Advertisement Tenders

Advertisement Tenders

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
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. 25-01-05 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 4th Congressional District 500 Ml For 14 Feeding Days 1 Goa 1 Bottle 31122 52.5 1,633,905.00 2 Goa 2 Bottle 25326 52.5 1,329,615.00 3 Sagnay Bottle 32704 52.5 1,716,960.00 4 San Jose Bottle 28938 52.5 1,519,245.00 5 Tigaon Bottle 42602 52.5 2,236,605.00 6 Bato Bottle 32844 52.5 1,724,310.00 7 Buhi South Bottle 16716 52.5 877,590.00 8 Nabua East Bottle 18186 52.5 954,765.00 9 Nabua West Bottle 13846 52.5 726,915.00 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 Quantified 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 (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 School 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 35 Days Or 14 Weeks For The 3rd Congressional District And 35 Feeding Days Or 14 Weeks For The 5th Congressional District Excluded Saturday And Sundays For The 4th Congressional District 35 Days Or 14 Weeks After The Ntp For The 5th Congressional District 35 Feeding Days Or 14 Weeks After The 4th Congressional District Or Based On Scheduled Delivery Matrix Total 12,719,910.00 Approved Budget For The Contract: 12,719,910.00 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, 2025 9:00 A.m. Delivery Date: Shall Be Based On The 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
Closing Date20 Jan 2025
Tender AmountPHP 12.7 Million (USD 217.1 K)

Ministry Of Public Works BARMM Tender

Civil And Construction...+1Others
Philippines
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
Closing Date18 Feb 2025
Tender AmountPHP 8.9 Million (USD 155 K)

Offizielle Bezeichnung Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice – Sector Directive, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (construction work) Uw Berliner Straße Project description substation Berliner Straße The structure is being built on a 2,095 m² plot of land and is structured as follows: The cables are introduced into the building in the basement. From there, they are led directly into the 20 kV switchgear on the ground floor and via an open shaft into the 110 kV switchgear on the first floor. The two 110 kV transformers provided are arranged on the ground floor, while the oil drip pans for these transformers are located in the first basement. The building has a staircase in the southern area that provides access from the basement to the roof. A freight elevator will also be installed that reaches up to the first floor. The structure extends over a depth of approx. 22.5 m and a width of approx. 48.8 m. On the southwest side, a shaft approx. 2 m wide is planned, which serves the forced cooling of the two 50/63 mva transformers. The total building height is approx. 15.3 m including a parapet of 1.4 m. The civil engineering includes a well foundation for the foundation and the construction of a Berlin shoring with rear anchoring to secure the excavation pit. Furthermore, the building must be provided with a predefined expanded metal facade with corresponding substructure all around. The 110 kV switchgear on the first floor is to be designed as a gas-insulated double busbar variant with an alternative gas to SF6 that meets the current requirements of the F-gas regulation. This switchgear comprises seven panels with the following division: transformer 1, feed-in network 1, longitudinal separation, cross-coupling, feed-in network 2, transformer 2 and reserve panel. The busbars and panels are to be designed for 2500 A and a short-circuit current of 40 KA for 3 seconds. The standardized protection and control cabinets are housed in a separate adjacent room. A 110 kV E-coil is to be installed on the first floor and connected to the 110 kV star points of the transformers. The isolators to be supplied are located in the E-coil room. All required connections are to be taken into account in the scope of the project. The 20 kV primary switchgear and the star-point switchgear are located on the ground floor. The primary switchgear is to be implemented as an air-insulated double busbar with a nominal current of 2500 A and a short-circuit current of 25 Ka for 3 seconds. It comprises 42 panels, two of which are to be provided as space reserves. The switchgear is divided into three busbar sections that are connected to one another via two longitudinal couplings. Sections 1 and 3 also contain cross-couplings. The star-point switchgear is to be implemented as an air-insulated single busbar, comprises 11 panels and can be connected to one another via three longitudinal couplings. It is to be designed for a nominal current of 1250 A and a short-circuit current of 20 Ka for 1 second. Two 20 kV E coils, a grounding transformer and the 20 kV star points of the transformers provided are to be connected to this system. All required connections are to be taken into account in the scope of the project. The AC and DC switchgear and the batteries for the DC supply are located in the first basement. The DC switchgear is to be designed redundantly and includes two batteries, each with 200 Ah at 220 Vdc. The AC switchgear includes six panels, including a feed panel for the 400 kVA auxiliary winding of the grounding transformer, a feed panel for a 400 A house connection and one for the emergency power system. In addition, three fans are installed in the basement for ONAF operation of the 110 kV transformer rooms. All technical components are to be designed in accordance with the current standards and regulations. Design of the electrical equipment ? 110 kV switchgear in SF6-free design including control cabinets (7 fields with space reserve for one more) ? Two 110/20 kV transformers with an output of 50/63 MVA (will be provided) ? 20 kV primary switchgear // DSS system, air-insulated (42 fields) ? 20 kV starpoint switchgear // ESS system, air-insulated (11 fields) ? Two 20 kV E-coils up to 52-520 A in continuous operation, 650 A in short-time operation (will be provided) ? One 110 kV E-coil up to 24-240 in short-time operation (will be provided) ? One earthing transformer with a starpoint current of up to 565 A in continuous operation; 660 A in short-term operation, as well as a net output of 400 KVA (will be provided) ? AC and DC power systems ? 220 Vdc battery system Division of the rooms in the substation ? Basement O 2 transformer troughs O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods elevator (1x for SW network) O Technical room O AC power system room O DC power system room O Battery room O Tank room O Cable cellar (20 and 110 kV cables) O Cable ducts (2x 110 kV, 2x LWL, 1x TGA, etc.) ? Ground floor O 2 transformer rooms O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods lift (1x for SW network) O Bma/ema room O Corridor O 2 20 kV e-coil rooms O 1 earthing transformer room O 20 kV DSS primary and star point switchgear room O Sanitary rooms O 20 kV technical room O Cable ducts (2x 110 kV, 2x LWL, 1x TGA etc.) ? First floor O 2 air spaces for the transformers O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods elevator (1x for SW network) O Corridor O 110 kV protection and control technology O 1 x 110 kV e-coil room O 110 kV switchgear room O 110 kV technical room O Emergency power system room O Cable shafts (2x LWL, 1x TGA etc.) Building including civil engineering The client will conduct a negotiated procedure with a prior competition for the award of construction services. Only the equipment provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. He will then ask the best-placed applicants (maximum of five) to submit a bid for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in relation to the references in accordance with the competition. The invitation to submit a tender (aza) is issued secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the subject matter of the contract, the contractual regulations and the service specifications. The incoming offers are checked for form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders are invited to the negotiation round and their offers are negotiated separately with them. Further negotiation rounds remain reserved. The offers are evaluated based on the evaluation criteria and the evaluation matrix announced there. Electrical systems The client is conducting a negotiated procedure with a prior competition for the award of construction services. Only the documents provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. It will then invite the best-placed (maximum of five) applicants to submit an offer for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in relation to the references in accordance with the competition. The invitation to submit an offer (aza) is made secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the object of the contract, the contractual regulations and the service specifications. The incoming offers are checked in terms of form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders will be invited to the negotiation round and their offers will be negotiated with them separately. Further negotiation rounds remain reserved. The offers will be evaluated based on the evaluation criteria and the evaluation matrix announced there.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Sta. Fe, Gen. Macarthur, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Five Hundred Twenty Thousand Three Hundred Sixty Nine Pesos & 59/100 Only (php3,520,396.59) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-018 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Sta. Fe, Gen. Macarthur, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (3.13 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No.803(1)a – Structure Excavation (common Soil) (65.85 Cu.m.), Item No. 804(1)a – Embankment From Excavation (174.12 Cu.m.), Item No. 900(1) – Structural Concrete (115.14 Cu.m.), Item No. 902(1) – Reinforcing Steel, Grade 40 (9,357.51 Kg), Item No. 903(1) – Formworks And Falseworks (scaffolding) (1.00 L.s.), Item No.1047(3)a – Metal Structure Accessories (anchor Bolts) (76.44 Kg), Completion Of The Works Is Required Within 94 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date24 Jan 2025
Tender AmountPHP 3.5 Million (USD 60.1 K)

Province Of Eastern Samar Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Nagaja, Hernani, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million One Hundred Thousand Pesos Only (php2,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-024 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Nagaja, Hernani, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No.800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (80.23 Cu.m.), Item No. 804(4) – Gravel Bedding (25.85 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1) – Reinforcing Steel (deformed) (7,020.77 Kg), Item No. 900(1)c2 – Structural Concrete For Footing And Slab On Fill (38.71 Cu.m.), Item No. 900(1) – Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (23.20 Cu.m.), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (584.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc, Completion Of The Works Is Required Within 100 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 27, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date27 Jan 2025
Tender AmountPHP 2.1 Million (USD 35.8 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Agsaman, Jipapad, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Six Hundred Sixty Eight Thousand Three Hundred Fifty Eight Pesos & 55/100 Only (php2,668,358.55) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-025 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Agsaman, Jipapad, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (2.23 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (102.14 M3.), Item No. 804(1)a – Embankment From Structure Excavation (102.14 M3), Item No. 804(4) – Gravel Bedding (10.56 M3), Item No. 900(1) – Structural Concrete (tie Beam, Column & Roof Beam) (33.84 M3), Item No. 900(1)c2 – Structural Concrete (footing & Slab On Fill) (11.55 M3), Item No. 902(1) – Reinforcing Steel (7,198.12 Kg), Item No. 903(2) – Formworks And Falseworks (275.89 M2), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 94 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 27, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date27 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.5 K)

Province Of Eastern Samar Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Dorillo, Jipapad, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos Only (php3,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-026 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Dorillo, Jipapad, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7 - Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (69.05 Cu.m..), Item No. 804(4) – Gravel Bedding (11.1 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1) – Reinforcing Steel (deformed) (7,474.67 Kg), Item No. 900 – Structural Concrete (65.91 Cu.m.), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (584.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 27, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date27 Jan 2025
Tender AmountPHP 3.5 Million (USD 59.6 K)

City Of Cape Town Tender

Textile, Apparel and Footwear
South Africa
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500510 Title Recreational Items See Sample Pic Pdf Description 10 Each X Cotton Ribbon Lace Trims 1 Each X Plastic Bib Aprons 30 Each X Cotton Fabric 30 Each X Cotton Fabric 10 Each X Canvas Fabric 10 Each X Canvas Fabric 10 Each X African Beads 10 Each X Glass Beads 10 Each X Knitting Needles 10 Each X Small Reel Polyester Thread 10 Each X Crochet Needles 10 Each X Small Reel Polyester Thread 10 Each X Small Reel Polyester Thread 10 Each X Small Reel Polyester Thread 20 Each X Beading Thread 100 Each X Embroidery Thread 2 Each X Storage Container 2 Each X Padlocks Specification* Gg12500510 Disability Workshops 10 Rolls X Cotton Ribbon Lace Trims Specification 2cm Width X 10meter Per Roll -white, Beige And Black Or Equivalent Delivery Date 03 March 2025 Delivery Address 112 Bloemhof Building, Bellville Contact Person Details Name <(>&<)> Surname Linda Petersen E-mail Address Linda.swartz@capetown.gov.za Telephone No. (021) 444-2757cell 083 339 8564 * 1 Bag X Plastic Bib Aprons Tie-back Per Pack Of 100 Disposable Aprons Specification 1 X 100 Pack - Disposable Plastic Bib Aprons - 83 L X 63 W * 30 Meters X Cotton Fabric - 150cm Width Specification Plain Fabric 150cm Width X 20 Meter Roll * 30 Meters X Cotton Fabric ? 150cm Width Specification Floral Printed Fabric150cm Width X 20 Meter Roll * 10 Meters X Canvas Fabric Specification White Canvas Fabric Medium Thickness For Painting * 10 Meters X Canvas Fabric Specification Beige Canvas Fabric Medium Thickness For Painting * 10 Packs X African Beads Specification Assorted Colours Loose Spacer Beads Or Equivalent * 10 Packs X Glass Beads Specification Assorted Colours Loose Spacer Beads Or Equivalent * 10 Pairs X Knitting Needles Specification Bamboo Or Steel Knitting Needles Assorted Sizes ( 4, 5, 6,8,10) * 10 Reels X Small Reel Polyester Thread X 1000 Meters Specification Red Small Reels X 1000 Meters Per Roll * 10 Reels X Crochet Needles Specification Crochet Needles Assorted Sizes (2, 2.5, 3, 3.5, 4, 5, 6) * 10 Reels X Small Reel Polyester Thread X 1000 Meters Specification Black Small Reels X 1000 Meters Per Roll * 10 Reels X Small Reel Polyester Thread X 1000 Meters Specification Cream Small Reels X 1000 Meters Per Roll * 10 Reels X Small Reel Polyester Thread X 1000 Meters Specification White Colour Small Reels X 1000 Meters Per Roll Or Equivalent * 20 Reels X Beading Thread Specification Beading Thread On Reels Assorted Colours 4mm Or Equivalent * 100 X Embroidery Thread Specification Embroidery Thread- Random Colours And Multi Coloured Or Equivalent * 2 X Storage Container Specification Assorted Colours 120l Containers 450mmx450mmx700mm * 2 X Padlocks Specification Nono Locks Or Equivalent 60mm X40mmx20mm Delivery Date2025/03/03 Delivery Tocs - Social & Development Cssd Delivery Address112 Bloemhof Building, Bellville Contact Personlinda Petersen Telephone Number0214442757 Cell Number0833398564 Closing Date2025/02/05 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Municipality Of Monkayo, Compostela Valley Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Monkayo, Davao De Oro Invitation To Bid For Procurement Of Labor And Materials For Upgrading Of Municipal Evacuation Center In Pob. Monkayo 1. The Local Government Unit Of Monkayo, Davao De Oro Through The Ldrrmf Intends To Apply The Sum Of Seven Hundred Thousand Pesos Only (php. 700,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Labor And Materials For The Projects Of Upgrading Of Municipal Evacuation Center In Pob. Monkayo / Pb-2025-010 Under Purchase Request Number 100-25-01-0026. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Item/description Approved Budget For The Contract Delivery Period 1 Lot Procurement Of Labor And Materials For The Projects Of Upgrading Of Municipal Evacuation Center In Pob. Monkayo Php 700,000.00 The Intended Completion Date Is Within Sixty (60) Calendar Days, Upon Receipt By The Contractor Of The Notice To Proceed 2. The Local Government Unit Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. 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) 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference N/a Advertising/ Posting Of Invitation To Bid January 22, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 23, 2025 (8:00am To 5:00 Pm) To February 4, 2025 (8:00am To 5:00 Pm) Deadline For Submission February 4, 2025 (1:00 Pm) Opening Of Bids February 4, 2025 (2:00 Pm) 4. 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. 5. Interested Bidders May Obtain Further Information From Local Government Unit Of Monkayo, Davao De Oro And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm Weekdays, Except For Holidays And Declared Non-working Holidays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos Only (php. 1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Local Government Unit Of Monkayo, Davao De Oro Will Hold A Pre-bid Conference On ________________________ At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 4, 2025 ;1:00 Pm. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On February 4, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. On The Opening Of Bids, Representatives Of Bidders Must Present Proof Of Authority (special Power Of Attorney). 12. The Local Government Unit Of Monkayo, Davao De Oro 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. 13. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Unity Building J. Martin St. Government Center. Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: [http://notices.philgeps.gov.ph] January 22, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Closing Date4 Feb 2025
Tender AmountPHP 700 K (USD 11.9 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Road Improvement And Rehabilitation (widening) Of Brgy. 1 – Brgy. Barobo Provincial Road Phase-1 Llorente, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Thirty Million Pesos Only (php30,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-074 Road Imprvement And Rehabilitation (widening) Of Brgy.1 – Brgy. Barobo Provincial Road Phase-1, Llorente, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/signboard (1.00 Each), Item No. B.7 – Occupational Safety And Health Program (5.93 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. B.8(1) – Traffic Management (5.93 Month), Item No. 101(3)a.1 – Removal Of Existing Concrete Pavement (550.13 Sq.m.), Item No. 102(2)a – Roadway Excavation (surplus Common) (3,529.82 Cu.m.), Item No. 105 – Subgrade Preparation (10,085.20 Sq.m.), Item No. 201 – Aggregate Base Course (1,512.78 Cu.m.), Item No. 311(1)a.2- Pcc Pavement(plain) – Conventional Method, 200 Mm Thk (10,085.20 Sq.m.), Item No. 404 – Reinforcing Street Bar, Grade 40 (minor Structures) (3,210.67 Kg), Item No. 405 – Structural Concrete Class A (minor Structures) (30.25 Cu.m.), Item No. 505(5) – Grouted Riprap (class A) (294.00 Cu.m.) , Completion Of The Works Is Required Within 178 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos Only (php10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date14 Feb 2025
Tender AmountPHP 30 Million (USD 516.9 K)
6421-6430 of 6875 archived Tenders