Advertisement Tenders
Advertisement Tenders
Department Of Education Division Of Camarines Sur Tender
Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 2.2 Million (USD 38.6 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-06 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Pasteurized Cows Milk For 2nd, 3rd And 5th Congressional District 200 Ml For 4 Feeding Days 1 Gainza Bottle 1788 21 37,548.00 2 Milaor Bottle 4312 21 90,552.00 3 Minalabac 1 Bottle 4336 21 91,056.00 4 Minalabac 2 Bottle 4040 21 84,840.00 5 Pamplona Bottle 5336 21 112,056.00 6 San Fernando Bottle 6600 21 138,600.00 7 Bombon Bottle 3208 21 67,368.00 8 Calabanga East Bottle 6168 21 129,528.00 9 Calabanga West Bottle 6016 21 126,336.00 10 Camaligan Bottle 3760 21 78,960.00 11 Canaman Bottle 5024 21 105,504.00 12 Magarao Bottle 4832 21 101,472.00 13 Ocampo Bottle 9344 21 196,224.00 14 Pili East Bottle 9460 21 198,660.00 15 Pili West Bottle 7332 21 153,972.00 16 Baao Bottle 11628 21 244,188.00 17 Bula 1 Bottle 6392 21 134,232.00 18 Bula 2 Bottle 4872 21 102,312.00 19 Bula 3 Bottle 3360 21 70,560.00 Plain And Flavored Serving Size - Individually Packed Into 200ml Food Grade Plastic Bottle For The Number Of Feeding Days. Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By National Dairy Authority If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule Twice Weekly Per Drop-off Point Based On The Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending On The Schedule Given By The End User For Every District, Ex. 500ml On Monday, 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop Off Point For Sensory Testing. Payment Schedule Payment Shall Be After The Completion And Acceptance Of The Deliveries Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period Based On Scheduled Delivery Matrix (4 Days Excluding Saturday, Sundays & Holidays) Delivery Starts After Consumption Of 14 Days Or 7 Weeks Of 500ml Total 2,263,968.00 Approved Budget For The Contract: 2,263,968.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photo Copies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. 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 Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Date: Delivery Shall Be Based On Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppliers Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 2.1 Million (USD 36.5 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 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 (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 4.1 Million (USD 71.7 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 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 (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.3 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 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 (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.7 Million (USD 29.4 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 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 (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 13.2 Million (USD 226.3 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-03 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Sterilized Milk For 4th Congressional District 180 Ml For 39 Feeding Days 1 Caramoan North Pouch Or Can 57252 21 1,202,292.00 2 Caramoan South Pouch Or Can 62517 21 1,312,857.00 3 Caramoan East Pouch Or Can 49374 21 1,036,854.00 4 Garchitorena Pouch Or Can 64116 21 1,346,436.00 5 Lagonoy North Pouch Or Can 49920 21 1,048,320.00 6 Lagonoy South Pouch Or Can 91962 21 1,931,202.00 7 Parubcan Pouch Or Can 41496 21 871,416.00 8 Siruma Pouch Or Can 53976 21 1,133,496.00 9 Tinamabac South Pouch Or Can 76284 21 1,601,964.00 10 Tinambac North Pouch Or Can 54444 21 1,143,324.00 11 Tinambac East Pouch Or Can 29835 21 626,535.00 Plain And Flavored Serving Size 180 To 200 Ml Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered Quantified Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging Individually Packed Into180 Ml Food Grade Plastic Polyethyline Pouch For The Number Of Feeding Days. The Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates "deped - Camsur Sbfp Not For Sale" And With Sbfp Camsur Logo. Expiration The Expiration Date Should Be 3 To 5 Months From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 130-170 Kcal Protein 4 -10 G Total Fat 3-7 G Total Carbohydrates 2 - 4 G Saturated Fat 22-30 G Dietary Fiber 15 - 24 G Sugar 15 - 24 G Calcium 220-680mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements " To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By The National Dairy Authority. If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule In Two Tranches (20 For The First Tranche And 19 For The 2nd Tranche) 15 Days Apart, Based On Scheduled Delivery Matrix. Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District) No Delivery On Friday, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Staggered Payment Once Distribution Has Started And Completion Of Documents Required For Payment 1st Progress Billing: Upon Completion And Acceptance Of The 1st Tranche Of Delivery. 2nd Progress Billing: Upon Completion And Acceptance Of The 2nd Tranche Of Delivery. Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 39 Days Excluding Saturdays And Sundays Based On Scheduled Delivery Matrix Total 13,254,696.00 Approved Budget For The Contract: 13,254,696.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 Instruction To Bidders: 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community Based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community Based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. 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 Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Schedule: In Two (2) Tranches Based On Delivery Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppli Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.1 Million (USD 20 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 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 (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: Restricted invitation to tender with public participation competition Vob/a heating-ventilation-sanitary 1. The construction project involves the new extension of the fire station with 4 vehicle parking spaces and the necessary social rooms. The existing building will be partially demolished and rebuilt. The base to be added to the vehicle hall, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be newly built using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the building yard (fire service location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see appendix. Everything else must be agreed with the construction management, particularly exceptions. 2. During the project, some work may be carried out by building yard employees and fire service members on their own. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be implemented. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost shares requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if certain items are no longer required, the order may be for just the delivery of materials. 4. Each contractor must provide their own construction site toilets and break rooms. Energy, water and electricity are provided free of charge. 5. A weekly construction meeting is held with all contractors in the community center/construction site. Company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor acknowledges the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out any work required outside of working hours at no extra cost so as not to jeopardize the dates for subsequent work. He undertakes to provide the number of workers according to the amount of work and the working days. 7. the contractually binding partial deadlines are set out in the construction schedule. 8. the work advertised must be carried out in partial deliveries in accordance with the construction progress. This does not give the contractor any right to assert additional claims. 9. waste and rubble disposal must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10. all further details can be found in the list of services. 11. contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12. services that exceed the contract value require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13. daily construction reports must be kept. The forms from "Zweckform - Construction Daily Reports No. 177" or similar are to be used as templates. These are to be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked are to be entered here. 14.Depending on the trade, all inventory and audit documents are to be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data carrier): Final payment will only be approved once the Vg documents have been submitted. 15.The bidder acknowledges these preliminary remarks by signing the list of services. PRELIMINARY REMARKS The basis of the contract is - Vob, Part B (DIN 1961) - Vob, Part C (DIN 18 299) - Vob, Part C (DIN 18 380) - Vob, Part C (DIN 18 421) in the version valid at the time of the tender. When carrying out the services, the following standard sheets and guidelines in particular must be observed: - Second Ordinance Amending the Drinking Water Ordinance of December 5, 2012 - Drinking water dimensioning according to DIN 1988-300 - DIN 1986 and DIN 1988 - Energy Saving Ordinance (ENEV) - Water Management Act (WHG) - Here: Section 19 - Safety equipment for heating systems DIN 4751 and VDI 2715 - House chimneys DIN 181 60 - Calculation of chimney dimensions DIN 4705 - Masonry standard DIN 1053, Part 3 - Model guideline on fire protection requirements for pipe systems (model pipe system guideline MLAR) - Electrical equipment for combustion systems DIN VDE 0116 - Technical rules for hazardous substances TRGS 905 and 952 - Technical rules for gas installation TRGI Ï68 - 1996 - DVGW worksheet G 459 - Gas house connections for operating pressures up to 4 bar; installation - Technical rules for liquefied petroleum gas (TRF) 1996 - Guidelines for the use of liquefied petroleum gas Zh 1/455 (GUV 19.9) - Technical connection conditions of the local electricity and gas supply company - Contract template for maintenance (servicing, inspection, repair) of technical systems and facilities in public buildings (Maintenance 90) - as well as all relevant standard sheets and guidelines. The electrical connection and electrical installation of the items advertised must be carried out by the contractor in accordance with the VDI regulations (DIN VDE 0100) and the technical connection regulations of the electricity supply company and must be included in the unit prices. The supply lines are laid on site, and the contractor is responsible for laying and connecting them. Official rules and regulations, rules of the statutory accident insurance provider remain unaffected. The bidder is free to inspect the construction site in order to be able to take all the work that determines the price into account. Additional demands due to insufficient knowledge of the assembly conditions and the scope of work cannot be granted. All travel costs, parking fees, construction site facilities, construction meetings and the like are to be included in the unit prices and are not reimbursed separately. Participation in weekly construction meetings is to be included in the calculation. The use of subcontractors is only permitted with the express consent of the client. Particular care/caution is required when securing the construction site and when arriving and leaving the construction site. In deviation from DIN 18 379 and DIN 18 380, the following are agreed: 1.)Special measures for sound insulation in accordance with DIN 4109 and vibration dampening of system components against the building structure are to be included in the corresponding items. 2.)Delivery and assembly of pipe sleeves are to be included in the unit prices. 3.)Services in accordance with DIN 18 380, points 4.2.11 and 4.2.13 are to be included. 4.)Adapting system components to services not carried out to size by other contractors is not remunerated separately and is to be included in the unit prices. 5.)Checking the electrical cabling and the control and regulation system that is not carried out by the contractor is to be included in the unit prices. 6.) Chiselling and drilling for inserting brackets must be included in the unit prices. 7.) Erection and dismantling as well as provision of scaffolding whose working platforms are more than 2 m above the ground or floor must be included. 8.) Preparation of inventory and inspection plans must be included in the unit prices (unless shown as a separate item). EXECUTION - GENERAL: Fire protection: All soldering and welding work must be carried out with particular caution; additional fire protection measures, such as providing filled water buckets or fire extinguishers, must be taken. Before leaving the construction site, all work areas must be carefully checked for possible fire nests - this applies in particular to the ceiling and floor cavities. Accident prevention: Please note that the respective contractor is responsible for keeping the construction site tidy. In particular, the contractor is obliged to clean the construction site at regular intervals to remove any leftover materials, waste, etc. If the contractor does not comply with the construction management's request to clean, another company will be commissioned to carry out the work. The contractor must bear the resulting costs or the costs will be passed on to the companies involved in the construction. EXECUTION: Checking equivalence: The items in the tender are advertised in a completely product-neutral manner. Product details are only given where existing components are to be reused or need to be expanded, such as control systems. If equivalent types are offered that do not comply with the manufacturing and type designations for materials, valves, etc. specified in the tender, then in order to obtain clear price comparison options, brochures must be enclosed with the tender showing the equivalence of the items offered. Accessories such as controls, mixer motors, exhaust systems, etc. must be offered by the same manufacturer as the heating system in order to guarantee the system warranty. Sound insulation: The contractor must observe and take all measures in accordance with DIN 4109 "Sound insulation in building construction" and VDI 2715 "Noise reduction in warm and hot water heating systems" to avoid noise transmission. Thermal insulation: The Vob, Part C, DIN 18 421 and the Energy Saving Ordinance (enev) apply to the execution of the work. For the "direct handling" (i.e. placing on the market, processing, removal, etc.) of products made of artificial or natural, inorganic mineral fibers, TRGS 905 and TRGS 952 apply, in the version valid at the time of the tender. Attention! Only insulation materials that meet the acquittal criteria of TRGS 905 or that have the rating "free from suspected cancer" may be offered and processed! Proof of the classification of the insulation material must be included in the offer! Technical room - heating-water: Thermal insulation made of mineral fiber shells, aluminum-laminated with PVC foil sheathing. Cold water with rubber insulation. The sheathing must be processed correctly so that an increased release of fiber dust does not pose a health risk! DESCRIPTION OF THE SYSTEM General: The measure involves the conversion and extension of an existing fire station, Goethestrasse 32, 35114 Haina (kloster). A conversion and extension of the existing fire station is being carried out. The conversion includes the renewal of the sanitary facilities and the sanitary installation. The fire station will receive new underfloor heating and new radiators. The heating remains in the house connection room. The extension will be equipped with underfloor heating on the ground floor and first floor. Hot water is prepared for the ground floor using the existing hot water preparation centrally in the boiler room. On the first floor, hot water is prepared using instantaneous water heaters. Sanitary installation: Waste water pipes will be re-laid and connected to the new toilets and washbasins. Hot water is prepared decentrally using instantaneous water heaters. Cold and hot water is supplied to the individual taps using copper pipes and metal composite pipes. Prefabricated wall installations will be installed in the washrooms. The prefabricated wall installations must be integrated using drywall. The pipes are laid from above in clad installation shafts or in the suspended ceiling and in the prefabricated walls to be created. A hygienic drinking water installation is planned with flushing stations at the end of the installation or in ring mains. Drinking water samples taken before the system is handed over are to be included in the unit price of the contract unless specifically advertised. Careful and clean work must be carried out on the construction site. All components of the drinking water system must be transported and stored in such a way that internal contamination is avoided. To keep the system components in perfect condition, their protective devices must not be removed until immediately before assembly. The system must first be leak-tested dry using oil-free compressed air or inert gas in accordance with the Zvshk information sheet. All pipes, cold and hot water pipes are 100% insulated. Cold water is to be laid separately from hot water pipes. Heating installation: A new heating circuit distributor is to be installed in the building's technical room. Circuit regulating valves are provided, which are regulated using a measuring computer. All circuits are hydraulically balanced. The pipes are laid in copper pipe. This must be factored into the unit prices. Careful and clean work must be carried out on the construction site. All pipes, supply and return lines are to be 100% insulated. Heating lines are to be laid separately from cold water pipes. The utmost care and consultation with all companies involved in the construction and the construction management is required. The construction site must always be staffed with enough specialist personnel in order to adhere to the construction schedule. Measurements must be numbered and carried out room by room. Timesheets must be submitted to the construction management by the end of the week at the latest. Hourly work must always be announced to the construction management before execution and only carried out after approval. Timesheets submitted without prior consultation with the construction management will not be accepted. Timesheets must also be numbered. A measurement summary must be prepared for each invoice. This must be taken into account in the calculation. ACCEPTANCE Acceptance must be formal. The contractor will be given the opportunity to put the system into operation before acceptance. During this time, the operating personnel should be instructed if possible. Acceptance will only take place if the system is already running safely, all of the instructions listed below have been provided and appropriate labels have been put up on the system components. In addition, the system must meet the required conditions in terms of function and performance. The following must be submitted in duplicate for acceptance: inventory and inspection documents for the entire heating and sanitary system must be submitted in duplicate, 1 set in color and digitally (copied onto a CD or data carrier). Divided into the following chapters: 1. System description 2. Calculations/design data 3. Certificates/proof 4. Measurement reports 5. Manufacturer list/hotline 6. Component documents 7. Maintenance information 8. Spare parts list/consumable parts list 9. Diagrams 10. Drawings with the following contents: - System description - System log for filling and make-up water - Setting report for flushing stations - Reports on leak tests and pressure tests carried out - Certificates for flushing pipes - Commissioning reports - Instruction of operating personnel - Measurement reports for air volumes - Proof of hydraulic balancing - Technical data sheets - Operating and maintenance instructions - Manufacturer's assembly and service documents - Table of contents and dividers - Specialist contractor declaration in accordance with Enev - Contractor declaration for technical building equipment - Acceptance reports for chimney sweeps - Heating + ventilation circuit diagrams - Declarations of conformity for fire protection - Spare parts lists/consumable parts lists - Inspection drawings (inventory plans) - Diagrams (existing plans) in A4 folders and 1 copy in digital form (USB stick/CD). Additional contract terms § 1 The latest version of the procurement and contract regulations (parts B and C) apply. § 2 Before submitting a tender, the construction site and access roads must be inspected and the drawings viewed so that the tenderer is familiar with the local conditions. A lack of information about the location, the scope of work or any other opinion does not entitle the tenderer to make subsequent demands. § 3 Tender prices are fixed prices. Wage increases cannot be taken into account until 12 months after the tender has been submitted. After this date, collectively agreed wage increases can only be taken into account if they were not previously announced. § 4 Each contractor must ensure that the preconditions for his work are met before starting work; otherwise the construction management must be informed in writing. Hourly wage work may only be carried out on the basis of a prior order from the construction management. The required daily wage reports must be submitted to the construction management in writing for signature no later than 3 days after completion. Daily wage reports that are not recognized will not be taken into account in the billing. § 5 The client reserves the right to delete individual items from the list of services in whole or in part. If this occurs, the contractor has no claim to lost profits. Changes in quantity do not entitle the contractor to a price change. § 6 The contractor's special delivery and payment terms will not be recognized. § 7 The client is entitled to retain a security amount of 5% of the final sum for the duration of the liability for claims for defects after defect-free acceptance and invoice verification (not for scaffolding work). This amount can be replaced by a bank guarantee. 10% of the interim invoices submitted will be retained as security for contract fulfillment. § 8 The contractor expressly confirms that the expertise and performance capability of his company and his specialists is given to accept this order. § 9 The contractor must pay a contractual penalty of 0.2% of the gross order amount for each calendar day of delay. The contractual penalty is limited to a maximum of 5% of the gross order amount. § 10 Warranty period: in accordance with Vob, but the duration is extended to 5 years! § 11 Acceptance takes place formally with an acceptance protocol; fictitious acceptance is excluded. § 12 The award period ends on March 18, 2020. The bidder remains bound to his offer until the end of this period. § 13 The contractor is obliged to verify the location and route of underground cables and channels. § 14 The client reserves the right to request daily construction reports from the contractor every working day. § 15 Notices of disability must also be in writing if the disability is obvious. End of the preliminary remarks
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.4 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 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 (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.5 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-08 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Pasteurized Carabaos Milk For Libmanan District 500 Ml For 14 Feeding Days 1 Libmanan 1 Bottle 22736 52.5 1,193,640.00 2 Libmanan 2 Bottle 19642 52.5 1,031,205.00 3 Libmanan 3 Bottle 16716 52.5 877,590.00 4 Libmanan 4 Bottle 16268 52.5 854,070.00 Plain And Flavored Serving Size "1000ml - Individually Packed Into Two (2) 500ml Food Grade Plastic Bottle For The Number Of Feeding Days. " Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By The Philippine Carabao Center. If Jva, The Joint Agency Must Also Be A Pcc-accredited And Assisted Company Or Cooperative. Delivery Schedule Twice Weekly Per Drop-off Point, Based On Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending To The Schedule Given By The End User For Every District, Ex.500ml On Monday, 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Staggered Payment Once Distribution Has Started And Completion Of Documents Required For Payment 1st Progress Payment – After Completion & Acceptance Of The 1st & 2nd Week Of Deliveries. 2nd Progress Payment – After Completion & Acceptance Of The 3rd & 4th Week Of Deliveries. 3rd Progress Payment – After Completion & Acceptance Of The 5th, 6th & 7th Week Of Deliveries. Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 39 Days Excluding Saturdays And Sundays Based On The Scheduled Delivery Matrix Total 3,956,505.00 Approved Budget For The Contract: 3,956,505.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community Based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community Based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20,2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. 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 Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025 9:00 A.m. Delivery Date: Deliveries Shall Be Based On Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
6411-6420 of 6878 archived Tenders