Cctv Tenders
Cctv Tenders
MUNICIPALITY OF KITAOTAO, BUKIDNON Tender
Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Invitation To Bid Kb-goods-2025-04 I. The Municipality Of Kitaotao, Intends To Apply The Sum Of Seven Hundred Ninety-nine Thousand Pesos Only (799,000.00) For The Supply And Delivery Of Early Warning System (flood Monitoring Device). Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Municipality Of Kitaotao, Bukidnon Now Invites Sealed Bids From Eligible Bidders To Apply For Eligibility And To Bid For The Here Under Item: Name Of Contract Office Funding Source Abc (php) Supply And Delivery Of Early Warning System (flood Monitoring Device) Mdrrmo Unexpended Mdrrmf 2023 799,000.00 Stock Quantity Unit Description 1. 1 Set Supply And Delivery With Installation Of Early Warning System (flood Monitoring Device) Specs: Ultrasonic Liquid Level Transmeter Test Range: 0.1 5m, Output Rs485, With Cable: 10m Data Longer Of Automatic Weather Station Lcd Screen With Remote Control Software: Supports Windows, Android, Ios, Connection: Wired/wireless(wifi/3g/4g/internet Data Data Interface:rs485, Supply:1-2-24vdc, With Protective Box, Rika Cloud Provided Supply:1 2-24vdc Outdoor Security Camera Image Sensor: 1/2.7", Resolution: 4 Mp (2560 X 1440), Lens: F/no:2.2; Focal Length:3.89mm, Night Vision: 850 Nm Ir Led Up To 98 Ft (30m) Security: 128 Bit Aes Encryption With Ssl/tls Video Compression: H. 264, Frame Rate: 15fps, Video Streaming: 4mp 5-port Metal Case Unmanaged Switch Satelite Internet Provider With Router, Rj45 Adaoter, And Other Accessories 550w Solar Panel (mono) Solar Charge Controller 40a Solar Inverter 12v 1000 12v 100ah Lifepo4 Solar Battery Water Level Bracket With Fence And Other Accessories Miscellaneous: Residential Service Plan For 1 Year(unlimited Data,fixed Location) Cctv Cloud Server Annual Subscription Engineering Services Includes Delivery, Installations, Configuration, Programming, Testing And Commissioning Including End-user Training For 1 Day, Include 1 Year Parts And Service Warranty Or Until The Project Completion. Terms & Conditions: The Supplier Must Be The Authorized Representative Of The Manufacturer In The Phil. Supported By A Duly Stamped And Sealed Certification From The Original Equipment Manufacturer(oem) As Offered Specifically For The Project To Be Bid Indicating The Project Time; The Bidder/supplier Shall Submit Certification From The Manufacturer Indicating That Are Tittle To Warrant The Equipment And Its Complementary Accessories Being Offered Are Brand New As Specified By This Project. The Bidder/supplier Must Have At Least Three Employed Local Personnel Qualified And Trained To Install, Repair & Maintain The Proposed Equipment Supported By A Duly Stamped & Sealed Training Certificate From The Manufacturer. Supplier Must Submit Also An Employment Certificate Or Employment Contract W/ The Bidder. The Bidder/supplier Shall Submit A Certification That Warrant And Guarantee That The Equipment And Its Complementary Accessories Being Offered Are Brand New For This Project. Schedule Of Activities: Particulars Date & Time Venue Issuance Of Bid Documents Upon Payment Of A Non-refundable Fee Of P 1,000.00 February 19 – February 26, 2025 8:00 A.m - 5:00 P.m Bac Secretariat Office 2nd Floor, Municipal Budget Office, Municipal Hall, Kitaotao, Bukidnon Deadline For The Submission And Opening Of Eligibility Requirements And To Bid February 27, 2025 @ 10:00am Municipal Function Room, 2nd Floor Building, Kitaotao, Bukidnon Iii. 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) No. 9184, Otherwise Known As The “government Procurement Reform Act”. Iv. Prospective Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Kitaotao, Bukidnon And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 Pm, February 19 – February 26, 2025. V. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Specified Above. The Method Of Payment Will Be Through Cash. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Authorized Representative. Vi. Bids And Eligibility Requirements Must Be Delivered To The Address Below At Or Before 10:00 A.m., On February 27, 2025. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash (2% Of Abc) Or Any Other Form As Specified In The Revised Irr Of R.a. 9184. Late Bids Shall Not Be Accepted. Vii. Bid Opening Shall Be On February 27, 2025 At 10:00 A.m., Municipal Function Room, 2nd Floor Building, Kitaotao, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Specified Above. Viii. Request For Clarifications Must Be Submitted At Least Ten (10) Calendar Days Before The Scheduled Opening Of Bids. Ix. The Municipality Of Kitaotao Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Sgd Mildred R. Geolina Chairperson/bids And Awards Committee
Closing Date26 Feb 2025
Tender AmountPHP 799 K (USD 13.8 K)
Veterans Memorial Medical Center, Dnd Tender
Manpower Supply
Philippines
Details: Description The Contractor Shall Provide The Client With Security Services With One Hundred (100) Security Guards. To Provide Uniformed, Qualified And Armed Security Guards In Three (3) Eight (8) Hours Shift As Follows: 1st Shift: 7:00am To 3:00pm (33 Guards) 2nd Shift: 3:00pm To 11:00pm (33 Guards) 3rd Shift: 11:00pm To 7:00am (34 Guards) Guards Posted In Designated Area Shall Work (8) Hours Per Shift In Order To Maintain The Efficient Performance Of Their Duties And Responsibilities. Guards Performing More Than Eight (8) Hours Shall Require Approval From The Director Or His Designee/ Representative. This Shall Be Limited And Exclusively Applicable Only To Two (2) Designated Officers Who Shall Be Entitled To Perform Twelve (12) Hours Duty Daily, Thereby Covering All Three (3) Shift Schedules Of The Remaining 8-hour Duty Guards. Vgc Guards Cannot Be Assigned And Posted As Reliever To Vmmc And Vice Versa The Number Of Guards May Be Subsequently Increased Or Decreased To Meet The Actual Needs Of The Service At The Discretion Of The Client. It Is Understood And Agreed That The Guards Assigned By The Contractor Shall Possess The Following Requirements And Qualifications: -must Be At Least 2nd Year In College, With A Minimum Of Three (3) Years’ Experience, Certificate Of Security Guard Training And Recent Certificate Of Neuropsychological Test And Certificate Of Drug Test Must Be Required. -must Possess A License To Practice His Profession Issued By The Pnp- Supervisory Office On Security And Investigation Agencies (sosia) And Other Appropriate Authorities. -good Moral Character, Physically And Mentally Fit, Must Have Attended Pre-licensing Training/basic Security Guard Course -must Be At Least 5’5” For Male And 5’2” For Female In Height Or Over, Ideal Body Weight, Not Less Than 20 Years Old And Not More Than Fifty (50) Years Old. -the Contractor May Post A Minimum Of Five (5) And A Maximum Of Ten (10) Lady Guards Only. -rotation Of Guards Should Be Done At Least One (1) Month In Every Designated Post, Otherwise, Should The Guard Will Retain His/ Her Post In A Longer Period, This Shall Form Part Of The Discretion Of The Head Agency Or His Designee/ Representative. No Guards Shall Be Caught Smoking, Unreasonable Use Of Cellular Phone, Sleeping In Their Tour Of Duty Or Abandoning Their Designated Post Except For Personal Necessity Reasons. -security Guard Is Required To Submit A Duly Accomplished Personal Data Sheet (201 File) To Be Processed And Screened By The Security Coordinator Before They Assume Their Duties/ Or Assignment At The Veterans Memorial Medical Center. In The Event Of Replacement Or Substitution Of Guards, It Shall Require The Disposition Of The Director Or His/ Her Designee Or Representative In The Form Of Formal Request From The Contractor For Recommendation And Approval. Replacement Shall At Least Be Within The Standard Specified In The Special Conditions Of Contract. Moreover, The “contractor” Shall Provide The “client” One-hundred (100) Permanent Security Guard To Be Deployed During The Lifetime Of The Contract For Which Names Shall Be Submitted To The Director Or His/ Her Designee, Other Than The Actual Manpower Requirements Other Instructions Handed Down By Management Mutually Agreed Upon From Time To Time Governing The Security Services, Shall Also Form Part Of The Contract. The Contractor Shall Assume The Responsibility For Proper Performance Ofduties By The Security Guards And Shall Solely Responsible For Any Act Or Omission By Said Security Guards During Their Watch Hours, The Client Being Specifically Released From Any And All Liabilities To Third Parties Or To Anyone Caused By The Act Or Omission Of The Security Guards Of The Contractor. The Contractor Shall Provide The Client With Security Guards With Proper Performance, Experience And Such Other Equipment Needed In The Performance Of The Terms And Conditions Of This Contract Particularly In The Apprehension Of The Trespassers, Troublemakers, Thieves And Pilferers, And The Submission Of Reports On Unusual Incidents That Take Place Within The Premises Of Vmmc. The Contractor Shall Maintain Internal Peace And Order Within The Vmmc Compound, Building Premises And Offices Of The Client And Protect The Welfare, Property And Safety Of The Employees, Patients And Guests Of Vmmc. The Contractor Must Post Guards In Areas Designated By The Client In Accordance With The Overall Security Planning. Must Also Post Guards In Areas As Maybe Necessary Per General Location And Limitations Designated By The Client In Order To Fully Utilize The Services Of The Contractor And Provide The Necessary Logbooks/ Record Books In The Performance Of Their Works And That The Same Shall Be Turned Over To The Client For Safekeeping. The Client Shall Provide The Contractor A Headquarter For The Security Guards To Live In, Of Which The Existing Quarter At Gate 1 Can Be Utilized Subject To Repair/ Renovation, Under The Expense Of The Client. The Contractor Must Provide Appropriate Furniture And Fixtures/counter In All Security Guards’ Post. The Contractor Must Ensure Maximum Security Coverage Of The Vmmc Compound, Building Premises And Offices, And Properties Of The Client. The Contractor Shall Provide Four (4) Boom Poles; Two (2) At Gate 1 And Two (2) At Gate 2. The Contractor Shall At The Start Of The Contract And During The Lifetime Of The Contract Shall Install: -thirty-two (32) Units 3 To 5megapixel Surveillance Camera With Ir & Zoom In (wide Range Fix Camera); -two (2) Sets Digital High Definition Recorder (dvr) 16 Channel 16 Tb (expandable To 32 Tb), -three (3) Units 32” Led Monitor And The Monitoring System Shall Be Installed At The Cctv Control Room Area. The Installation Of Thirty (32) Units 3 To 5 Megapixel Surveillance Camera With Ir & Zoom In Shall Be Determined By The Director, Vmmc Or His Designee. Thirteen (13) Indoor Camera: -one (1) For New Warehouse -two (2) For Renal Dialysis Center -one (1) For Pabx Area -one (1) For Administrative Officer Corridor -one (1) For Pharmacy Section Coverage: Outside Of Main Pharmacy; In And Out From Landing; E-ward Elevator And Staircase -one (1) For Director’s Office Corridor -one (1) For Rdc Fronting Entrance Area -two (2) For Main Entrance For Lobby -one (1) For Valdes Hall Entrance Facing Fullon Hall -one (1) Focus Along Accounting, Nursing Division, Lorenzana Hall And Cmps -one (1) Pedia Ward And Medicine Area Fronting Entrance To Opd And Rdc Nineteen (19) Outdoor Camera: With 19 Floodlights (led 30-50 Watts Solar With Photo Sensor Switch. -one (1) For Ebms Motorpool -one (1) For Medical Oxygen Plant -one (1) For Gate 1 -one (1) For Gate 2 -one (1) For Nds Receiving Area -one (1) For Vip Parking Area -eight (8) For Open Parking Area (4 Each To The Two Parking Areas) -four (4) Vmmc Cottages -one (1) For Electrical Substation Near Evacuation Center Note: All Cameras And Dvr Must Be Inspected By Biomed Prior To Installation. The Contractor Further Shall Provide The Following: A. One (1) Patrol Vehicle For Inspection Purposes And Transporting Apprehended Individuals To Barangay Police Safety Office And Police Station. B. One (1) Unit Motorcycle With Top Down Sidecar C. One (1) Unit Motorcycle Without Sidecar D. One (1) Unit Uhf Base Radio With A Wide Frequency Range Of 144 Mgh With Homebase And Repeater E. Thirty-five (35) Handheld Radios With Headset And With The Same Frequency To Include Battery Pack With Charger For Distribution To Duty Guards, Duty Coordinators And Representative/designee Of The Director. F. One (1) Unit Desktop Computer With Printer For Use Of Security Office Including Stock Of Office Supplies: Logbook, Bond Papers, Ballpens And Others. G. Twenty (20) Licensed Firearms, All In Good Conditions: Seven (7) Long Shotguns And Thirteen (13) Side Arm With Ammo For Use Of The Security Guards. The Serial Numbers And License Of The Firearms Assigned To Vmmc Shall Be Provided To The Client. H. Four (4) Metal Detectors. One (1) Main Lobby, One (1) Cobalt Section, One (1) Dnmr/ Supply Area, One (1) Pedia/medicine. I. Installation Of Camera Should Be Done And Completed Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp). J. Supply Of Minimum Of Ten (10) Big Umbrellas At The Lobby Guard. K. Visitors’ Id, Three (3) Colors, 350 Pieces Each Color L. Sandbox For Unloading Firearms, One (1) At Lobby And One (1) At Opd M. Two (2) Megaphones, One (1) At Lobby And One (1) At Opd N. Four (4) Body Camera For Gate Guards “installed Cctv Surveillance Camera Within The Client’s Premises Shall Be Pulled Out By The Previous Contractor After Contract Expires Except For Installed Cable Line To Avoid Physical Damages In The Areas. Should The Previous Contractor Retain The Services, Still They Are Bound To Resume The Specified Requirements Due To The Client Under The Special Conditions Of Contract, And Further Assumes Responsibility In The Preventive Maintenance Service (pms) Including Labor And Materials Until The Contract Expires.” Supply Of Ten (10) Heavy Duty Flashlights For Evening And Night Duty Security Guard, Distributed As Follows: One (1) For Gate 1 One (1) For Gate 2 -one (1) For Medical Oxygen One (1) For Nurses’ Home - One (1) For Lobby One (1) For Cobalt Section 2 -one (1) For Electrical Substation One (1) For Supply Warehouse, One (1) For Department Of Family Medicine And Out-patient Department (opd) One (1) For Roving Guard -the Contractor Shall Provide Such Other Equipment As May Be Necessary To Attain The Purposes Of This Contract. - Hospital Experience. -availability Of Company-owned Canine When Need Arises. -submit Daily Report And Render Complete Investigation Report Of Cases Within Their Jurisdiction And Submit Findings And Recommendations. -quarterly Preventive Maintenance Should Be Done On Installed Cameras And Dvr. Defective Cameras Should Be Repaired Immediately. -provision Of One (1) Detachment Commander The Contractor Shall Be Liable On Items Lost Within The Premises Of The Hospital With Posted/duty Security Guards Caused By Theft And Robbery Due To Their Negligence. The One Hundred (100) Guards Shall Be Fully Vaccinated Against Covid-19 (1st And 2nd Dose) With Or Without Booster. Wearing Of Facemask Is Required To Be Worn At All Times While Inside The Premises For Health Purposes. Gate 1 And Gate 2 Guards Shall Be In Full Uniform And Adequately Armed. To Submit Certificate Of No Pending Case From Dole; To Submit Sss, Philhealth And Pag-ibig Certificate Of Monthly Contribution Within The Last 6 Months; To Submit Dole Certificate Of Compliance To Department Order No. 174; To Submit Nlrc Certificate Of No Adverse Decided Case In Areas Where The Security Agency Has On-going Contract Or Completed Contracts As Of January 01,2022 To December 31,2024. To Submit Security Plan For Vmmc Plan To Include Disaster And Terrorism Plan And Shall Form Part Of The Contract; To Submit Authenticate Photocopy Of Certificate/membership Registration From Phil Association And Protection Agency Operators (padpao); Should Have A Fully Secured Armory; To Submit 201 Files Of Detachment Commander And Security Guards To Provide Statement Of Availability Of Equipment (list Of Required Equipment As Stated In Scc Under Undertakings Clause.) To Submit Health Clearance Of Personnel From The Lgu To Submit Valid License To Operate Issued By The Philippine National Police (pnp) Supervisory Office For Security And Investigation Agencies (sosia) Authorizing Prospective Bidder In Providing Security Services. To Submit Ntc License For Handheld Radios; Compliance To The Criteria Of Performance Evaluation – Annex A Of Bidding Documents.
Closing Soon10 Mar 2025
Tender AmountPHP 30.8 Million (USD 537.2 K)
Department Of Tourism Tender
Others
Philippines
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
City Of Pagadian Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Construction Of Sp Building (phase 04) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.3 Permits And Clearances L.s. 1.00 B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 3.00 Part Ii Civil Works Part A Plain & Reinforced Concrete Works 900(1)c1 Structural Concrete For Stairs, (class A, 28 Days) M3 4.26 900(1)c4 Structural Concrete For Columns, (class A, 28 Days) M3 0.41 900(1)c6 Structural Concrete For Beams, (class A, 28 Days) M3 0.55 902(1)a Reinforcing Steel Of Reinforced Concrete Structures, Grade 33 Kg 128.49 902(1)b Reinforcing Steel Of Reinforced Concrete Structures, Grade 40 Kg 543.47 903(1)c Formworks And Falseworks (for Overhead Works) M2 916.98 Part B Finishings And Other Civil Works B.1 Finishing Works 1018(1) Glazed Tiles And Trims M2 1,883.01 1003(1)a 16mm Thk Non-sag Acoustic Board On Aluminum Tee Runners M2 190.31 1003(1)e Gypsum Board On Metal Frame Ceiling M2 726.67 1016(1)a Cement Based Waterproofing M2 185.90 1027(1) Cement Plaster Finish M2 7.41 B.2 Fabricated Materials 1006(1) Steel Louver Door M2 1.89 1007(1)b1 Aluminum Framed Glass Door (double Swing Type) M2 19.20 1008(1)c Aluminum Glass Window (awning Type) M2 7.80 1008(1)d Aluminum Glass Window (fixed Type) M2 1.50 1008(1)d2 Aluminum Glass Wall (fixed Type)- Tempered Reflective Glass M2 140.48 1010(2)b Wooden Panel Door M2 82.94 1011(1) Steel/aluminum Roll Up Door Ls 1.00 B.3 Painting Works 1032(1)a Painting Works (masonry Painting) M2 1,527.37 1032(1)b1 Painting Works (ceiling And Dry Wall Painting) M2 1,463.77 Part Iii Electrical Works 1100(10) Conduits, Boxes, And Fittings L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards L.s. 1.00 1105(20) Network Cabling L.s. 1.00 1106(1) Cctv System L.s. 1.00 1200(1) Ventilating Equipment L.s. 1.00 I.4a Permits And Electrification L.s. 1.00 1208(1) Fire Alarm System L.s. 1.00 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-06 Name Of Contract: Construction Of Sp Building (phase 04) Brgy. San Jose, Pagadian City 1saip24-8000rf-c-f Approved Budget For The Contract -p 14,633,770.68 Completion Of Work -180 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. 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 14, 2025 To January 21, 2025 2-issuance And Availability Of Bidding Documents January 14, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 15,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian 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 Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 14, 2025 To January 21, 2025
Closing Date21 Jan 2025
Tender AmountPHP 14.6 Million (USD 249.8 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 Proposed Two (2) Storey Standard Pagcor Multi-purpose Evacuation Center (phaseii) Capitol Site, Brgy. Alang-alang, Borongan City, E. Samar 1. The Provincial Government Of Eastern Samar, Through Pdrrmf Cy 2025 Intends To Apply The Sum Of Nineteen Million One Hundred Twenty Eight Thousand Five Hundred Twenty Five Pesos & 77/100 Only (php19,128,525.77) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-100 Proposed Two (2) Storey Standard Pagcor Multi-purpose Evacuation Center (phaseii), Capitol Site, Brgy. Alang-alang, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. I – Project Billboard/sign Board (1.00 Each), Item No. Ii – Occupational Safety And Health Program (1.00 L.s.), Item No. Iii – Mobilization/demobilization (1.00 L.s.), Item No. Iv – Scaffolding And Staging (1.00 L.s.), Item No. V – Doors & Windows (365.39 Sq.m.), Item No. Vi – Plain Cement Floor Finish With Floor Hardener (133.90 Sq.m.), Item No. Vii – Unglazed Ceramic Tiles (1,607.00 Sq.m.), Item No. Vii – Glazed Tiles And Trims (278.00 Sq.m.), Item No. Ix – Built-up And Preformed Membrane Waterproofing (370.00 Sq.m.), Item No. X – Painting Works (masonry Painting) (5,537.00 Sq.m.), Item No. Xi – Painting Works (wood Painting) (80.00 Sq.m.), Item No. Xii – Painting Works (metal Painting) (1.00 Lot), Item No. Xiii – Airconditioning System (1.00 Lot), Item No. Xiv – Ventilating Equipment (1.00 L.s.), Item No. Xv – Water Pumping Station (1.00 L.s.), Item No. Xvi – Automatic Water Sprinkler System (1.00 Lot), Item No. Xvii – Storm Drainage And Downspout (1.00 L.s.), Item No. Xviii – Fire Alarm System (1.00 L.s.), Item No. Xix Public Address System (1.00 L.s.), Item No. Xx – Cctv System (1.00 L.s.), Item No. Xxi – Conduit, Boxes And Fittings (auxillary) (1.00 L.s.), Item No. Xxii – Network Cabling (voice And Data) (1.00 L.s.), Completion Of The Works Is Required Within 200 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 February 05, 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 21, 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 Date21 Feb 2025
Tender AmountPHP 19.1 Million (USD 330.6 K)
Department Of Education Division Of Surigao Del Sur Tender
Others
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of R. Moreno Is (es), Lianga, Surigao Del Sur Request For Quotation Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Piece Sign Pen, Fine Tip, Black 24 44.72 1,073.28 2 Pack Battery, Dry Cell, Size Aa 6 20.49 122.94 3 Pack Battery, Dry Cell, Size Aaa 6 18.34 110.04 4 Piece Broom (walis Tambo) 16 124.80 1,996.80 5 Bottle Cleaner, Toilet Bowl And Urinal 12 41.60 499.20 6 Pouch Detergent Powder; All Purpose 6 54.08 324.48 7 Piece Philippine National Flag 4 284.84 1,139.36 8 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 12 205.82 2,469.84 9 Roll Tape, Masking, 24mm 18 55.68 1,002.24 10 Roll Tape, Transparent, 24mm 18 17.68 318.24 11 Box Fastener; Plastic 22 94.64 2,082.08 12 Piece Marker, Permanent, Black 25 8.27 206.75 13 Ream Paper, Multicopy A4 40 213.80 8,552.00 14 Piece Ballpen, Black 50 7.00 350.00 15 Piece Ballpen, Red 50 7.00 350.00 16 Pack Photo Paper; A4; 20's 10 100.00 1,000.00 17 Piece Certificate Frame 15 125.00 1,875.00 18 Piece Certificate Holder 80 50.00 4,000.00 19 Piece Medal; Academic Medal; Gold; 4cm 20 35.00 700.00 20 Piece Medal; Academic Medal; Silver; 4cm 10 35.00 350.00 21 Piece Medal; Academic Medal; Bronze; 4cm 30 35.00 1,050.00 22 Pack Manila Paper; 100 Sheets/pack 2 700.00 1,400.00 23 Piece Plastic Envelope (transparent); A4 75 7.00 525.00 24 Pack Worx; A4; 10sheets/pack 100 70.00 7,000.00 25 Pack Worx; Legal; 10sheets/pack 12 75.00 900.00 26 Pack Light-emitting Diode (led) Bulb, 25 Watts 6 400.00 2,400.00 27 Ream Pvc Cover; A4 2 750.00 1,500.00 28 Sheet Styro Polysterene Foam 18 200.00 3,600.00 29 Bottle Epson Ink Refill 003; Black 42 350.00 14,700.00 30 Bottle Epson Ink Refill 003; Cyan 16 350.00 5,600.00 31 Bottle Epson Ink Refill 003; Magenta 16 350.00 5,600.00 32 Bottle Epson Ink Refill 003; Yellow 16 350.00 5,600.00 33 Bottle Epson Ink Refill 664; Black 6 350.00 2,100.00 34 Bottle Epson Ink Refill 664; Cyan 3 350.00 1,050.00 35 Bottle Epson Ink Refill 664; Magenta 3 350.00 1,050.00 36 Bottle Epson Ink Refill 664; Yellow 3 350.00 1,050.00 37 Piece Medals; Ordinary 150 25.00 3,750.00 38 Piece Lei 12 50.00 600.00 39 Pack Glossy Paper; Double-sided; A4; 50 Sheets/pack 20 150.00 3,000.00 40 Piece Ribbons 200 15.00 3,000.00 41 Box Thumb Tacks 2 290.00 580.00 42 Box Pins 7 100.00 700.00 43 Roll Ribonnette 5 200.00 1,000.00 44 Meter Cloth; Geena, Assorted Colors 100 50.00 5,000.00 45 Meter Cloth; Satin, Assorted Colors 20 100.00 2,000.00 46 Piece Binding Ring/comb, Plastic, (8mm) 20 20.00 400.00 47 Piece Binding Ring/comb, Plastic, (10mm) 20 30.00 600.00 48 Piece Binding Ring/comb, Plastic, (12mm) 20 45.00 900.00 49 Bottle Pilot Ink, Refill 20 100.00 2,000.00 50 Unit Multifunctional Printer; 3-in-1 4 12,500.00 50,000.00 51 Unit Amplifier With Speaker 1 25,000.00 25,000.00 52 Unit Hdmi Cable; 5 Meters 1 550.00 550.00 53 Unit "wireless Presentation Remote; 2.4 Ghz Usb-receiver Red Laser Pointer" 1 1,650.00 1,650.00 54 Unit Digital Cctv; Business Package, Indoor/outdoor 1 14,000.00 14,000.00 55 Piece Load Card, 100 15 100.00 1,500.00 Abc: 199,877.25 Note: To Be Delivered At R. Moreno Is, Lianga, Surigao Del Sur
Closing Date17 Feb 2025
Tender AmountPHP 199.8 K (USD 3.4 K)
Department Of Social Welfare And Development Region Xii Tender
Food Products
Philippines
Details: Description Request For Quotation Rfq No. 2025-02-0087 Date: March 06, 2025 Company/business Name: ____________________________________________________ Address: __________________________________________________________________ Business/mayor’s Permit No.:__________________________________________________ Tin: ______________________________________________________________________ Philgeps Registration Number (required) ________________________________________ The Department Of Social Welfare Development Field Office Xii (dswd Fo Xii), Through Its Bids And Awards Committee (bac), Intends To Procure Catering Services For The Conduct Of Community Empowerment Activity Cycle (ceac Surallah) Through Section 53.9 Small Value Mode Of Procurement Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot No. Description Approved Budget For The Contract (abc) 1 Catering Services For The Conduct Of Community Empowerment Activity Cycle (ceac Surallah) ₱340,000.00 Interested Service Providers Shall Submit A Quotation For The Above Enumerated Lots Or Items, And Evaluation, Including Award Of Contract, Will Be Undertaken On Per Total Quoted. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before, 10:00 Am Of 10 March 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Ms. Jackiya A. Lao Chairperson, Bids And Award Committee Dswd Xii, Regional Center, Brgy. Carpenter Hills, City Of Koronadal, South Cotabato Telephone No.: (083)-228-8637 Email: Procurement.fo12@dswd.gov.ph Interested Service Provider Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Copy Of Mayors/business Permit; B. Copy Of Philgeps Certificate; C. Copy Of Registration Certificate From Sec, Dti, Or Cda Or Its Equivalent; D. Copy Of Bir Certificate Of Registration; And E. Omnibus Sworn Statement For Any Clarification, You May Contact The Bac Secretariat At (083)-228-8637 Or Send Email To Procurement.fo12@dswd.gov.ph. Abdulqudduz R. Barambangan Procurement Head After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Catering Services For The Conduct Of Community Empowerment Activity Cycle (ceac Surallah) Minimum Technical Specifications Offered Technical Specification/service Statement Of Compliance (“comply” Or “not Comply” Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Requirements: 1 Community-based Procurement Training & Workshop (2 Days ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -82 Pax 2 Community- Based Financial Training & Workshop (1 Day ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -68 Pax 3 National Commission On Indigenous People (ncip) Consultation & Validation (1 Day/s ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -70 Pax 4 Gender And Development Training (1 Day ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -50 Pax 5 Operation And Maintenance Training (1 Days ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -50 Pax 6 Sustainability Evaluation Cum Workshop (1 Days ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -48 Pax 7 Municipal Fiduciary And Review Workshop (1 Day/s ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -70 Pax 8 Municipal Accountability Reporting (mar) (1 Day/s ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -40 Pax 9 Sustainability Planning Workshop (2 Days ; Live-out Activity/residential - 1 Meal And 2 Snacks Per Day) -60 Pax A. Meals Requirements 1. Buffet/ Packed Lunch Good For 1 Serving/person (biodegradable Packaging Is Highly Encouraged). 2. With 3 Viands – Variants Of Fish, Beef, Chicken, Vegetable 3. With 1 Serve Plain Steamed Rice. 4. With 1 Serve Dessert 5. With 1 Serve Soup 6. With Cold Beverage 7. Plated Am And Pm Snacks Served With Cold Beverage 8. Non-pork Menu 9. Free Flowing Water (in Hot/cold Water Dispenser) 10. Free Flowing Coffee B. Functions Room/s 1. Free Use Of A Function Room That Can Accommodate A Maximum Number Of Target Participants 2. Function Rooms Should Have No Pillars That Can Block The View Of Participants And Speakers 3. With A Good Sound System 4.well-lighted And Ventilated 5. Free Use Of Wifi Connection 6. Banquet Tables That Can Accommodate Ten (10) Guests Must Accommodate Only Five Guests. 7. Tables And Chairs Shall Be Arranged Such That The Distance From The Back Of One Chair To The Back Of Another Chair Shall Be More Than 1 Meter Apart And The Guests Face Each Other From A Distance Of At Least A Meter 8. Free Use Of Lcd Projector, Widescreen, Extra 3 Microphones, Audio Jack, And Electrical Connection Including Extension Wires/ Cord For The Use Of The Participants And Secretariat, And Audio Technician On Standby 9. Free Backdrop For Each Activity And Layout Should Be Provided By The End-user 10. With 2 Standby Waiters 11. Free Tarpaulin (4ft .x 6ft.) For Activity Backdrop 12. Cctv Protected, Free, And Strong Wifi Connection Within The Function Area 13. Free Use Of Whiteboard And Eraser Delivery Term: As Per Schedule Place Of Delivery / Venue: Within Surallah Sot. Cot.
Closing Soon10 Mar 2025
Tender AmountPHP 340 K (USD 5.9 K)
Department Of Education Division Of Cagayan Tender
Telecommunication Services
Philippines
Details: Description Request For Quotation (small Value Procurement) Goods2025-022 March 04, 2025 _______________________ _______________________ _______________________ Please Quote Your Lowest Price Inclusive Of Vat Subject To The Terms And Conditions Of This Rfq And Submit Your Quotation Duly Signed By Your Representative Not Later Than March 10, 2025 To The Bids And Awards Committee Of The Department Of Education-schools Division Office Of Cagayan, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Opening Of Bids Will Be On March 10, 2025 At 10:00 O’clock In The Morning At The Division Office Conference Hall. Name Of Project : Supply And Delivery Of Various Equipment For Office Operation To Enhance Network Connectivity Abc: P 54,100.00 Unit Item Description Quantity Unit Cost Total Cost 1 Set Power Over Ethernet (poe) Switch Management Interface: Ethernet In-band Networking Interface: (16) Gbe Rj45 Ports Poe Interface: (8) Poe/poe+ (pins 1, 2+; 3, 6-) Total Non-blocking Throughput: 16 Gbps Switching Capacity: 32 Gbps Forwarding Rate: 23.808 Mpps Power Method: Universal Input, 100—240v Ac Power Supply: Ac/dc, Internal, 60w Max. Power Consumption: 15w (excluding Poe Output) Total Available Poe: 45w Max. Poe Wattage Per Port By Pse: Poe+: 30w Button: Factory Reset Compatible With Dream Machine (existing Controller) 1 12,900.00 2 Piece Wi-fi Router Standards: Wi-fi 6, Ieee 802.11ax/ac/n/a 5 Ghz Ieee 802.11n/b/g 2.4 Ghz Wifi Speeds: 5 Ghz: 1201 Mbps (802.11ax) 2.4 Ghz: 300 Mbps (802.11n) Wifi Capacity: Dual-band, Ofdma, Airtime Fairness, 4 Streams Working Modes: Router Mode And Access Point Mode Ethernet Ports: 1× Gigabit Wan Port 3× Gigabit Lan Ports Buttons: Wps/reset Button Protocols: Ipv4 And Ipv6 Wan Types: Dynamic Ip, Static Ip Pppoe/pptp(dual Access)/l2tp(dual Access) 3 4,000.00 3 Set Wireless Cctv For Recording Surveillance Type: Indoor Pan Tilt Image Sensor: 2mp Display: Full Color Connectivity: Wireless Network Setup/location: Can Be Mounted On Ceilings Or Walls Memory: Micro Sd 32gb Frame Rate: 30fps Day & Night: Ir-cut Filter Auto Switching Angle Of View: Horizontal: 345º, Vertical 180º 5 1,900.00 4 Set Wi-fi Access Point For Range Extender Wireless Standards: Ieee802.11b/g/n/ax 2.4 Ghz, Ieee 802.11a/n/ac/ax 5 Ghz Frequency: 2.4 Ghz, 5 Ghz Interface: 1 Gigabit Port (supports Passive Poe) Button: Power On/off Button, Wps Button, Reset Button Power Supply: 48v/0.5a Antenna: 4 Fixed High Performance Antennas Operating Modes: Access Point, Range Extender, Client, Multi-ssid Signal Rate: 2402 Mbps At 5 Ghz, 574 Mbps At 2.4 Ghz Quick Installation Guide, Poe Power Injector 1 6,800.00 5 Set Smartphone Stabilizer For Video Recording Features: Ai-powered Auto-tracking, Magical Gesture Control, Work With All Apps, Brushless Motor And Foldable & Portable Structure Gimbal: Gimbal Installation: Non-removable, Controllable Range: Pan: ±150° Structurally Possible Range: Pan: ±160°, Max Control Speed: 120°/s Color: Black Port (other): Unc 1/4-20 Nut Connection Package Content: Selfie Mount - 1, Usb Type-c Data Power Cable - 1, Tripod - 1, Ball Joint Pick - 1, User Manual - 1 And Warranty Card - 1 Supports: Smartphones From 2.2 To 3.3" Wide And Up To 0.4" Thick 1 8,400.00 6 Set Bluetooth Adapter For Desktop Computer Version: 5.4 Type: Dongle Compatibility: Windows 8.1/10/11-laptop And Pc Backward Compatible: 5.3/5.1/4.0 Bluetooth Version Devices. Support Connect: 7 Devices Simulataneously Transmission Distance: Up To 20m Compatible Devices: Smartphone, Headset, Speaker, Keyboard And Mouse 2 500.00 7 Piece Speaker For Desktop Computer Type: Wired (3.5mm Audio Jack) Power: Ac Direct Package Includes: 1 X Pair (2) Of Cyber Acoustics Ca-2014 2.0 Stereo Speakers 1 X 120v Ac Power Adapter 1 X User Guide 1 1,000.00 8 Piece Wireless Mouse General: Multi-touch Connections And Expansions: Bluetooth, Lightning Port, Wireless System Requirements: Mac With Macos 15.1 Or Later And Ipad With Ipados 18.1 Or Later Package Contents: Magic Mouse And Usb-c Charge Cabl 1 2,500.00 Total Note: All Items Indicated Must Include At Least One (1) Year Warranty. Total Amount: ______________________________________________ (php _____________) __________________________ Bidder’s Signature Over Printed Name ** The Deped Division Of Cagayan Serves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders And To Waive Any Informality Therein. Georgann G. Cariaso Asst. Schools Division Superintendent Bac Chairman Date Of Posting: March 04, 2025 Philgeps/deped
Closing Soon10 Mar 2025
Tender AmountPHP 54.1 K (USD 943)
National Library Of The Philippines Tender
Software and IT Solutions
Philippines
Details: Description 1.the National Library Of The Philippines (nlp), Through The Authorized Appropriation For Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Five Million Nine Hundred Twelve Thousand Six Hundred Fifty-six Pesos (php5,912,656.00) Being The Approved Budget Contract (abc) To Payments Under The Contract For Pb25-01 Supply And Delivery, Installation And Commissioning Of Ict Equipment And Services For The Rehabilitation And Upgrade Of Network Infrastructure. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. No. Project Description Abc Cost Of Bidding Docs Bid Opening Venue 1 Supply And Delivery, Installation And Commissioning Of Ict Equipment And Services For The Rehabilitation And Upgrade Of Network Infrastructure Php5,912,656.00 Php10,000.00 February 26, 2025; 10:00 Am Nlp Building, T.m. Kalaw St. Ermita, Manila 2.the Nlp Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Five (5) Months Upon Receipt Of Purchase Order. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorship, 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. 4.prospective Bidders May Obtain Further Information From The Nlp Bids And Awards Committee (bac) Secretariat Email Address And Inspect The Bidding Documents Posted At The Philippine Government Electronic Procurement System (philgeps) And In Our Official Website At Https://web.nlp.gov.ph/. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 From The Given Address And Website Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Email. 6.the Nlp Will Hold An Online Pre-bid Conference On February 13, 2025 At 10:00 Am Through Videoconferencing Which Shall Be Open To All Prospective Bidders. Express Interest By Sending An Email To Bac@nlp.gov.ph With The Subject: Request To Join The Pre-bid Conference For Public Bidding No. 25-01. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Provided Below On Or Before 10:00 Am Of February 26, 2025. Submit A Soft Copy Of Technical (in Pdf) And Financial (in Word Or Excel) Requirements In Usb Flash Drive. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On February 26, 2025, 10:01 Am At The Nlp Building, T.m. Kalaw St., Ermita, Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nlp Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Maureen C. Terrenal Marie Joy H. Bestoir Eleanor C. Siyang Jonathan F. Santos Bac Secretariat National Library Of The Philippines Tel. No.: (02) 5314-2100 Loc. 114/406 / 412 Email: Bac@nlp.gov.ph Website: Https://web.nlp.gov.ph/ 12.you May Visit The Following Websites To Download The Bidding Document: Https://web.nlp.gov.ph/category/bids_opportunities/ Https://notices.philgeps.gov.ph/ (sgd.) Maricel M. Ureña Bac Chairperson 1. Distribution Frames: strategic Positioning Of New Four (4) Free Standing Closed-type Data Cabinet At Data Center & Four (4) Wall-mount Intermediate Distribution Frame Enclosures To Proposed Location & Positions At The 3rd Floor Of Bldg#1 (1), Cctv Command Center (1) At Ground Floor, & 9th Floor (1), Bldg#2 & Ams Hall (1) At Bldg#3 Considering The Cable Backbone Cable Length Limitations, Aesthetic, Security, & Accessibility free-standing Closed-type Data Cabinet (42ru) 800mmw X 1000mmd X 2055mmh, With 2 Rear Vertical Wire Manager, Vertical Pdu (14-3prong Universal Outlets) With Twist Locks, Perforated Single-swing Front & Double-swing Rear Doors W/ Lock, Perforated Side Panels, Caster Wheel And Leveling Feet, 3 Shelves, 4-exhaust / Ventilation Fans, Powder Coated (black), & M6 Mounting Screws. 4 wall-mounted Data Cabinet (3ft) W-600mm X D-600mm X H-900, With Vertical Pdu (8-3prong Universal Outlets), Tinted Acrylic Door With Push Lock, 2sets Exhaust /ventilation Fans, Detachable Side Panels, Powder Coated (black), & Mounting Screws. 4 2. Distribution Frames Power Supply Wiring Four (4) Free Standing Closed-type Data Cabinet supply & Cable Pulling Of #12awg/3c Royal Cord In 25mm-dia Pvc Pipe From The Existing Ups Located At Data Center To The Proposed Location & Position Of The Above 4 X Free Standing Closed-type Data Cabinet (each). These Include The Needed Pipe Supports, Fittings, & Others Consumable Materials Required In The Proposed Installations. supply, Mounting, & End To End Terminations Of Below Wiring & Accessories. Continuity & Insulation Testing Four (4) Wall-mount Closed-type Intermediate Distribution Frame supply & Cable Pulling Of #12awg/3c Royal Cord In 25mm-dia Pvc Pipe From The Existing Ups Located At Data Center To The Proposed Location & Position Of The Above Four (4) Wall-mount Closed-type Intermediate Distribution Frame (each). These Include The Needed Pipe Supports, Fittings, & Others Consumable Materials Required In The Proposed Installations. supply, Mounting, & End To End Terminations Of Below Wiring & Accessories. Continuity & Insulation Testing Lot Wiring Components: twist Lock, 3prong Power Outlet With Face Plate (wide Series) top Of The Line Brand Of #12awg/3c Royal Cord heavy Duty C20 Plug 25mm-dia Pvc Pipe “thickwall” 25mm-dia Pvc Long Sweep Elbow 25mm-dia Caddy Clamp fs Surface Mount Box pvc Square Box With Cover 10mm Full-threaded Round Bar 10mm Grip Anchor 10mm Screw Nuts & Washer consumables (restoration Materials, Gi Wires, Hacksaw Blades, Electrical & Masking Tapes, Cable Ties, Drill Bits, Cutting & Grinding Disk, Mounting Brackets & Screws, Bolt & Nuts, Etc. 1 3. Network And Ip-based Application Backbone Cabling supply & Layout Of 50mm-dia (common) & 25mm-dia (distribution) Pvc Pipes Required For The New Network & Ip-based Applications - Fiber Optic Backbone Cable Pathways From The Main Network-distribution Frame Cabinet At Data Center To The Existing & Proposed Locations Of Intermediate Distribution Frames At Bldg#1 (3rd Floor)(1), Bldg#2 (ground Floor (cctv Command Center)(1) & (9th Floor)(1), Bldg#3 (ground Floor-one Stop Shop/shared Space)(1), Ams Hall (ground Floor)(1), (3rd Floor)(1) & (2nd Floor)(1). These Include Required Chipping & Restoration Of Walls & Slabs, Supports, Boxes, Fittings, & Consumable Materials Required In The Proposed Installations. supply Of Labor For The & Layout Of New 6core Fiber Optic Cable (each) From The Main Network-distribution Frame Cabinet At Data Center To The Existing & Proposed Locations Of New Intermediate Distribution Frames At Bldg#1 (3rd Floor)(1), Bldg#2 (ground Floor (cctv Command Center)(1) & (9th Floor)(1), Bldg#3 (ground Floor-one Stop Shop/shared Space)(1), Ams Hall (ground Floor)(1), (3rd Floor)(1) & (2nd Floor)(1). supply, Termination & Mounting Of Inter & Intra-building Backbone Cabling Peripherals To Proposed Location & Positions. cable Integrity Testing & Documentations. Lot Inter-building Backbone Cabling Peripherals: 6core, 50/125 Micron, Multimode, Om4, Outdoor-type, Non-armored Fiber Optic Cable 24port, 50/125 Micron, Multimode, Om4, Sc Fiber Optic Patch Panel (loaded) 12port, 50/125 Micron, Multimode, Om4, Sc Fiber Optic Patch Panel (loaded) cable Minder W/ Cover, 1ru sc 50/125 Micron, Multimode, Om4, Fiber Optic Pigtails, 1m duplex, 50/125 Micron, Multimode, Om4, Fiber Optic Patch Cord, 3m (lc-sc) consumables: Spare Fiber Optic Pigtails, Buffer Tubing, Shrinkable Tube, Polishing Film (black, Green, & White), Adhesive, Syringe, Tissue Paper, Alcohol, Cross Connect Cables, Cable Tie, Velcro Etc. 1 4. Ups System And Power Supply Wiring supply & Live Mounting Of 100at/100af, 3p, 3f Circuit Breaker Replacing The Existing 60at/100af, 3p, 3f Circuit Breaker At The Existing Power Distribution Panel Board & At The Ups Input Distribution Panel Board. These Include Modification Of The Existing Ups Input Panel Board & Replacement Of The Under Size Bus Bar. supply & Layout Of 3-30mm2 & 1-8.0mm2 Thhn Wire From The Existing Power Distribution Panel Board To The Existing Ups Input Panel Board. supply & Cable Pulling Of 2-ga#8/3c Royal Cord Utilizing The Existing Cable Ladder From The Modified Ups Input Panel Board To The Proposed Location & Positions Of 2 - New 5kva Ups At Data Center. end To End Termination insulation Testing (megger) Lot Components: 100at/100af, 3p, 3f Circuit Breaker 40at/100af, 2p, 3f Circuit Breaker 30.0mm2 Thhn Wire (red) 30.0mm2 Thhn Wire (yellow) 30.0mm2 Thhn Wire (blue) 8.0mm2 Thhn Wire (green) ga#8/3c Royal Cord terminal Lugs, 8-6s consumables: Copper Phase Bus Bars, Cable Protection & Pathways, Metal Drill Bit, Blind Rivets, Hacksaw Blade, Masking Tape, Electrical Tape, Velcro, Cable Tie, Etc. 1 Services: labor Charge /engineering /supervision must Provide As-built Plans. Training Materials. Data Sheets, System Manuals, Configuration Documentation, And Equipment Inventory In Hard Copies And Soft Copies In Pdf Format As Appropriate. conduct Of Training User’s Training, And System Administration (knowledge Transfer) cable Integrity Testing And Report (test Result For Documentation Available In Hard & Soft Copies) single Line Diagram insulation Test Report must Provide Manuals And Technical Documents Of The Entire System Including Sample Photos (as-built Cad Drawings Indicating The Exact Location Of Terminals, Cable Identifier Number, Cabling Route, & Room Plans.) mobilization & Demobilization (personnel Comprehensive Insurances, Deliveries & Miscellaneous) 5. Active Components And Appliance Units Smart-ups Srt 5000va 4500w 230v Tower Type Includes: ● Smart-ups Srt 19" Rail Kit For Smart-ups Srt ● Start-up ● 5x8 Assembly And Power-up Service ● 3 Years Warranty In Ups & 2 Years In Battery ● Preventive Maintenance (one Visit Per Year) 2 Units Hi-capacity Aggregation (fully Managed, Layer 3 Switch With (28) 10g Sfp+ Ports And (4) 25g Sfp28 Ports) Features: (1) 1.3” Lcm Color Touchscreen With Ar Switch Management (28) 10g Sfp+ Ports (4) 25g Sfp28 Ports (1) Usp Rps Dc Input 760 Gbps Switching Capacity layer 3 Switching Features 2 Units 48 Port Managed Switch With Poe (fully Managed Layer 3 Switch With (16) 2.5 Gbe Ports Including (8) Poe+ And (8) Poe++, And (32) Gbe Ports Including (24) Poe+ And (8) Poe++ And (4) 10g Sfp+ Ports) Features: (16) 2.5 Gbe Ports Including (8) Poe+ And (8) Poe++ (32) Gbe Ports Including (24) Poe+ And (8) Poe++ (4) 10g Sfp+ Ports (1) 1.3” Lcm Color Touchscreen dc Power Backup Ready 720w Total Poe Availability managed With Network Application 3 Units 24 Port Managed Switch With Poe (fully Managed Switch With (8) 2.5 Gbe Poe++ Ports, ((16) Gbe Ports Including (8) Poe+ And (8) Poe++, And (2) 10g Sfp+ Ports) Features: ● (8) 2.5 Gbe Poe++ Ports ● (16) Gbe Ports Including (8) Poe+ And (8) Poe++ ● (2) 10g Sfp+ Ports ● (1) 1.3” Lcm Color Touchscreen ● Dc Power Backup Ready ● 400w Total Poe Availability ● Managed With Network Application 15 Units 10g Multi-mode Optical Module (sfp+ Transceiver That Supports 10g Connections Up To 300 M Using Multi-mode Fiber With A Duplex Lc Upc Connector) 40 Units Factory Terminated Foc - Lc - Lc - 2 Meters 40 Units Centralized Access Points Manager (10g Cloud Gateway With 200+ Device / 2,000+ Client Support, 5 Gbps Ips Routing) Includes Full Application Suite For Device Management 5 Gbps Routing With Ids/ips (1) 10g Sfp+*, (8) Gbe Rj45 Lan Ports (1) 10g Sfp+*, (1) 2.5 Gbe Rj45 Wan Ports (2) 3.5″ Hdd Bays With Raid Data Protection built-in 128 Gb Ssd For Nvr Detection Recordings power Backup Ready 1.3″ Touchscreen 2 Units Wi-fi 7 Access Point (ceiling-mounted Wifi 7 Ap With 6 Spatial Streams And 6 Ghz Support For Interference-free Wifi In Demanding, Large-scale Environments) wifi 7 With 6 Ghz Support 6 Spatial Streams 140 M² (1,500 Ft²) Coverage 300+ Connected Devices powered Using Poe+ 2.5 Gbe Uplink 25 Units Server For Router: Form Factor Rack-mountable – 2u Server Hot-swap Bays Qty: 8 Processor / Chipset Cpu: Intel Xeon E5-2620v3 / 2.4 Ghz Or Higher Max Turbo Speed: 3.2 Ghz Or Higher Number Of Cores: 6-core Or Higher Processor Installed Qty: 1 Max Supported Qty: 2 Storage Raid Level: Raid 0, Raid 1, Raid 10 Hdd Installed: 1 X 3.5" 2tb 7.2k Sata Ram Memory Speed: 1866 Mhz Configuration Features: 1 X 16 Gb Memory Form Factor: Dimm 288-pin Slots Qty: 24 Empty Slots: 23 Networking Data Link Protocol: Ethernet, Fast Ethernet, Gigabit Ethernet Form Factor: Integrated Ethernet Ports: 4 X Gigabit Ethernet Ethernet Controller(s): Broadcom Bcm5719 Graphics Controller Form Factor: Integrated Graphics Processor: Matrox G200er2 Video Memory: 16 Mb Video Interfaces: Vga Power Type: Power Supply - Hot-plug Power Redundancy Scheme: 1+1 Installed Qty: 1 Max Supported Qty: 2 1 Scope Of Work Includes: conduct Site Survey & Gather Information Needed For Installation Planning. (before Bidding Process) provide A Detailed Layout Or Diagram Based On The Equipment And Cable Runs Above That Will Be Approved By The It Division. perform Mobilization, Manpower Pooling And Procurement Of Local & Imported Materials In Preparation Of The Actual Implementation Of The Project. provide The Necessary Tools And Equipment To Perform The Proposed Scope Of Works. project Engineer Who Will Be Responsible For The Coordination And Management Of The Project Throughout Its Completion. He Will Be The Primary Interface In Coordinating Efforts And Tasks For The Delivery And Implementation Of The Contracted Services. provide Project Management, Including Planning, Consultancy Services And Overall Supervision And Implementation. provide Project Status Reports Advising The End-user On The Status Of The Activities. The Report Shall Consist Of The Following, As Appropriate: Weekly Reports And Updates Of The Project’s Progress, Checklist For Acceptance And Testing, Other Items Of Importance. warranty Period For The Project Must Be One (1) Year On Parts, Labor, Materials, And Equipment. To Protect The National Library Of The Philippines (nlp) From Unreliable And Unproven Products And Services The Following Provisions Shall Be Required: 1.manufacturer Of The Proposed Brand Should Be Iso 9000 Certified Or Better. 2.the Proposed Manufacturer's Brand Should Have An Existing Technical Web Support System Where The Providers/ Bidders Can Log-in And Key-in Product Service Codes/item Codes For Faster Tracking Of Defective. 3.the Proposed Brand Should Have An International Brand Name, Which Means That The Brand Or Item Is Known And Marketed Globally And Have International Presence (physical Stores, Centers, Or Satellite Offices) In At Least 5 Countries. 4.the Brand Offered Should Be Sold And Marketed Continuously In The Philippines For The Last Ten (10) Years.
Closing Date26 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
City Of Valencia Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 11-2025 01/28/2025 Invitation To Bid For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Twenty-eight Million Five Hundred Thousand Four Hundred Twenty-nine Pesos And 74/100 (php 28,500,429.74) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Multi-purpose Building (city Engineering Office Building) See Attached Plan And Specifications Php28,500,429.74 Scope Of Works: Construction Of City Engineering Office (ceo): Scope; A.) Application Of Permits And Clearances, B.) Fabrication And Installation Of Project Billboard And Signboard, C.) Occupational Safety And Health Program, D.) Project Mobilization And Demobilization, E.) Clearing And Grubbing, F.) Structure Excavation, Embankment And Gravel Fill Of Concrete Structures, G.) Construction Of Reinforced Concrete Structures With Metal Reinforcement Such As Footing, Wall Footing, Columns, Beams, Floor Slab And Roof Deck, H.) Fabrication And Installation Of Formworks And Falseworks, I.) Laying Of 100mm Chb With Cement Plaster Finish, J.) Installation Of Doors And Windows, K.) Installation Of Spandrel Ceiling With Metal Frame, L.) Installation Of Unglazed Tiles, M.) Application Of Waterproofing Cement Base, N.) Painting Of Concrete And Steel Structures, O.) Fabrication And Installation Of Structural Steel Roof Framing, Metal Roofing Sheet And Accessories, P.) Fabrication And Installation Of Stainless Steel Built-up Letters, Fascia Frame And Board, Q.) Installation Of Sanitary Pipes And Fittings, Water Supply Pipes And Fittings (including Water Pump And 2 Stainless Steel Water Tank) And Storm Drainage And Downspout, R.) Installation Of Electrical Conduits And Boxes, Wires And Wiring Devices, Panel Boards And Lighting Fixtures (which Also Include Wirings And Devices For The Preparation Of All Air Conditioners), S.) Installation Of Fire Alarm System, Network Cabling, Closed-circuit Television (cctv) And Fire Extinguisher As Per Approved Pow, Plans, And Specifications. Part I Other General Requirements B.3 (1) 1.00 L.s. Permits And Clearances B.5 (1) 1.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization Part A Earthwork 800 (1) 880.90 Sq.m Clearing And Grubbing 803 (1) A 402.96 Cu.m. Structure Excavation (common Soil) 804 (1) A 382.71 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 68.82 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 460.94 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 76,634.61 Kg. Reinforcing Steel (deformed, Grade 40 Main Bar & Grade 33 Shear Reinforcement ) 903 (2) 2,655.87 Sq.m. Formworks And Falseworks C.1 Masonry Works 1046 (2) A1 1,211.07 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.2 Fabricated Materials 1006 (5) 3.00 Set Fire Rated Fire Exit Steel Door 1007 (1) B 25.20 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) C 161.53 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 111.13 Sq.m. Aluminum Glass Windows (fixed Type) 1010 (2) B 38.43 Sq.m. Doors (wooden Panel) C.3 Finishing Works 1003 (1) E2 167.45 Sq.m. Ceiling (prepainted Metal Panel On Metal Frame)-spandrel 1003 (1) H 176.17 Sq.m. Ceiling (pvc Panel On Metal Frame) 1003 (1) E1 73.62 Sq.m. Ceiling (gypsum Board On Metal Frame) 1003 (11) A1 30.65 M Fascia Board (9mm Thk. Fiber Cement Board) 1018 (5) 312.54 Sq.m. Glazed Tiles 1018 (2) 219.42 Sq.m. Unglazed Tiles 1021 (1) A 13.64 Sq.m. Cement Floor Finish (plain Non-skid) 1021 (1) C 1,001.44 Sq.m. Cement Floor Finish (with Floor Hardener) 1027 (1) 2,885.44 Sq.m. Cement Plaster Finish 1016(1)a 601.14 Sq.m. Waterproofing Cement Base C.4 Painting Works 1032 (1) A 2,959.06 Sq.m. Painting Works (masonry) 1032 (1) C 933.80 Sq.m. Painting Works (steel) C.5 Roof Framing And Roofing Works 1013 (2) F 45.00 L.m. Fabricated Metal Roofing Accessory - End Capping, 0.4mm Thk. 1013 (2) B1 17.00 L.m. Fabricated Metal Roofing Accessory - Gutter, 0.4mm Thk. 1014 (1) B2 233.10 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) 1047 (6) 9,193.43 Kg Structural Steel 1047 8) B 1,638.34 Kg. Structural Steel (purlins) 1047 (4) 88.00 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 162.63 Kg. Metal Structure Accessories (steel Plates) 1047 (4) A 37.72 Kg. Metal Structure Accessories (bolts) 1047 (5) B 72.71 Kg. Metal Structure Accessories (sagrods) - 12mmø 1047 (8) A 1,416.80 Kgs Structural Steel (trusses) Spl-i 1.00 L.s. Stainless Steel Built Up Letters C.6 Plumbing Works 1001 (5) B 6.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1001 (9) 1.00 L.s. Storm Drainage And Downspout 1001 (11) 1.00 L.s. Septic Vault (concrete) 1002 (4) 1.00 L.s. Plumbing Fixtures 1002(24) 1.00 L.s. Cold Water Lines 1002 (27) 1.00 L.s. Plumbing Works Part D Electrical Work 1100 (10) 1.00 L.s. Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (2) B 1.00 L.s. Panel Board With Main/branch Breakers 1103 (1) 1.00 L.s Lighting Fixture And Lamps 1109 (1) 1.00 L.s Grounding System 1111 1.00 L.s. Miscellaneous Electrical/civil Works 1200 1.00 L.s. Air Conditioning And Ventilating System Part E Mechanical Work 1208 (1) 1.00 L.s Fire Alarm System (fdas) 1106 (1) 1.00 L.s. Closed-circuit Television (cctv) 1105 (20) 1.00 L.s. Network Cabling 1202 (6) A1 1.00 Set Fire Extinguisher (10 Lbs., Abc With Bracket) Php28,500,429.74 Required Number Of Days For Completion Is 300 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. 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 Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 29, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Twenty-five Thousand Pesos (php 25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On February 3, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On February 6, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 20, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 20, 2025at Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date20 Feb 2025
Tender AmountPHP 28.5 Million (USD 492.7 K)
4821-4830 of 4939 archived Tenders