17 Dalit National High School Dalit Pilar, Abra 18 Dintan Elementary School Dintan Pilar, Abra 19 Don Rosalio Eduarte Elementary School Dolores, Abra 20 Dugong Elementary School Dugong, Bucay, Abra 21 Dumagas Elementary School Dumagas Boliney, Abra 22 Kimmalaba Elementary School Kimmalaba Dolores, Abra 23 Lapaz Central School Lapaz, Abra 24 Lagayan Central School Lagayan, Abra 25 Layugan Elementary School Layugan Bucay, Abra 26 Liguis Elementary School Liguis Lapaz, Abra 27 Peňarubia Central School Peňarubia, Abra 28 Pidigan Central School Pidigan, Abra 29 San Juan Central School San Juan , Abra 30 San Elementary School San Juan, Abra 31 Sinalang Pilot Elementary School Sinalang Bangued, Abra 32 Siwasiw Elementary School Siwasiw Bucay, Abra 33 Tabiog Elementary School Tabiog Bucay, Abra 34 Tayum Central School Tayum, Abra 35 Villaviciosa Central School Villaviciosa, Abra Recipient Schools For Subdivision Survey: No. Name Of School Address 1 Alawa Elementary School Alawa Tineg, Abra 2 Anayan Elementary School Anayan Tineg, Abra 3 Apao Primary School Apao Tineg, Abra 4 Bacag Elementary School Bacag Lacub, Abra 5 Banat Elementary School Banat Manabo, Abra 6 Baug Primary School San Juan, Abra 7 Belaat Elementary School Belaat Tineg, Abra 8 Buneg Primary School Buneg Lacub, Abra 9 Caganayan Eleementary School Caganayan Tineg, Abra 10 Caganayan National High School Caganayan Tineg, Abra 11 Canan Elementary School Canan Tineg, Abra 12 Cogon Elementary School Cogon Tineg, Abra 13 Cosili West Primary School Cosili West, Bangued, Abra 14 Dugong National High School Dugong Bucay, Abra 15 Laba Primary School Laba Tineg, Abra 16 Lan-ag Elementary School La-ag Lacub, Abra 17 Luzung National High School Luzung Luba, Abra 18 Magsalang Primary School Magsalang Tineg, Abra 19 Makingag Elementary School Makingag San Juan, Abra 20 Manabo National High School Manabo, Abra 21 Naglibacan Integrated School Naglibacan Tineg, Abra 22 Pananuman Primary School Pananuman Luba, Abra 23 Pang-ot Primary School Pang-ot Lagayan, Abra 24 Pangtud Primary School Pangtud Pidigan, Abra 25 Poblacion West Primary School Poblacion Pidigan, Abra 26 Sabangan Elementary School Sabangan San Juan, Abra 27 San Isidro New Site Elementary School San Isidro, Abra 28 San Jose Elementary School San Jose Manabo, Abra 29 San Ramon Elementary School San Ramon, Manabo, Abra 30 Santo Thomas Elementary School Santo Thomas Manabo, Abra 31 Sap-al Elementary School Buneg Lacub, Abra 32 Sapdaan Elementary School Sapdaan, Manabo, Abra 33 Tabacda Elementary School Tabacda Tubo, Abra 34 Tapayen Eleemntary School Tapayen Alaoa Tineg, Abra 35 Tineg Central School Tineg, Abra 36 Tineg National High School Tineg, Abra 37 Tubtuba Primary School Tubtuba Tubo, Abra 2.the Department Of Education, Schools Division Of Abra, Now Calls For The Submission Of Eligibility Documents For Procurement Of Relocation Survey Services To Thirty-five (35) Public Schools And Subdivision Survey Services For Thirty-seven Public Schools Within The Schools Division Of Abra. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before December 9, 2024, 9:30 Am At Department Of Education, Schools Division Of Abra, 3rd Floor Conference Hall. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3.interested Bidders May Obtain Further Information From Department Of Education, Schools Division Of Abra And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm (monday-friday). 4.schedule Of Activities: Procurement Activity Operational Timeline Date Accomplished Remarks Advertisement/philgeps Posting Of Request For Expression Of Interest (7 Cds) Day 1-7 December 2 - 8, 2024 Eligibility Check And Shortlisting Day 8 December 9, 2024 10 O’clock In The Morning Pre-bid Conference Day 15 December 16, 2024 10 O’clock In The Morning Deadline Of Submission And Receipt Of Bids/bid Opening Day 31 January 2, 2025 3rd Floor Conference Hall Deadline Of Submission: 9:30 Am Bid Opening: 10:00 Am Bid Evaluation Day 32 January 3, 2025 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 4, 2024, 10 O’clock In The Morning 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 Thousand Pesos (php 5,000.00). 6.the Department Of Education, Schools Division Of Abra, Will Hold A Pre-bid Conference On December 16, 2024, 10 O’clock In The Morning At Deped- Schools Division Of Abra, 3rd Floor Conference Hall Which Shall Be Open To Prospective Bidders. The Conference Will Be Conducted Via Face To Face And Videoconference Through Google Meet. Links Of The Videoconference Will Be Provided To Interested Bidders Upon Request. 7.the Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of 3 - 5 Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Qualifications: project Chief/contractor Must Be Licensed Geodetic Engineer, As Per R.a. 8560, As Amended; had Been Chief Of Party Working From Beginning To End Of A Public Subdivision Or Complex Subdivision Surveys; has No Abandoned Survey Projects Previously Contracted and Should Have A Certificate Of No Pending Cases The Rating System For Shortlisting Are As Follows: Criteria Rating 1.applicable Experience 1.1 Similar Projects Undertaken And Completed 10% 1.2 Similar Projects Undertaken And Completed (years Of Experience) 10% 2.qualification Of Personnel To Be Assigned To The Project: 2.1number Of Personnel To Be Assigned To The Project 20% 2.2 Relevant Training / Skills Of Personnel 10% 2.2capability / Equipment / Logistics Note: Attach Pictures Of Equipments And Its Description. 10% 3.current Workload Relative To Capacity (based On Statement Of On-going Projects, Including Those Awarded But Not Yet Started) 20% 4.financial Capacity (net Financial Contracting Capacity) 20% Total 100% 8.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 9.the Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation (qcbe) Procedure. Bids Whose Technical Proposal Passes The Minimum Technical Requirement Of Seventy-five Points (75) Shall Have Its Financial Proposals Opened And Evaluated. The Technical Proposal Shall Carry A Weight Of Seventy Percent (70%) Weight In The Evaluation. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 10.the Contract Shall Be Completed Within 120 Calendar Days. 11.the Department Of Education, Schools Division Of Abra 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. 12.for Further Information, Please Refer To: Micheella B. Alcantara Department Of Education-schools Division Office Of Abra Zone 2, Bangued, Abra Email Address: Depedabrabac@gmail.com Contact No.: 0976 - 405 - 7247 December 2, 2024 Christopher C. Benigno Phd, Edd, Ceso Vi Bac Chairperson
5621-5630 of 6222 archived Tenders