Advertisement Tenders
Advertisement Tenders
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0055 Contract Name: Replacement Of Concrete Pavement Along Cabatuan-new Lucena-banga Bante Road (s00545pn), K0035+000 - K0036+000 With Exception, New Lucena, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 Maintenance And Other Operating Expenses (mooe) - Early Procurement Activity (epa) Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos Only (php 2,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Replacement Of Concrete Pavement Along Cabatuan-new Lucena-banga Bante Road (s00545pn), K0035+000 - K0036+000 With Exception, New Lucena, Iloilo / 25gi0055. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Replacement Of Concrete Pavement Along Cabatuan-new Lucena-banga Bante Road (s00545pn), K0035+000 - K0036+000 With Exception, New Lucena, Iloilo Contract Id No. : 25gi0055 Locations : New Lucena, Iloilo Scope Of Works : Replacement Of Concrete Pavement Approved Budget For The Contract : Php 2,500,000.00 Contract Duration : 23 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C & D For Ge-1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridges). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 24 - January 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On January 2, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before January 14, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 14, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: December 24, 2024 Eva S. Bedonia Bac Chairperson
Closing Date14 Jan 2025
Tender AmountPHP 2.5 Million (USD 42.8 K)
City Of Pagadian Tender
Furnitures and Fixtures
Philippines
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-1-07-07-010/2saip24-9000-rfi (furniture & Fixture) With An Approved Purchase Request Nos. 179 Pagadian City, As Described Below: Pbg-2025-01-12 Procurement Of Various Furnitures For The Use Of Poloyagan Beach Resort, Palpalan Viewing Deck & Water Park, In This City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 1 Set Nordic Coffee Table With Chairs 173,504.00 173,504.00 Inclusion: 4 Tables (round) 70cm 16 Chairs 2 1 Set Square Dining Table With Chairs 171,392.00 171,392.00 Inclusion: 4 Tables (60cmx60cmx75xm) 16 Chairs 3 1 Set Rectangular Dining Table With Chair 288,288.00 288,288.00 Inclusion: 6 Tables (140cmx80cmx75xm) 36 Chairs 4 1 Set Wooden Round Coffee Table With Chair 354,432.00 354,432.00 Inclusion: 8 Tables (140cmx80cmx75cm) 32 Chairs 5 1 Set Hot Pot Leisure With Chair 382,464.00 382,464.00 Inclusion: 18 Tables (120cmx60cmx75xm) 72 Chairs 6 1 Set Modern Dining Table With Chairs 402,304.00 402,304.00 Inclusion: 14 Tables (120cmx60cmx75xm) 56 Chairs 7 1 Unit Bird's Nest Bed (size: 2200cmx1400cmx1800cm) 102,192.00 102,192.00 8 1 Unit Bird's Nest Bed (size:1800x2100) 93,600.00 93,600.00 9 1 Unit Outdoor Lying Bed With Coffee Table 131,040.00 131,040.00 Sofa Size: 1750x1450x1500h Coffee Table: 1200x600x400h 10 1 Unit Courtyard Rattan Like Outdoor Bed 98,800.00 98,800.00 Bed Size: 2500x2150x1930h 11 2 Units Pavillion Including Floor (size: ɸ 3600) 117,520.00 235,040.00 12 1 Unit Full Circle Sofa With Coffee Table (size: 3 Meters) 119,808.00 119,808.00 13 1 Unit Customized Roman Tent /outdoor Villa (size: 3x4 Meters) 109,200.00 109,200.00 14 1 Set Elegant Executive Sofa With Pillow & With Coffee Table 157,040.00 157,040.00 Single Seat *2: 840*920*720h Double Seat *1: 1500*920*720h Coffee Table *2: 1100*610*360h Small Square Table: 555*500*550h Corner Sofa: 3800*920*710h Orange 15 1 Set Elegant Executive Curved Sofa (size: 5500x750x720h) 121,680.00 121,680.00 16 1 Set Creative Open-air Rattan Like Sofa 58,688.00 58,688.00 4 Chair Size: 650x650x700h Coffee Table : 750x750 17 1 Set Island Cage With Coffee Table 63,072.00 63,072.00 Size Of Cage: 900x9009190h X 2 Pcs Table: 500x500x450 18 2 Units Suspension Hammock (size: ɸ 1800) 67,440.00 134,880.00 19 1 Unit Bird's Cage Bed (size: ɸ 1500) 72,800.00 72,800.00 20 1 Unit Bird's Cage Bed (size: ɸ 1800) 79,040.00 79,040.00 21 1 Unit Outdoor Patio Umbrella With Stand & One Table & 4 Chair 60,736.00 60,736.00 22 2 Unit Luxembourg Galvanized Double Roof Luxury Awning (size: 300x3650) 111,280.00 222,560.00 23 1 Unit Outdoor Patio Cast With Aluminum Tables & Chairs 119,392.00 119,392.00 Inclusion: 2 Tables (1500cmx900cmx760cm) 8 Chairs 24 1 Set 3-person Tent Swing /twin (size: 2230x140x2500h) 63,680.00 63,680.00 25 1 Set 4 Heavy Duty Multi-functional Beach Umbrella (size: 3000ɸ) 79,040.00 79,040.00 26 1 Unit Executive Sofa Chair With Coffee Table 102,672.00 102,672.00 Size: 3500x1800x700hh Spray Color Pd042k" 27 1 Unit Garden Pavillion 99,840.00 99,840.00 "product Size: 3000x4000x2830mm Cross Beam (aluminum) 107x46x1.0mm Parietal Bone (aluminum) 40x4x1.0mm 32x48x1.0mm 28 1 Set Table With Plate Countertop, Wrouglit Iron Antique & Painted With Old Craftmanship 67,840.00 67,840.00 Inclusion: 2 Tables (120cmx50cmx87cm) 4 Bench Chairs 29 1 Set Slate Countertop 6 Seater Table With Metal Tripod & Hardware Copper Set 55,328.00 55,328.00 Inclusion: 1 Table (140cmx80cmx75cm) 6 Chairs Grand Total 4,220,352.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). . Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 24,2025 To January 31,2025 2-issuance Of Eligibility Forms /bid Documents January 30,2025 To February 10,2025 3-pre-bid Conference January 30,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 11,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P4,200.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication:january 24,2025 To January 31,2025
Closing Date31 Jan 2025
Tender AmountPHP 4.2 Million (USD 71.9 K)
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Laboratory Equipment and Services
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com February 14, 2025 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#200-25-02-008(q) Contract Name: Procurement Of Laboratory Supplies (bacte/alert Adult, & Etc.) Location/purpose: For The Use Of Zamboanga Del Norte Medical Center Microbiology Laboratory For 1st Quarter 2025. Approved Budget For The Contract (abc): P1,913,095.00 (inclusive Of All Applicable Taxes) Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 25% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents. Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting February 15 - 21, 2025 Pre-bid Conference February 24, 2025 @09:00am Availability And Issuance Of Bidding Documents February 15, 2025 – March 10, 2025 @ 08:30am Deadline For The Submission Of Bids March 10, 2025 @ 08:30 Am Bid Opening And Evaluation March 10, 2025 @ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Thousand Pesos Only (php5,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of Laboratory Supplies (bacte/alert Adult, & Etc.) Pr#200-25-02-008(q) Abc: P1,913,095.00 1. 800 Bottle Bacte/ Alert Adult 2. 800 Bottle Bacte/ Alert Pedia 3. 1 Jar Bile Esculine Agar 500gm 4. 1 Jar Lysine Indole Agar 500gm 5. 1 Jar Lysine Iron Agar 500gm 6. 1 Jar Mueller Hinton Agar 500gm 7. 1 Jar Nutrient Agar 500gm 8. 1 Jar Simon Citrate Agar 500gm 9. 1 Jar Sulfide Indole Motility 500gm 10. 3 Jar Triple Sugar Iron Agar 500gm 11. 1 Jar Tryptic Soy Broth 12. 80 Plate Bacitracin Chocolate Blood Agar 13. 80 Plate Chocolate Agar 14. 80 Plate Gentamicin Blood Agar 15. 15 Plate Hemophilus Test Medium 16. 200 Plate Horse Blood Agar 17. 100 Plate Modified Thayer-martin Agar 18. 15 Plate Mueller Hinton Agar Wl/ Nacl 19. 15 Plate Mueller Hinton Agar W/ Sheep’s Blood 20. 15 Plate Salmonella-shigella Agar 21. 200 Plate Sheep Blood Agar 22. 10 Tube 0% Nacl (sodium Chloride) 23. 10 Tube 3% Nacl (sodium Chloride) 24. 10 Tube 8% Nacl (sodium Chloride) 25. 10 Tube 10% Nacl (sodium Chloride) 26. 50 Vial Arabinose Reagent 27. 50 Vial Ornithine 28. 20 Vial Raffinose 29. 20 Vial Sorbitol 30. 1 Cart Amikacin 30 Ug Disk 31. 2 Cart Amoxicillin-clavulanic Acid 20/10 Ug Disk 32. 1 Cart Ampicillin 33. 2 Cart Ampicillin-sulbactam 10/10 Ug Disk 34. 1 Cart Azithromy 35. 2 Cart Aztreonam 30 Ug 36. 1 Cart Bacitracin Disk 37. 1 Cart Beta Lactamase Disk 38. 1 Cart Cefazolin 30 Ug 39. 2 Cart Cefepime 30 Ug 40. 2 Cart Cefotaxime 30 Ug 41. 1 Cart Cefoxitin 30 Ug 42. 1 Cart Ceftazidine 30 Ug 43. 1 Cart Ceftriaxone 30 Ug 44. 1 Cart Cefuroxime 30 Ug 45. 1 Cart Chloramphenicol 30ug 46. 2 Cart Ciprofloxacin 5 Ug 47. 2 Cart Clindamycin 2 Ug 48. 1 Cart Colistin 49. 2 Cart Erythromycin 15 Ug 50. 1 Cart Gentamycin 10 Ug 51. 2 Cart Imipenem 10 Ug 52. 2 Cart Levofloxacin 5 Ug 53. 1 Cart Linezolid 30 Ug 54. 2 Cart Meropenem 10 Ug 55. 1 Cart Minocycline 30 Ug 56. 1 Cart Nalidixic Acid 30 Ug 57. 1 Cart Nitrofurantoin 300 Ug 58. 1 Cart Norfloxacin 8 Ug 59. 2 Cart Novobiocin 5 Ug 60. 2 Cart Oxacillin 1 Ug 61. 1 Cart Oxidase 10 Ug Disk 62. 1 Cart Penicillin 10 Units 63. 1 Cart Piperacillin-tazobactam 100/10 Ug 64. 1 Cart Polymixin B 300 Ug 65. 1 Cart Tetracycline 30 Ug 66. 2 Cart Ticarcillin-clavulanate 75/10 67. 1 Cart Tobramycin 10 Ug 68. 1 Cart Trimethoprim/sulfamethoxazole 1.25/23.75 Ug 69. 1 Cart Vancomycin 30 Ug 70. 1 Cart V Factor Disk 71. 1 Cart V+x Factor Disk 72. 1 Cart X Factor Disk 73. 150 Piece Culture Tubes, 5ml 74. 2000 Piece Disposable Inoculating Loop, 10ul 75. 50 Piece Petri Dish Big Plate, Disposable, 150x15mm 76. 50 Piece Petri Dish Biplated, Disposable, 90x15mm 77. 50 Piece Petri Dish Plain, Disposable, 90x15mm ***nothing Follows***
Closing Date10 Mar 2025
Tender AmountPHP 1.9 Million (USD 33.3 K)
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Notice: 1/3/2025: This Notice Is To Re-issue The Presolicitation Notice For This Project. A Solicitation Will Be Issued In Early February.
notice: 8/1/2024: This Notice Is To Revise The Aboa And Rsf For This Project:
the Aboa Minimum Has Been Revised To 4,220 And The Aboa Maximum Has Been Revised To 4,431
the Revised Maximum Rentable Square Feet (rsf) Is Now 5,064
advertisement
usda Fpac-bc
u.s. Government
department Of Agriculture (usda) Seeks To Lease The Following Space:
location Requirements
state: Oh
city: Delaware
delineated Area:
north: Rt. 37 And Rt. 110/delaware County Line Rd., Follow Rt. 37, Turns Into Rt. 37/w. Central Ave, Turns Into Rt. 37/e. Central Ave., Lake St / Hwy 42, Turns Into Hwy-42, Ending At Rt. 87/harris Rd.
east: Rt. 87/harris Rd. And Hwy-42., Follow Rt. 87/ Harris Road, To Rte. 521/kilbourne Rd., To. 85/skinner Rd., To Rte. 86/baker Rd., To Rt.88/plunkett Rd., Hwy-36/state Rt.37e, To Rt. 95/ Roloson Rd., To Rt. 89/ 273/ Curved Rd., To Rt. 271/dale Ford Rd. Ending At Rt. 91/berlin Station Rd.
south: Rt. 271/berlin Station Rd. And Rt. 91., Follow Rt. 91/berlin Station Rd., Turns Into Rt. 92/braumiller Rd., To Rt. 101/pollock Rd., To Hwy-23/columbus Pike To Rt 315/olentagny River Rd. To Rt 141/bunty Station Rd., To S Section Line Rd., To Hwy-42, To Rt. 93/ Smart-cole Rd., To Rt.101/hinton Mill Rd., Ending At Rt. 101/ Hinton Mill Rd. And Rt. 107
west: Rt. 101/ Hinton Mill Rd. And Rt. 107/ Springdale Rd., Follow Rt. 107/sprindale Rd To Hwy-36 To Delaware County Line Rd/ Rt. 110., Ending At Rt. 37.
square Foot Requirements
minimum Sq. Ft. (aboa): 4,752 Aboa Sf Minimum
maximum Sq. Ft. (aboa): 4,989 Aboa Sf Maximum
maximum Sq. Ft. (rsf): 5,702 Maximum Rentable Square Feet
space Type Equirements
office Space
parking Requirements
reserved Parking For Government Vehicles: 6
reserved Parking For Visitors: 25
unreserved Parking For Employees: 20
large Vehicle Parking: One Of The Reserved Visitor Parking Spaces Will Be Large Enough To Accommodate Large Vehicles And Semi- Trucks With Trailers.
electric Vehicle Charging: The Electric Vehicle Charging Spaces Shall Be Part Of The Government Reserve Spaces. Lessor Shall Provide Infrastructure For One (1) Government Supplied, Installed, And Maintained 2-port, Level Ii Evs Charging Stations (ie – Power That Can Be Individually Metered, Site Pad, Bollards, And Signage)
the Parking Shall Be Either On Site Or Publicly Located Within ¼ Walkable Mile (1,320 Feet) Of The Public Entrance Of The Premises.
the Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building/ Tenant Usage.
term Requirements
full Term: Up To 20 Years (240 Months)
firm Term: 5 Years (60 Months)
termination Rights: 120 Days
offered Space:
the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use.
space Will Not Be Considered Where Any Living Quarters Are Located Within The Building.
space Shall Not Be Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/ Discharged, Or Where There Are Tenants Related To Drug Treatment Or Detention Facilities.
subleases Are Not Acceptable.
first Floor Contiguous Space Required.
the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays).
offered Space Must Meet The Government’s Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease.
a Fully Serviced Lease Is Required. All Services, Janitorial Services, Utilities Shall Be Provided As Part Of The Rental Consideration.
offered Space Shall Not Be In The 1 Percent-annual Chance (100-year) Flood Plain.
telecommunications Prohibitions Requirements
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b
due Dates
expressions Of Interest Due: May 31, 2024 No Later Than 4:30 Pm (edt)
market Survey (estimated): Approximately 45 Days After Expressions Of Interest.
occupancy (estimated): Tbd
sam.gov
entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible.
sam.gov Registration Is Required For Award.
sam Registration Is Not Required For Submittal Of Expressions Of Interest.
how To Respond/ Expressions Of Interest Shall Include The Following:
provide The Name, Company Name, Company Address, Email And Telephone Number Of The Building Owner.
if Offeror Is Not The Owner, Provide The Name, Company Name, Company Address, Email And Telephone Number Of The Offeror.
if Offeror Is Not The Owner Of The Property, An Authorization Letter Signed By Owner Providing Permission To Represent Owner Will Be Required. *
if Existing Building, Building Name And Address, And Location Of The Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/pictures (with Dimensions Shown) Reflecting The Space That Is Being Offered.
if New Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans.
rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered.
date Of Space Availability.
amount Of/type Of Parking Available On-site.
photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site.
for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal.
confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas).
confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable.
confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements.
for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements.
* As Mentioned In #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received. In Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date.
send Expressions Of Interest To:
heather Schmitt, Lease Contracting Officer
zisa Lubarov-walton, Realty Specialist
email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov
government Contact Information:
heather Schmitt, Lease Contracting Officer
zisa Lubarov-walton, Realty Specialist
email Address Heather.schmitt@usda.gov; Zisa.lubarov-walton@usda.gov
Closing Date20 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0064 Contract Name: Construction Of Aganan Flood Control Structure, Jaro-aganan River, Barangay Poblacion, Alimodian, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Forty-five Million Five Hundred Sixty-one Thousand Five Hundred Ten Pesos Only (php 45,561,510.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Aganan Flood Control Structure, Jaro-aganan River, Barangay Poblacion, Alimodian, Iloilo / 25gi0064. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Aganan Flood Control Structure, Jaro-aganan River, Barangay Poblacion, Alimodian, Iloilo Contract Id No. : 25gi0064 Locations : Alimodian, Iloilo Scope Of Works : Construction Of Reinforced Concrete Revetment Wall Approved Budget For The Contract : Php 45,561,510.00 Contract Duration : 223 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Medium A Of License Category B For Ge-2 (irrigation Or Flood Control). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 - February 05, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 05, 2025 At 9:00 A.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 05, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 17, 2025 Eva S. Bedonia Bac Chairperson
Closing Date5 Feb 2025
Tender AmountPHP 45.5 Million (USD 779.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0056 Contract Name: Construction Of Multi-purpose Building, Barangay Tuog, Leon, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only (php 4,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Barangay Tuog, Leon, Iloilo / 25gi0056. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Tuog, Leon, Iloilo Contract Id No. : 25gi0056 Locations : Leon, Iloilo Scope Of Works : Construction Of Multi-purpose Building (covered Gym) With A Dimension Of 15.00m X 28.00m Including Ring Holder With Fiber Glass Board With Ring, Masonry Painting On Columns, Electrical Works, And Storm Drainage And Downspout As Per Plan And Specification. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 166 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 - February 10, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On January 28, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 10, 2025 At 9:00 A.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 21, 2025 Eva S. Bedonia Bac Chairperson
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0058 Contract Name: Construction Of Multi-purpose Building, Barangay Tacuyong Sur, Leon, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only (php 4,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Barangay Tacuyong Sur, Leon, Iloilo / 25gi0058. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Tacuyong Sur, Leon, Iloilo Contract Id No. : 25gi0058 Locations : Leon, Iloilo Scope Of Works : Construction Multi-purpose Building (gym) With 14.0m X27.0m Dimension Which Includes Siding On Both Sides; Board Hanger With Fiber Glass Board; Masonry Painting On Columns; Electrical Works, And Hauling Cost As Per Plan And Specifications. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 150 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 - February 17, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025 At 9:00 A.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 17, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 29, 2025 Eva S. Bedonia Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0074 Contract Name: Concreting Of Brgy. Jibao-an, Sta. Barbara To Brgy. San Jose, San Miguel Fmr, Brgy. Jibao-an, Sta. Barbara And Brgy. San Jose, San Miguel, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 Farm-to-market (fmr) Projects Intends To Apply The Sum Of Fourteen Million Nine Hundred Twenty-five Thousand Pesos Only (php 14,925,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Brgy. Jibao-an, Sta. Barbara To Brgy. San Jose, San Miguel Fmr, Brgy. Jibao-an, Sta. Barbara And Brgy. San Jose, San Miguel, Iloilo / 25gi0074. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Concreting Of Brgy. Jibao-an, Sta. Barbara To Brgy. San Jose, San Miguel Fmr, Brgy. Jibao-an, Sta. Barbara And Brgy. San Jose, San Miguel, Iloilo Contract Id No. : 25gi0074 Locations : Santa Barbara, Iloilo Scope Of Works : Construction Of Concrete Road With 230mm Slab Approved Budget For The Contract : Php 14,925,000.00 Contract Duration : 83 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Ge-1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridges). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 - March 05, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before March 05, 2025 At 9:00 A.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 05, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: February 14, 2025 Eva S. Bedonia Bac Chairperson
Closing Date5 Mar 2025
Tender AmountPHP 14.9 Million (USD 257.2 K)
Province Of Occidental Mindoro Tender
Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Printed Journals For College Of Business Administration And Management, College Of Criminal Justice Education, College Of Arts Sciences And Technology, College Of Engineering, School Of Architecture, School Of Hospitality Management, School Of Accountancy, College Of Agriculture, College Of Teacher Education And Graduate School Programs Of The College 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Printed Journals For College Of Business Administration And Management, College Of Criminal Justice Education, College Of Arts, Sciences And Technology, College Of Engineering, School Of Architecture, School Of Hospitality Management, School Of Accountancy, College Of Agriculture, College Of Teacher Education And Graduate School Programs Of The College Under Reference No. B-8661-24-43/omsc Rfq 25-005 With An Approved Budget For The Contract (abc) Of One Million Seven Hundred Ninety Eight Thousand Eight Hundred Eighty Five Pesos (php1,798,885.00) Inclusive Of Applicable Taxes. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 70-line Items Grouped Into One Lot, Which Shall Be Awarded As One Contract, The Details Of Which Are Described In Technical Specifications. Delivery Period Is 90-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, One Or Two Contracts That Is/are Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From March 4 To 11, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On March 07, 2025 - 02:00 Pm At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 973 411 1100 Passcode: Bac2022) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Delivery Of Printed Journals And / Or Other Referenced Publications, Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, One Or Two Similar Contracts Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc Or Php35,977.70) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc Or Php89,944.25) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule Advertisement/ Posting Of Request For Quotation March 4 To 11, 2025 Availability Of Request For Quotation Beginning March 4 To 11, 2025 Pre-negotiation Conference March 7, 2025 (friday), 02:00pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 973 411 1100 Passcode: Bac2022 Deadline For Submission Of Quotations And Legal/ Technical Documents (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of March 11, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of March 11, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address (omscpmu.main@gmail.com) Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Kristy S. Delgado Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: March 4, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
Closing Date11 Mar 2025
Tender AmountPHP 1.7 Million (USD 31.3 K)
8481-8490 of 9880 archived Tenders