Advertisement Tenders
Advertisement Tenders
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Brgy. Hall Phase 1 Brgy. G, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Six Hundred Four Thousand Nine Hundred Eighty Two Pesos & 46/100 Only (php1,983,973.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-084 Construction Of Brgy. Hall Phase 1, Brgy. G, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (5.65 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Clearing And Grubbing (100.00 Sq.m.), Item No. 803(1)a – Structure Excavation (common Soil) (21.60 Cu.m.), Item No. 803(3) – Foundation Fill (4.61 Cu.m.), Item No. 900(1) – Structural Concrete (52.50 Cu.m.), Item No. 902(1) – Reinforcing Steel, Grade 40 (12,513.27 Kg), Item No. 903(2) – Formworks And Falseworks (169.83 Sq.m.), Item No. 1046(2)a1 – 100mm Chb Non Load Bearing (including Reinforcing Steel) (81.65 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (333.13 Sq.m.), Item No. 1003(15)c – Precast Moulding (concrete) (75.05 L.m.), Item No. 1018(1) – Glazed Tiles & Trim (81.73 Sq.m.), Item No. 1018(2) – Unglazed Tiles (14.00 Sq.m.), Item No. 1016(1)b – Water Proofing, Liquid (91.00 Sq.m.), Item No. 1032(1)a – Painting Works (masonry Painting) (333.13 Sq.m.), Item No. 1007(1)b – Aluminum Framed Glass Door (swing Type) (4.20 Sq.m.), Item No. 1010(2)a – Hollow Core Flush Door (3.78 Sq.m.), Item No. 1010(2)b – Wooden Panel Door (4.20 Sq.m.), Item No. 1008(1)c – Aluminum Glass Windows (awning Type) (9.72 Sq.m.), Item No. 1001(1)a3 – Pvc Pipes & Fittings (100mm Φ) (80.00 Li.m.), Item No. 1002(24) – Cold Water Lines (1.00 L.s.), Item No. 1100(30)a – Conduits, Boxes & Fittings (conduit Works) (1.00 L.s.), Item No. 1101(3) – Wires And Wiring Devices (1.00 L.s.), Item No. 1103(1) – Lighting Fixtures And Lamps (10.00 Set), Item No. 1002(7)a – Water Closet, Round Front, Complete (2.00 Set0, Item No. 1002(14)a – Lavatory, Wall Hung, Complete (2.00 Set), Item No. Spl-1 – Septic Tank (1.00 Lot), Completion Of The Works Is Required Within 170 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 03, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 17, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.3 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Requirement Is Advertised As Sole Source. The Notice Is Published For Information Purposes Only And Is Not A Request For Competitive Proposals. This Acquisition Is Being Pursued On A Sole Source Basis Under The Statutory Authority Of Title 10, U.s.c. Section 2304(c) (1), As Implemented By Federal Acquisition Regulation (far) 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." A Determination By The Government Not To Compete This Effort Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received.
this Announcement Constitutes The Only Solicitation, And A Written Solicitation Will Not Be Issued. The Government Will Consider Other Bids. This Requirement Is Being Synopsized As A Small Business Set Aside Under The North American Industry Classification System (naics) Code 334220, And Psc Code 1680.
****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. ****
the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Acutronic Usa, Inc., 700 Waterfront Drive, Pittsburgh, Pennsylvania 15222-4742.
the Contractor Shall Provide:
quantity Of One (1) Impulse™ Gl1™ One-axis Rate Table, Installation And Performance Verification.
please See Attached Statement Of Work For Specifications.
the Anticipated Delivery Is On Or Before One Hundred Eighty (180) Days After Receipt Of The Order (aro).
delivery Address:
attn: Mark Jordan
vx23 Hangar 115, 22080 Elmer Road, Patuxent River, Md 20670.
this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability.
shipping Charges: Fob Destination. 20670.
contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670
technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference.
52.204-27 Prohibition On A Bytedance Covered Application (jun 2023)
(a) Definitions. As Used In This Clause--
covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited.
information Technology, As Defined In 40 U.s.c. 11101(6)--
(1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use-
(i) Of That Equipment; Or
(ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product;
(2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But
(3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract.
(b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13.
(c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services.
(end Of Clause).
quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.mil.
please Provide The Following Information With Your Quote:
cage Code:
uei #:
payment Terms Of Net 30.
pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List.
if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential.
if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.)
estimated Delivery Date Or Period Of Performance:
invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.
Closing Date18 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Excavation, Consultancy Services, Civil And Architectural Services
United States
Details: Sources Sought Notice
For
hatteras Ferry-rollinson Channel And Big Foot Slough Channel-silver Lake Harbor
2025 Subsurface Investigation And Geotechnical Laboratory Testing
Dare And Hyde Counties, North Carolina
this Is A Sources Sought/request For Information Only. This Is Not A Solicitation Announcement, Nor Is It A Request For Proposal. This Request Does Not Obligate The Government In Any Contract Award.
the U.s. Army Corps Of Engineers, Wilmington District, Is Conducting Research To Determine The Market Capabilities Of Potential Contractors To Perform Subsurface Investigation And Geotechnical Laboratory Testing For The Government.
description Of Work:
the Contractor Shall Furnish All Services, Labor, Equipment, Supplies, Tools And Incidentals Necessary To Perform Vibracore Sampling, Development Of Drilling Logs, Laboratory Testing Of Soils, And Other Services As Specified Herein. A Total Of 71 X Vibracores Are To Be Drilled For Two Navigation Channel Projects, Hatteras Ferry-rollinson Channel Located In Dare County, Nc And Big Foot Slough-silver Lake Harbor In Hyde County, Nc.
a Total Of 36 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Hatteras Ferry Channel And Rollinson Channel (figures 1, 3, And 4). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater.
a Total Of 35 X Vibracore Are To Be Drilled Within Proposed Navigation Corridors Located In The Vicinity Of Silver Lake Harbor And Big Foot Slough Channel (figures 2, 5, And 6). Within The Investigation Area, The Bathymetry Ranges From About 0 Ft. To -15 Ft. Mllw And Greater.
the Vibracores Shall Be Drilled In 10- And 20-foot Lengths. The Maximum Project Depth For The Proposed Navigation Corridors Is -14 Feet Mllw. If The Vibracores Penetrate Deeper Than -14 Mllw, The Cored Sediments Will Still Be Visually Classified, Photographed, And May Be Tested. The Results From This Subsurface Investigation Will Be Utilized To Identify The Material Characteristics To Gain Environmental Clearance For Modification Of The Navigation Corridor. Characterization Of The Shoals Is Required To Identify The Most Appropriate Dredged Material Disposal Strategy
all Interested Firms With Naics 541360 – Geophysical Surveying And Mapping Services, As An Approved Naics Code Have Until 19 February 2025 At 1500 Est To Submit The Following Information:
general Information:
name & Address Of Your Firm
point Of Contact (name/phone/e-mail)
sam Unique Entity Id. (the Unique Entity Id Is A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov)
business Size, To Include Designation As Hubzone, 8(a), Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Business, And Large Business.
note: Any Supporting Documentation That Confirms Your Socio-economic Status Should Be Provided, I.e., Letter Of Certification From Va Confirming Sdvosb Status. The Government Must Be Able To Verify Sba Certification Of Hubzone And 8(a) Via Sam, And Va Certification Of Vosb And Sdvosb’s Through The Vendor Information Pages At Https://vip.vetbiz.va.gov.
please Submit Your Interest And Capability To Perform Subsurface Investigation And Geotechnical Laboratory Testing.
3. Information On Teaming Arrangement (if Applicable). Although We Are Not Looking For Formal Signed Agreements At This Time, If You Intend To "team" With Another Firm, Formally Or Informally, You Must Submit Information, Not More, Than One (1) Page, About Your Team's Involvement. More Specifically, You Must Submit Sufficient Information For The Government To Determine The Roles Each Team Member Will Play And What Your Socio-economic Status Is Or Will Be Considering The Proposed Arrangement. Therefore, Included In Your One (1) Page If You Are A Small Business And You Intend To Mentor/protégé And/or Jv With A Large Business, Both Team Members Must Sign Agreeing That 40% Of The Labor Will Be Performed By The 8(a) Firm. Additionally, If The Team Is A Mentor/protégé Arrangement, Identify The Areas That Will Be Mentored. Any Supporting Documentation That Confirms Your Socio-economic Status As A Team Should Be Provided.
note: The Government May Not Give Credit To Your Socio-economic Class If There Is Not Sufficient Documentation To Support It Or If The Government Cannot Verify Through Other Means That Your Business Is As Such.
4. Evidence Of Capabilities To Perform Comparable Work. Provide Project Info On A Minimum Of Two And No More Than 5 Projects That Demonstrate The Firm's Experience On Projects That Are Substantially Complete Or Completed Within The Last Seven (7) Years Which Are Similar To The Project In Size, Scope And Complexity. For Each Project Include:
project Name And Contract Number.
customer.
summary Description Of The Key Elements/salient Work Features Of The Project.
your Company's Level Of Involvement In The Project, I.e., Subcontractor (type), Prime, Gc, Etc. And Your Specific Role.
location Where The Work/project Was Completed.
contract Amount.
brief Description Of How The Experience Relates To The General Work Description In This Notice.
do Not Send Hard Copies Of Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive And Provide A Name And Point-of-contact For Your Firm For Follow-up By This Office Or The Procuring Contracting Officer. If You Have Responded To Any Previous Sources Sought Postings Or Had Other Communications With Our Office Regarding Preliminary Market Research For This Project, Please Be Advised That It Is Still Necessary For You To Respond To This Posting. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And Work Accomplished By The Teaming Partner.
to Protect The Procurement Integrity Of Any Future Procurement, If Any, That May Arise From This Announcement, Information Regarding The Technical Point Of Contact Will Not Be Given And No Appointment For Presentations Will Be Made.
all Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy.
email The Requested Information, With Delivery And Read Receipt Requested To:
sonny Smith At Sonny.z.smith@usace.army.mil
rosalind M. Shoemaker At Rosalind.m.shoemaker@usace.army.mil
the Email Should Be Titled: W912pm25qa001 – Subsurface Investigation And Geotechnical Laboratory Testing - [insert Company’s Name]
if You Have Questions, Please Contact Ros Shoemaker At Rosalind.m.shoemaker@usace.army.mil
Closing Date19 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: This Requirement Is Advertised As Sole Source. The Notice Is Published For Information Purposes Only And Is Not A Request For Competitive Proposals. This Acquisition Is Being Pursued On A Sole Source Basis Under The Statutory Authority Of Title 10, U.s.c. Section 2304(c) (1), As Implemented By Federal Acquisition Regulation (far) 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements." A Determination By The Government Not To Compete This Effort Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Information Received.
this Announcement Constitutes The Only Solicitation, And A Written Solicitation Will Not Be Issued. The Government Will Consider Other Bids. This Requirement Is Being Synopsized As A Small Business Set Aside Under The North American Industry Classification System (naics) Code 611512, And Psc Code U099.
****note: The Required Fill-in Provisions 52.204-24 And 52.204-26 Attached To This Post Must Be Filled In And Returned With Your Quote To Be Considered For Award. ****
the Naval Air Warfare Center- Aircraft Division (nawcad) At Patuxent River, Md Announces Its Intention To Procure, On A Sole Source (ss) Basis To Aurora Flight Science Corporation, 9950 Wakeman Drive, Manassas, Virginia 20110-2702. In Support The U.s. Naval Test Pilot School Qualitative Evaluation Program.
the Contractor Shall Provide:
1. Flight Hours In The Centaur Aircraft, Qty 5
please See Attached Statement Of Work.
the Anticipated Period Of Performance Is 03 March 2025 Through 31 March 2025.
this Is A Firm-fixed Price Procurement; Therefore, The Offeror's Initial Offer Should Represent The Vendor's Best Quote In Terms Of Price And Acceptability.
shipping Charges: Does Not Apply.
contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, Md 20670
technical Acceptability Will Be Determined Solely On The Content And Merit Of The Information Submitted In Response To This Synopsis/solicitation. Therefore, It Is Incumbent On The Offeror To Provide Sufficient Technical Literature, Documentation, Etc. For The Government To Make An Adequate Technical Assessment Of The Proposal. A Firm Fixed Price Contract Is Anticipated. The Provision At 52.212-1, Instructions To Offerors-commercial Items, (deviation 2018-o0018) Is Incorporated By Reference And Applies To This Acquisition. The Provision At 52.212-2 Evaluation – Commercial Items (oct 2014) Applies To This Acquisition. The Government Will Award In Accordance With Far Part 12 On A Lowest Priced, Technically Acceptable Basis. The Offeror Shall Provide Backup Information Verifying The Price Offered, E.g., A Copy Of Current Catalog, Invoices For The Same Equipment, Etc. Each Offeror Shall Include A Completed Copy Of The Provision At Far 52.212-3 Offeror Representations And Certifications – Commercial Items (mar 2020) With Its Quote. Far 52.247-34 F.o.b. Destination (nov 1991) Is Incorporated By Reference And Applies To This Acquisition. Far 52.212-4 Contract Terms And Conditions – Commercial Items (oct 2018) Is Incorporated By Reference And Applies To This Acquisition. The Clause At 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (deviation 2018-o0021) Is Incorporated By Reference.
52.204-27 Prohibition On A Bytedance Covered Application (jun 2023)
(a) Definitions. As Used In This Clause--
covered Application Means The Social Networking Service Tiktok Or Any Successor Application Or Service Developed Or Provided By Bytedance Limited Or An Entity Owned By Bytedance Limited.
information Technology, As Defined In 40 U.s.c. 11101(6)--
(1) Means Any Equipment Or Interconnected System Or Subsystem Of Equipment, Used In The Automatic Acquisition, Storage, Analysis, Evaluation, Manipulation, Management, Movement, Control, Display, Switching, Interchange, Transmission, Or Reception Of Data Or Information By The Executive Agency, If The Equipment Is Used By The Executive Agency Directly Or Is Used By A Contractor Under A Contract With The Executive Agency That Requires The Use-
(i) Of That Equipment; Or
(ii) Of That Equipment To A Significant Extent In The Performance Of A Service Or The Furnishing Of A Product;
(2) Includes Computers, Ancillary Equipment (including Imaging Peripherals, Input, Output, And Storage Devices Necessary For Security And Surveillance), Peripheral Equipment Designed To Be Controlled By The Central Processing Unit Of A Computer, Software, Firmware And Similar Procedures, Services (including Support Services), And Related Resources; But
(3) Does Not Include Any Equipment Acquired By A Federal Contractor Incidental To A Federal Contract.
(b) Prohibition. Section 102 Of Division R Of The Consolidated Appropriations Act, 2023 (pub. L. 117-328), The No Tiktok On Government Devices Act, And Its Implementing Guidance Under Office Of Management And Budget (omb) Memorandum M-23-13, Dated February 27, 2023, "no Tiktok On Government Devices" Implementation Guidance, Collectively Prohibit The Presence Or Use Of A Covered Application On Executive Agency Information Technology, Including Certain Equipment Used By Federal Contractors. The Contractor Is Prohibited From Having Or Using A Covered Application On Any Information Technology Owned Or Managed By The Government, Or On Any Information Technology Used Or Provided By The Contractor Under This Contract, Including Equipment Provided By The Contractor's Employees; However, This Prohibition Does Not Apply If The Contracting Officer Provides Written Notification To The Contractor That An Exception Has Been Granted In Accordance With Omb Memorandum M-23-13.
(c) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (c), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Products Or Commercial Services.
(end Of Clause).
quotes Are Due To Shannon Canada, Purchasing Agent, At Shannon.m.canada.civ@us.navy.mil.
please Provide The Following Information With Your Quote:
cage Code:
uei #:
payment Terms Of Net 30.
pricing - Are These Items On A Commercial Published, On-line, Or Internal Price List.
if Available On A Price List Provide A Copy. All Price Listings Will Be Kept Confidential.
if Not Available On A Price List Please Provide Information On How Pricing Is Determined (example: Item Cost+ %, Labor Rate And Materials, Etc.)
estimated Period Of Performance: 03 March 2025 Through 31 March 2025
invoicing And Payment Will Be Made Thru Wide Area Workflow (wawf), Terms: Net 30. As Of October 1, 2007, It Became Mandatory To Be Registered To Process Any Government Procurement. If You Are Not Registered, Please Take A Moment To Do So At Https://wawf.eb.mil/.
Closing Date19 Feb 2025
Tender AmountRefer Documents
University Of The Philippines Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074-442-3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Ebooks For The Institute Of Management Purchase Request No.: Lib-2025-02-0013 Approved Budget For The Contract: ₱ 137,637.00 Date 11 February, 2025 Rfq No. 0059 Mop Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Should Attach A Copy Of The Latest Business Permit, Philgeps Registration Number And Notarized Omnibus Sworn Statement For An Approved Budget For The Contract (abc) Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement That Requires The Latest Business Permit And Philgeps Registration Only. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Submit Your Quotation, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Or Send To This Email Address Only - Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 25.0059 Not Later Than 5: 00 Pm On 17 February 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Fritzel B. Batag Mary Anne R. Rivera Head Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 Managing Millennials: Shaping A New Work Paradigm/cripps, Jacqueline/ 2023/ 9781637425138/ebook Yy 1 5,618.00 5,618.00 2 Humane Entrepreneurship : Creating A New Economy, Venture By Venture/galbraith, Craig S.;stiles, Curt H./ 2023/ 9789811271243/ebook Yy 1 13,550.00 13,550.00 3 Climate-smart Innovation : Social Entrepreneurship And Sustainable Development In The Environmental Economy/popkova, Elena;vovchenko, Natalia G;andreeva, Olga V/ 2023/ 9789811264252/ebook Yy 1 22,775.00 22,775.00 4 Dealing With Socially Responsible Consumers: Studies In Marketing/jishnu Bhattacharyya/ 2023/ 9789811944574/ebook Yy 1 13,158.00 13,158.00 5 Entrepreneurship In The Creative Industries: How Innovative Agents, Skills And Networks Interact/phillip Mcintyre;janet Fulton;susan Kerrigan;michael Meany/ 2023/ 9783031194559/ebook Yy 1 17,593.00 17,593.00 6 Performance Analysis And Consulting (in Action Case Study Series)/phillips, Jack J./ 2023/ 9781607283447/ebook Yy 1 2,880.00 2,880.00 7 The Case For Good Jobs : How Great Companies Bring Dignity, Pay, And Meaning To Everyone's Work/ton, Zeynep/ 2023/ 9781647824181/ebook Yy 1 7,095.00 7,095.00 8 Hbr's 10 Must Reads On Ai/harvard Business Review/ 2023/ 9781647825850/ebook Yy 1 1,850.00 1,850.00 9 Multigenerational Workplace/harvard Business Review/ 2023/ 9781647825010/ebook Yy 1 1,700.00 1,700.00 10 Hbr Guide To Executing Your Strategy/harvard Business Review/ 2023/ 9781647825164/ebook Yy 1 1,626.00 1,626.00 11 X-teams : How To Build Teams That Lead, Innovate, And Succeed/ancona, Deborah;bresman, Henrik/ 2023/ 9781647824778/ebook Yy 1 2,365.00 2,365.00 12 Act Like A Leader, Think Like A Leader, Updated Edition/ibarra, Herminia/ 2023/ 9781647825553/ebook Yy 1 2,365.00 2,365.00 13 The Digital Transformation Roadmap : Rebuild Your Organization For Continuous Change/rogers, David L./ 2023/ 9780231551731/ebook Yy 1 5,840.00 5,840.00 14 Arguing About Tastes : Modeling How Context And Experience Change Economic Preferences/kreps, David M.;casella, Alessandra;stiglitz, Joseph E./ 2023/ 9780231558174/ebook Yy 1 11,828.00 11,828.00 15 New Trends In The Protection Of Cultural And Natural Heritage/adam Kozien;anna Mazur;bartosz Mazurek;piotr Dobosz;witold Górny/ 2023/ 9788323373902/ebook Yy 1 3,000.00 3,000.00 16 Atd's Organization Development Handbook/flores, Brian James/ 2023/ 9781957157399/ebook Yy 1 4,805.00 4,805.00 17 A Marketer's Guide To Digital Advertising : Transparency, Metrics And Money/dhar, Shailin;thomson, Scott/ 2023/ 9781398609679/ebook Yy 1 19,589.00 19,589.00 Contract Award: Per Line Item Delivery Period: 30 Calendar Days Upon Receipt Of P.o And Ntp *a Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. *indicating A Price/amount Under "quoted Unit Price" Shall Mean Complying With The Technical Specification Of The Item Even Without Checking The Compliance Column Otherwise Provide A Counter-offer. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: 137,637.00
Closing Date17 Feb 2025
Tender AmountPHP 137.6 K (USD 2.3 K)
City Of Cape Town Tender
Laboratory Equipment and Services
South Africa
Details: Rfq Type Goods Goods Medical Equipment, Accessories & Supplie Reference Number Gn12500326 Title Iso Media For Daphnia Magna Test Kit Selenastrum Growth Media For Algal Tests Description 15 Each X Iso Media For Daphnia Magna Test Kit 10 Each X Selenastrum Growth Media For Algal Tests 10 Each X Selenastrum Growth Media For Algal Tests Specification* Iso Media For Daphnia Magna Test Kit Specifications All Products Must Be Compatible With The Microbiotests Toxkit. # Concentrated Salt Solutions For Daphnia Test Kit This Must Be Compatible With The Microbiotests Toxkit. Each Containing Two Sets Of 4 Small Glass Bottles, Each Containing A Concentrated Solution Of One Salt, To Make Up 2 X 2 Litres Standard Freshwater (iso Medium, Formula According To Iso 6341) With Deionized Or Distilled Water, For Preparation Of The Hatching And Toxicant Dilution Medium. Composition Vial 1 Nahco3 (129.5 Mg - Dissolved In 2 L. = 64.75 Mg/l) Vial 2 Cacl2.2h2o (588 Mg - Dissolved In 2 L. = 294 Mg/l) Vial 3 Mgso4.7h2o (246.5 Mg - Dissolved In 2 L. = 123.25 Mg/l) Vial 4 Kcl (11.5 Mg - Dissolved In 2 L. = 5.75 Mg/l) #concentrated Selenastrum Growth Medium For Algal Tests Kit And Nutrient Stock A For Freshwater Algal Tests Each Containing Five Glass Bottles Containing Concentrated Solutions Of Various Chemicals To Make Up 2 Litres Of Algal Culturing Medium With Deionized Water, According To The Formula Of The Oecd Guideline 201 "alga, Growth Inhibition Test" And The Iso/dis Guideline 8692 "water Quality - Freshwater Algal Growth Inhibition Tests With Unicellular Green Algae". The Vials Should Be Stored In The Refrigerator At 5°c (+/- 2° C) In Darkness Until Use. Contact Person Michelle Lamprecht Contact Numbers 021 444 9144 Email Address Michelle.lamprecht@capetown.gov.za * Selenastrum Growth Media For Algal Tests Kit Specifications All Products Must Be Compatible With The Microbiotests Toxkit. # Concentrated Salt Solutions For Daphnia Test Kit This Must Be Compatible With The Microbiotests Toxkit. Each Containing Two Sets Of 4 Small Glass Bottles, Each Containing A Concentrated Solution Of One Salt, To Make Up 2 X 2 Litres Standard Freshwater (iso Medium, Formula According To Iso 6341) With Deionized Or Distilled Water, For Preparation Of The Hatching And Toxicant Dilution Medium. Composition Vial 1 Nahco3 (129.5 Mg - Dissolved In 2 L. = 64.75 Mg/l) Vial 2 Cacl2.2h2o (588 Mg - Dissolved In 2 L. = 294 Mg/l) Vial 3 Mgso4.7h2o (246.5 Mg - Dissolved In 2 L. = 123.25 Mg/l) Vial 4 Kcl (11.5 Mg - Dissolved In 2 L. = 5.75 Mg/l) #concentrated Selenastrum Growth Medium For Algal Tests Kit And Nutrient Stock A For Freshwater Algal Tests Each Containing Five Glass Bottles Containing Concentrated Solutions Of Various Chemicals To Make Up 2 Litres Of Algal Culturing Medium With Deionized Water, According To The Formula Of The Oecd Guideline 201 "alga, Growth Inhibition Test" And The Iso/dis Guideline 8692 "water Quality - Freshwater Algal Growth Inhibition Tests With Unicellular Green Algae". The Vials Should Be Stored In The Refrigerator At 5°c (+/- 2° C) In Darkness Until Use. Contact Person Michelle Lamprecht Contact Numbers 021 444 9144 Email Address Michelle.lamprecht@capetown.gov.za * Nutrient Stock A For Freshwater Algal Tests Kit Specifications All Products Must Be Compatible With The Microbiotests Toxkit. # Concentrated Salt Solutions For Daphnia Test Kit This Must Be Compatible With The Microbiotests Toxkit. Each Containing Two Sets Of 4 Small Glass Bottles, Each Containing A Concentrated Solution Of One Salt, To Make Up 2 X 2 Litres Standard Freshwater (iso Medium, Formula According To Iso 6341) With Deionized Or Distilled Water, For Preparation Of The Hatching And Toxicant Dilution Medium. Composition Vial 1 Nahco3 (129.5 Mg - Dissolved In 2 L. = 64.75 Mg/l) Vial 2 Cacl2.2h2o (588 Mg - Dissolved In 2 L. = 294 Mg/l) Vial 3 Mgso4.7h2o (246.5 Mg - Dissolved In 2 L. = 123.25 Mg/l) Vial 4 Kcl (11.5 Mg - Dissolved In 2 L. = 5.75 Mg/l) #concentrated Selenastrum Growth Medium For Algal Tests Kit And Nutrient Stock A For Freshwater Algal Tests Each Containing Five Glass Bottles Containing Concentrated Solutions Of Various Chemicals To Make Up 2 Litres Of Algal Culturing Medium With Deionized Water, According To The Formula Of The Oecd Guideline 201 "alga, Growth Inhibition Test" And The Iso/dis Guideline 8692 "water Quality - Freshwater Algal Growth Inhibition Tests With Unicellular Green Algae". The Vials Should Be Stored In The Refrigerator At 5°c (+/- 2° C) In Darkness Until Use. Contact Person Michelle Lamprecht Contact Numbers 021 444 9144 Email Address Michelle.lamprecht@capetown.gov.za Delivery Date2025/03/20 Delivery Tomichelle Lamprecht Scientific Services Delivery Address7764 Off Jan Smuts Drive ,athlone, Cape Town Contact Personmichelle Lamprecht Telephone Number02144491444 Cell Number Closing Date2025/02/12 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgn1.quotations@capetown.gov.za Buyer Detailsn.mtati Buyer Phone0214006739 Attachments No Attachments Note This Commodity Has Gone On E-procurement Which Means That No Manual Submissions Will Be Accepted For This Commodity, Only Online Bids Will Be Accepted. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date12 Feb 2025
Tender AmountRefer Documents
Municipality Of Jaen, Nueva Ecija Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Construction Of Underground Cabling And Installation Of Street Lights (brgy. Imelda,don Marcos,sapang) 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Fourteen Million Four Hundered Thousand Pesos (14,400,000.00) Being The Abc To Payments Under The Contract For Construction Of Underground Cabling And Installation Of Street Lights (brgy. Imelda,don Marcos,sapang)/ Itb-2025-odpap-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Construction Of Underground Cabling And Installation Of Street Lights (brgy. Imelda,don Marcos,sapang). Completion Of The Works Required 210 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. 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). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos (p 25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. 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 16. 8. Bid Opening Shall Be On January 9, 2025s, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Construction Of Underground Cabling And Installation Of Street Lights (brgy. Imelda,don Marcos,sapang). With Project Identification Number Itb-2025-odpap-01. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 14,400,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 2025 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated 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. 7.subcontracts A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.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. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration 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. 15.2.the Bid And Bid Security Shall Be Valid Until July 18, 2025, Friday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 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. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public 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. 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. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.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 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification 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 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. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:construction Of Underground Cabling And Installation Of Street Lights (brgy. Imelda,don Marcos,sapang) 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Construction Of Underground Cabling And Installation Of Street Lights (brgy. Imelda,don Marcos,sapang) 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 32,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 80,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until July 18, 2025, Friday (210 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 14.4 Million (USD 248.4 K)
Municipality Of Jaen, Nueva Ecija Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehabilitation/reconstruction Of Road (bargy. Langla) 1. The Municipality Of Jaen, Through The Other Development Programs And Projects Cy 2025 Intends To Apply The Sum Of Two Million Pesos (2,000,000.00) Being The Abc To Payments Under The Contract For Rehabilitation/reconstruction Of Road (bargy. Langla)/ Itb-2025-odpap-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Rehabilitation/reconstruction Of Road (bargy. Langla) Completion Of The Works Required 120 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. 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). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. 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 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Invitation To Bid For Rehabilitation/reconstruction Of Road (bargy. Langla). With Project Identification Number Itb-2024-odpap-02. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 2,000,000.00 2.2.the Source Of Funding Is: Other Development Programs And Projects Cy 2025 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated 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. 7.subcontracts A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.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. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration 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. 15.2.the Bid And Bid Security Shall Be Valid Until April 19, 2025, Saturday. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 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. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public 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. 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. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.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 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification 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 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. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:rehabilitation/reconstruction Of Road (bargy. Langla) 2.2 The Funding Source Is: The Other Development Programs And Projects Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project: Rehabilitation/reconstruction Of Road (bargy. Langla) 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 40,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 100,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until April 19, 2025, Saturday (210 C.d.) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 2 Million (USD 34.5 K)
Municipality Of Jaen, Nueva Ecija Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Concreting Of Road Brgy. Marawa 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of One Million Seven Hundered Thousand Pesos (1,700,000.00) Being The Abc To Payments Under The Contract For Concreting Of Road Brgy. Marawa/ Itb-2025-20% Df-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Concreting Of Road Brgy. Marawa. Completion Of The Works Required 90 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. 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). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2025, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. 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 16. 8. Bid Opening Shall Be On January 9, 2025, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 20, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Invitation To Bid For Concreting Of Road Brgy. Marawa. With Project Identification Number Itb-2025-20% Df-03. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 1,700,000.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 2025 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated 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. 7.subcontracts A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.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. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration 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. 15.2.the Bid And Bid Security Shall Be Valid Until March 20, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 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. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public 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. 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. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.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 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification 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 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. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:concreting Of Road Brgy. Marawa. 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project Concreting Of Road Brgy. Marawa. 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 34,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 85,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until March 20, 2025 (90 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2025, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2025, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.3 K)
Municipality Of Jaen, Nueva Ecija Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipal Government Of Jaen Bids And Awards Committee December 19, 2024 Invitation To Bid For Rehabilitation/reconstruction Of Road Brgy. San Pablo 1. The Municipality Of Jaen, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of Four Million Three Hundered Thousand Pesos (4,300,000.00) Being The Abc To Payments Under The Contract For Rehabilitation / Reconstruction Of Road Brgy. San Pablo/itb-2025-20% Df-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Jaen Now Invites Bids For The Invitation To Bid For Rehabilitation/reconstruction Of Road Brgy. San Pablo. Completion Of The Works Required 180 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. 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). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Jaen And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On December 19, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 9, 2024, 01:30 Pm At The Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. 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 16. 8. Bid Opening Shall Be On January 9, 2024, 02:00 Pm At Bac Office, 2nd Floor, Municipal Hall Building, Brgy. Sapang, Jaen Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. The Municipality Of Jaen Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Municipality Of Jaen Anthony S. De Luna Bac Secretariat Municipal Hall Building Brgy. Sapang, Jaen Nueva Ecija December 19, 2024 Medel J. Lopez Bac Chairman 1.scope Of Bid The Procuring Entity, Municipality Of Jaen Invites Bids For The Invitation To Bid For Rehabilitation/reconstruction Of Road Brgy. San Pablo. With Project Identification Number Itb-2025-20% Df-02. 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Year 2024 In The Amount Of P 4,300,00.00 2.2.the Source Of Funding Is: 20% Development Fund Cy 2025 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) 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, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, 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.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated 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. 7.subcontracts A.subcontracting Is Not Allowed. 8.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. 9.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 10.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 12.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 13.bid And Payment Currencies 14.1.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. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 14.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration 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. 15.2.the Bid And Bid Security Shall Be Valid Until June 18, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15.sealing And Marking Of Bids Each Bidder Shall Submit Two Copies Of The First And Second Components Of Its Bid. 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16.deadline For Submission Of Bids 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. 17.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public 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. 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. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18.detailed Evaluation And Comparison Of Bids 19.1.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 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 19.post Qualification 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 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. Bid Data Sheet Itb Clause 1 The Procuring Entity Is The Municipality Of Jaen The Name Of The Contract Is:rehabilitation/reconstruction Of Road Brgy. San Pablo. 2.2 The Funding Source Is: The 20% Development Fund Cy 2025 Of Jaen, Nueva Ecija The Name Of The Project Rehabilitation/reconstruction Of Road Brgy. San Pablo. 3 No Further Instructions 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.4 No Further Instructions 6 No Further Instructions 7.1 “subcontracting Is Not Allowed” 10.1-10.2 The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4 No Further Instructions. 10.5 A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 14.2 “no Further Instructions.” 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than P 86,000.00 , If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less P 215,000.00 If Bid Security Is In Surety Bond. 15.2 Bids Will Be Valid Until June 18, 2025 (180 C.d..) 16 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 17 The Address For Submission Of Bids Is The Chairperson, Bids & Awards Committee, Thru Bac Secretariat At 2nd Floor Municipal Building, Sapang, Nueva Ecija. The Deadline For Submission Of Bids Is On January 9, 2024, 01:30 Pm At 1:30 P.m. 18.1 The Place Of Bid Opening Is 2nd Floor Bac Office, Municipal Building, Sapang, Nueva Ecija. The Date And Time Of Bid Opening Is January 9, 2024, 01:30 Pm At 02:00 P.m. 19 Bid Modification Is Not Allowed. 19.3 No Further Instructions. 20.21 Additional Grounds For Forfeiture Of Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use, One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons.
Closing Date3 Jan 2025
Tender AmountPHP 4.3 Million (USD 74.2 K)
5641-5650 of 5784 archived Tenders