Chair Tenders
Chair Tenders
Province Of Occidental Mindoro Tender
Laboratory Equipment and Services
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.4 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Laboratory Supplies And Equipment For Ccje Students At Omsc Labangan And Omsc Sablayan 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 Laboratory Supplies And Equipment For Ccje Students At Omsc Labangan And Omsc Sablayan Under Reference No. B-8661-24-48/omsc Rfq 25-009 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Item Description Quantity / Units Total Abc (php) 1) Contact Proof Printer 1 Piece 27,500.00 2) Fingerprint Card Holder 6 Pieces 27,216.00 3) Developing Tank With Reel For 120mm 2 Pieces 18,260.00 4) Developing Tank With Reel For 35mm 3 Pieces 17,490.00 5) Caliper 2 Pieces 8,800.00 6) Crime Scene Sketching Kit 1 Set 13,445.00 7) Fingerprint Brush 15 Pieces 19,875.00 8) Fingerprint Ink Roller 5 Pieces 19,800.00 9) Universal Fixer For Film & Paper 1 Galloon 3,520.00 10) Inking Slab 6 Pieces 3,960.00 11) Fingerprint Paste Ink 6 Tubes 4,410.00 12) Horseshoe Fingerprint Lens For Classification 7 Pieces 174,174.00 13) Fingerprint Pointer 6 Pieces 12,540.00 14) Taper Gauge 2 Pieces 6,131.40 15) Triple Darkroom Timer 2 Pieces 7,700.00 16) Darkroom Developing Trays 3 Sets 6,600.00 17) Trigger Pull Measuring Device 1 Piece 8,364.20 18) Document & Money Detector (uv/ir Handwriting Analysis) Desktop 1 Piece 60,500.00 19) Crime Scene Investigation Kit 1 Set 46,100.00 20) Beaker 100 Ml 12 Pieces 4,752.00 21) Beaker, 400 Ml 12 Pieces 5,913.60 22) Beaker, 600 Ml 12 Pieces 5,460.00 23) Bunsen Burner 12 Pieces 14,282.40 24) Burette Acid, 100 Ml 12 Pieces 31,917.60 25) Burette Clamp, Single Metal 12 Pieces 8,791.20 26) Clay Triangle, 75mm 12 Pieces 1,900.80 27) Crucible And Cover, 100 Ml 10 Pieces 4,191.00 28) Crucible Tong 12 Pieces 8,791.20 29) Erlenmeyer Flask, 250 Ml 12 Pieces 2,402.40 30) Evaporating Dish, 75mm 12 Pieces 1,893.12 31) Florence Flask, 1000 Ml 12 Pieces 8,395.20 32) Funnel, 75mm 12 Pieces 2,660.89 33) Graduated Cylinder, 50 Ml 9 Pieces 6,088.50 34) Iron Clamp, 75mm, 3" 12 Pieces 4,672.80 35) Foldable Magnifying Glass 90 Pieces 58,500.00 36) Mortar And Pestle, 75mm 12 Pieces 3,432.00 37) Reagent Bottle, 500ml 12 Pieces 7,788.00 38) Test Tube Holder 12 Pieces 312.00 39) Test Tube Rack 12 Pieces 5,491.20 40) Long Table 20 Units 270,600.00 41) Photo Print Dryer 1 Unit 30,900.00 42) Stereoscopic Microscopes 3 Units 130,185.00 43) 12 Ga Pump Action Shotgun 1 Unit 38,250.00 44) Cushion Portable Polygraph Chair 1 Unit 37,500.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 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 44-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is Ninety (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, A Single Contract That Is 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 February 07 To 14, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 11, 2025 - 2:00 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: 679 450 5071 With Passcode: Bac2023) 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, Contact 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 Supply And Delivery Of Criminology Laboratory / Supplies And Equipment Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract 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) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission (5% Of The Abc) Or Iii. Notarized 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 February 07 To 14, 2025 Availability Of Request For Quotation Beginning February 07 To 14, 2025 Pre-negotiation Conference February 11, 2025 (tuesday), 2:00pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 679 450 5071 Passcode: Bac2023 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 February 14, 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 February 14, 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: Michelle Lynne G. Fantone 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: February 07, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
City Of Bais Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 210.2 K (USD 3.5 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Supplies And Materials To Be Used At The Kitchen And Headquarter’s During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 58-25 Php 210,225.00 1 12 Pcs. A4 Special Paper 220gsm (10 Pcs/pack) 2 5 Sets A4 Laminating Film 100 Mic (100 Pcs/pack) 3 3 Sets 003 Inks For Printer (with Bk/cy/mg/yw Color/set) 4 3 Reams A4 Bond Paper Substance 20 (ream) 5 6 Reams 8 1/2 X 13 Bond Paper Substance 20 (ream) 6 6 Reams 8 1/2 X 11 Bond Paper Subsance 20 (ream) 7 12 Packs 8 1/2 X 13 White Special Paper (10 Pcs/pack) 8 12 Packs A4 Sticker Paper Semi-glossy (10 Pcs/pack) 9 100 Meters Blue Sack Sakolin Trapal Extra Thick (meter) 10 12 Pcs. Marine Plywood 1/2 Inch 4 Ft X 8 Ft 11 20 Pcs. Coco Lumber 2 X 2 X 12 (120bd.ft) 12 20 Pcs. Coco Lumber 2 X 2 X 10 (120bd.ft) 13 12 Kgs. Galvanized Iron Tie Wire/alambre # 16 (kg) 14 100 Meters 2 X 3 Meters Artificial Grass Outdoor Artificial The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 30, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao /oic-cbo Chair, Bids And Awards Committee
Dr Jose Fabella Memorial Hospital Tender
Electronics Equipment...+3Electrical Goods and Equipments, Healthcare and Medicine, Electrical and Electronics
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 300.3 K (USD 5.1 K)
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The Supply And Delivery Of: Particular Qty. Unit Cost Total Cost Cold Packs 5 Pcs ₱1,000.00 ₱5,000.00 • Reusable Cold Gel Pack • Durable Construction Resistant To Puncture • Standard Size Gel Pack 27cm X 16.5cm Parafin Wax Container 1 Set 20,000.00 20,000.00 • 6 Lb (4 Liter) Container With Oversized Tank Accommodates A Man Size 12 ½ Foot • Lightweight And Portable • Operating Temperature 125-134°f, 110 V • Kit Includes Container, Washable Terry Cloth And Mitt And • Bottie, 65 Hand/foot Plastic Liners And (6) 1lb Wax Blocks Portable Infrared Radiation Lamp 1 Pc 15,000.00 15,000.00 • Deep Focused Infrared Warmth With 150w • Adjustable Angle That Can Be Positioned Up To 40 Degrees Backward • Have An On And Off Switch At The Back Of Infrared Lamp • Has A Cord Storage Holder At The Back Of The Appliance • Cord Length: 180cm; Voltage: 220 Or 250v • Insulation: Class Ii (double Isolation) • Frequency: 50hz • Type Of Lamps: Par 38e, 150w + Prismatic Rings For More Focus • Dimension: 22cm H X 13cm W X 18.5cm D • A Box Dimension: 24cm H X 28.8cm W X 62.4cm D • Product Weight: 1 Kg; F-box Weight 1 Kg • F-box Dimension: 22.5cm H X 14cm W X 20.4cm D • A-box Weight: 6.4kg • Iec Certified: Complies To Iec 60335 Wall Standing Mirrors 1 Pc 4,500.00 4,500.00 • 34.4 Cm W X 1.6 Cm D X 154.4 Cm • Any Color • 28 Mm Thick, Polystyrene Plastic Frame With 3 Mm Thick, Normal Mirror And 3mm Thick Mdf Back Board Stretchable Resistance Band • Light (green): 600mm X 50mm X 0.35mm (5-10lbs) 1 Roll 5,000.00 5,000.00 • Medium (blue): 600mm X 50mm X 0.50mm (10-20lbs) 1 Roll 5,000.00 5,000.00 • Heavy (yellow): 600mm X 50mm X 0.70mm (20-30lbs) 1 Roll 7,000.00 7,000.00 • Extra Heavy: 600mm X 50mm X 1.10mm (40-48lbs) 1 Roll 9,000.00 9,000.00 Stretchable Resistance Tube • High Quality Latex Band Pre-formed Into A Loop • Material: Thermoplastic Elastomer • Resistance Tube Features A Double Layer Of Rubber At The Ends For Comfortable Grip • Resistance Tube Length: 140cm • Handle Width: 11cm Light 1 Pc 5,000.00 5,000.00 Medium 1 Pc 7,000.00 7,000.00 Heavy 1 Pc 9,000.00 9,000.00 Pulse Oximeter 1 Pc 3,000.00 3,000.00 • Monochrome Led Display • Measurement Accuracy: +2% Within The Range Of 70%-99% • Measurement Value <70% Accuracy • Charging Method: Usb Type C • Aa Battery • Power Consumption: Less Than 20mah • Usage: With Bottom, Automatic Testing • Automatic Shutdown: Finger Disengagement • Lightweight, Small, Easy To Use And Convenient To Carry Dumbells • Made Of Iron Material Covered With Neoprene • Hex Shaped Heads Design • Weights: 1 Lb 1 Pair 1,000.00 1,000.00 2 Lbs 1 Pair 1,300.00 1,300.00 3 Lbs 1 Pair 1,500.00 1,500.00 4 Lbs 1 Pair 1,700.00 1,700.00 5 Lbs 1 Pair 2,000.00 2,000.00 Ankle Weights • Made Of Oxford Cloth Materials Filled With Iron Sand • With 2 Velcro Straps On Both Sides With Heavy Duty Nylon And Adjustable Straps That Fits On The Ankle • Weights: 0.5kg 1 Pair 1,500.00 1,500.00 1 Kg 1 Pair 1,800.00 1,800.00 2 Kg 1 Pair 2,300.00 2,300.00 3kg 1 Pair 2,500.00 2,500.00 4kg 1 Pair 3,000.00 3,000.00 Inflatable Vestibular Ball 2 Pcs 5,000.00 10,000.00 • 75 Cm / 29.5-inch Size • Bearing Capacity Support Up To 330 Lbs • 3 Mm Thickened Abs Ball (anti-burst System) • Free Of Bpa And Heavy Metals • Assorted Color • With Foot Pump Included Inflatable Rubber Ball For Kids 2 Pcs 5,000.00 10,000.00 • Mini Inflatable Ball With Design For Kids • Small Flexible Enough To Grasp With One Hand Yet Big Enough To Hold With 2 Hands • Bouncy, Thick, Durable Pimpled Rubber • Nontoxic, Harmless Plastic • Diameter Approx.: 5–6-inch Diameter Wobble Board 1 Pc 6,000.00 6,000.00 • Made Of Molded Plastic With A Specially Designed Tactile Surface On The Top And Anti-skid Surface On The Bottom • 40cm L X 10cm H • 20mm Palm Touch With Surface Non-slip Sandpaper Handle Design Both Sides For Easy Gripping • With Curve Button Support In 360 Degrees Direction • Weight Limit For Each Board Is 300 Lbs. Yoga Mat 2 Pcs 5,000.00 10,000.00 • Lightweight And Durable Yet Cushioned And Strong • Washable And Easy To Clean • Size: 68 In L X 24 In W Rubber Mat Flooring / Play Mat For Kids 5 Packs 10,000.00 50,000.00 • Puzzle Interlocking • Made From Soft And Durable High-quality Foam • Epe Non-toxic Material • Feature: Anti-slip, Shock Absorbing And Soft • Dimension: 60 Cm By 60cm • Bright With Different Color Puzzle Mats • Lightweight And Easy To Install And Detach • 4 Pieces Per Pack Kinesiology Tape 5 Pcs 4,000.00 20,000.00 • 2 Inches Width • Sweat Resistant And Water Resistant And Air Permeable Allowing It To Be Worn For Days • Can Be Stretch By 30-40% • Assorted Color • Materials: Cotton, Spandex, Acrylic • Pressure Sensitive Adhesive, Hypoallergenic Hole Peg Board 1 Set 3,000.00 3,000.00 • Stacking Peg Board Set Includes 100 Pegs Of 10 Different Colors And One Board • Natural Solid Rubber-wood, Non-toxic, Smooth Finish, Coated With Soft Child Safe Water-based Paints • Sizes: Chess Board 8.5 Cm X 8.5cm X 3.35 Cm • Peg Height: 2 Cm Hand Grip Exerciser 1 Pc 2,000.00 2,000.00 • Metal Exerciser With Soft Eva Grips • Grip Tension Rating Of 33 Lbs • Product Size: 3.5 In W X 5 In H X 1 In D Finger Strengthener Exerciser • Trumpet Format • Size: 3.5 In X 5 In X 1 In • Material: Abs Composite Material • Latex Free Trp Grip • Steel Spring Component Light 1 Pc 2,000.00 2,000.00 Medium 1 Pc 2,200.00 2,200.00 Bp Apparatus And Stethoscope 1 Pc 25,000.00 25,000.00 • Mercury-free Sphygmomanometer • Adjustable Height And Position • Pressure Range: 0-300 Mmhg • Calibrated • Wheel Stand, With 5 Casters • With Lockable And Static Feature • With Complete Accessories: Nylon Velcro Cuff With Different Sizes (33-47 Cm For Obese Adult, 25-35cm For Regular Adult, 18-26cm For Child, 12-19cm For Infant And 6-11cm For Newborn, Inflator Valve, Air Control Bulb • Basket (attached To The Stand) For The Accessories • At Least 1 Year Warranty On Service And Parts Bicycle Ergometer 1 Pc 47,000.00 47,000.00 • For Upper And Lower Extremities • Foldable Bike Ergo Exerciser Used In Arms And Legs • With Anti-slip Pedal And Non-slip Bike Foot And Adjustable Resistance Gauge • With Or Without Lcd • Materials Used: Abs Pp Steel • Size: 48.5 Cm X 36 Cm X 33 Cm • Maximum Load Capacity: 100 Kg Product Weight Approx.: 2.4 Kgs Total ₱300,300.00 Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before January 7, 2025. To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate 2. Mayors Permit 3. Omnibus Sworn Statement For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com / Fabella.procurement @ Gmail.com (tel. No. 88 66 7960 - 74). The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotation, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Consider Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That Maybe Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. Maria Lu D. Andal, Md Chair, Bids And Awards Committee For Infrastructure, Goods Non-medical, Consulting Services, Non-medical Equipment, Services
Department Of Education Division Of Surigao Del Sur Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 254.5 K (USD 4.4 K)
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Cabugo Es, Bayabas, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Bottle Epson 003 Black Ink ( Genuine) 12 250.00 3,000.00 2 Bottle Epson 003 Cyan Ink ( Genuine) 8 250.00 2,000.00 3 Bottle Epson 003 Magenta Ink ( Genuine) 8 250.00 2,000.00 4 Bottle Epson 003 Yellow Ink ( Genuine) 8 250.00 2,000.00 5 Bottle Brother Btd60 Bk Ink (original) 1 250.00 250.00 6 Bottle Brother Bt 5000 C Ink (original) 1 250.00 250.00 7 Bottle Brother Bt 5000 M Ink (original) 1 250.00 250.00 8 Bottle Brother Bt 5000 Y Ink (original) 1 250.00 250.00 9 Ream Paper, Multicopy A4, 500 Sheets Per Ream 200 178.00 35,600.00 10 Ream Paper, Multicopy Legal, (8.5x13) 500 Sheets Per Ream 10 185.00 1,850.00 11 Piece Ballpen, Black 108 6.00 648.00 12 Piece Ballpen, Blue 24 6.00 144.00 13 Piece Ballpen, Red 72 6.00 432.00 14 Piece Sign Pen, Fine Tip, Black 48 30.00 1,440.00 15 Box Staple Wire #35, Standard 18 25.00 450.00 16 Piece Stapler #35, Standard Type 10 153.00 1,530.00 17 Piece Stapler #35, Standard Type (long Reach/arm For Booklet 1 200.00 200.00 18 Roll Tape Transparent, 1 Inches 30 15.00 450.00 19 Roll Tape, Packaging, 2 Inches 9 35.00 315.00 20 Roll Tape, Paper 1 Inch 40 20.00 800.00 21 Bottle Glue All Purpose 240 G 30 35.00 1,050.00 22 Piece Folder Expanded Legal Yellow Colored 5 15.00 75.00 23 Piece Folder Expanded Legal Green Colored 11 15.00 165.00 24 Piece Folder Expanded Legal Pink Colored 5 15.00 75.00 25 Piece Folder Expanded Legal Blue Colored 5 15.00 75.00 26 Piece Folder Expanded Legal Orange Colored 5 15.00 75.00 27 Piece Folder Expanded Legal Violet Colored 5 15.00 75.00 28 Piece Folder Expanded Legal Red Colored 5 15.00 75.00 29 Box Pencil Lead/graphite With Eraser, 1 Dozen Per Box Jumbo Size Mongol 2 5 90.00 450.00 30 Piece Pencil Sharpener, Double Hole, Small 50 4.00 200.00 31 Piece Scissors, Symmetrical/asymmetrical Big 10 35.00 350.00 32 Piece Scissors, Safety For Kinder, Small Size 20 15.00 300.00 33 Pack Photopaper, A4 Size (20 Sheets Per Pack) 15 35.00 525.00 34 Pack Crayons Jumbo Pack Of Single Line Colors 8 Pcs Per Pack 10 45.00 450.00 35 Ream Neon Paper Assorted (80gsm, 8.5x13, 250 Sheets Per Ream 9 230.00 2,070.00 36 Pack Vellum Board A4, 10 White Sheets Per Pack 15 31.00 465.00 37 Box Thumbtacks, 24 Pieces Per Box 2 95.00 190.00 38 Piece Felt Tip Pen, Refillable Fine Black, Pilot 34 38.00 1,292.00 39 Bottle Ink Refill For Permanent Marker, Pilot, 30 Ml, Black 12 98.00 1,176.00 40 Piece Data File Box, Double, Colored, Long 35 150.00 5,250.00 41 Box Paper Fastener, Plastic, 7cm, 50 Sets Per Box 6 35.00 210.00 42 Box Paper Fastener, Metal, 7cm, 50 Sets Per Box 1 35.00 35.00 43 Piece Puncher Paper, Heavy Duty 5 120.00 600.00 44 Box Binder Paper Clip 25 Mm, Box, Black 6 30.00 180.00 45 Box Binder Paper Clip 32 Mm, Box, Black 2 37.00 74.00 46 Box Binder Paper Clip 51 Mm, Box, Black 2 37.00 74.00 47 Piece Expanded Envelope, Long Red 20 18.00 360.00 48 Piece Expanded Envelope, Long Green 20 18.00 360.00 49 Piece Expanded Envelope, Long Yellow 20 18.00 360.00 50 Piece Expanded Envelope, Long Orange 20 18.00 360.00 51 Piece Expanded Envelope, Long Violet 20 18.00 360.00 52 Ream Envelope, Document A4 Brown 1 800.00 800.00 53 Piece Envelope, Plastic, A4, Transparent 100 13.00 1,300.00 54 Piece Expanded Envelop, Long Blue 20 18.00 360.00 55 Pack Notepad, Stick On, 76mmx76mm 4 28.00 112.00 56 Pack Notepad, Stick On 50mm X 76mm (2" X 3") In 4 30.00 120.00 57 Pack Notepad, Stick On, 19mmx76mm 4pcs In 1 Pack 5 35.00 175.00 58 Piece Glue Stick , Big For Glue Gun 50 5.00 250.00 59 Piece White Board Marker Black 8 15.00 120.00 60 Piece Binding Ring/comb, Plastic, 15 Mm 10 35.00 350.00 61 Pack Cartolina Assorted Colors, 20 Pcs Per Pack 20 80.00 1,600.00 62 Piece Manila Paper 15 4.00 60.00 63 Piece Ink Refill For White Board Marker Black 1 65.00 65.00 64 Box Paper Clip Colored Vinyl Plastic Coated, 33mm 10 10.00 100.00 65 Piece Stamp Pad, Felt 6 40.00 240.00 66 Pack Sticker Paper 6 35.00 210.00 67 Box Rubber Band No. 18 1 50.00 50.00 68 Bag First Aid Kit Medical Kit Emergency Bag Set 5 550.00 2,750.00 69 Pack Battery Dry Cell Size Aa, 2 Pieces Per Pack 50 25.00 1,250.00 70 Pack Battery Dry Cell Size Aaa, 4 Pieces Per Pack 50 26.00 1,300.00 71 Piece Dust Pan, Rigid Non-breakable Plastic 15 90.00 1,350.00 72 Box Dye Wax, Paste Type, Red Dye Wax, 90g 42 40.00 1,680.00 73 Bottle Liquid Wax. 2 Liter / Bottle 4 570.00 2,280.00 74 Unit Fire Extinguisher, Dry Chemical 1 1,100.00 1,100.00 75 Piece Philippine National Flag 4 200.00 800.00 76 Box Envelope White Mailing Long, 500 Pcs Per Box 1 300.00 300.00 77 Box Envelope White Mailing Short, 500 Pcs Per Box 1 250.00 250.00 78 Unit Wall Clock (big) 5 300.00 1,500.00 79 Piece Illustration Board 1/2 10 40.00 400.00 80 Bottle Mosquito Spray 10 195.00 1,950.00 81 Gallon Liquid Bleaching Solution 5 200.00 1,000.00 82 Pack Detergent Powder, All Purpose 1 Kg Per Pack 24 180.00 4,320.00 83 Pack Anti Bacterial Hand Soap 60g Per Pack 80 20.00 1,600.00 84 Piece Floor Rags, Cloth 25 40.00 1,000.00 85 Piece Doormat (welcome) 5 150.00 750.00 86 Piece Pail Medium Size 5 100.00 500.00 87 Piece Dipper 5 20.00 100.00 88 Piece Small Basin, Black 5 20.00 100.00 89 Piece Toilet Brush 5 25.00 125.00 90 Piece Brush 5 20.00 100.00 91 Gallon Cleaner, Toilet Bowl And Urinal 1 Gallon 5 180.00 900.00 92 Pack Trash Bag, Medium 4 40.00 160.00 93 Piece Pad Lock Heavy Duty 8 250.00 2,000.00 94 Pack Sanitary Pad/napkin 20 25.00 500.00 95 Piece Flower, Plastic Assorted For Decoration, Fake Westeria Hanging 25 20.00 500.00 96 Piece Flower, Plastic Assorted For Decoration, For Vase, Rose Flower 25 30.00 750.00 97 Piece Medal Deped Official Seal, (gold) Diameter 6 Cm 20 50.00 1,000.00 98 Piece Medal Deped Official Seal, (silver) Diameter 6 Cm 15 50.00 750.00 99 Piece Medal Deped Official Seal, (bronze) Diameter 6 Cm 10 50.00 500.00 100 Piece Medal Ordinary Gold 25 20.00 500.00 101 Piece Medal Ordinary Silver 20 20.00 400.00 102 Piece Medal Ordinary Bronze 15 20.00 300.00 103 Piece Ribbon For Awards 70 10.00 700.00 104 Piece Ribbon For Parent 10 10.00 100.00 105 Piece Ribbon For Graduate 10 10.00 100.00 106 Piece Ribbon Honors 30 10.00 300.00 107 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Red 1 120.00 120.00 108 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Green 1 120.00 120.00 109 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Yellow 1 120.00 120.00 110 Roll Satin Ribbon, 2.5 Inches, 45 Yards / Roll Orange 1 120.00 120.00 111 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Pink 1 120.00 120.00 112 Roll Tassel Lace Trimmings (36 Yards Per Roll) 1 180.00 180.00 113 Meter Cloth Alpha Gena Purple 10 45.00 450.00 114 Meter Cloth Alpha Gena White 10 45.00 450.00 115 Meter Cloth Alpha Gena Orange 10 45.00 450.00 116 Meter Cloth Alpha Gena Printed/flower 10 50.00 500.00 117 Meter Cloth Alpha Gena Ethnic Print 10 50.00 500.00 118 Box Pins 20 50.00 1,000.00 119 Piece Balloons Assorted 100 5.00 500.00 120 Piece Plaque 1 800.00 800.00 121 Piece Balloons Chain 4 35.00 140.00 122 Piece Curtain With Ring 6 200.00 1,200.00 123 Piece Throw Pillow 4 130.00 520.00 124 Piece Throw Pillow Case 6 60.00 360.00 125 Piece Flower Pots Big 20 45.00 900.00 126 Piece Trash Box, Regular Size 30 110.00 3,300.00 127 Piece Storage Box, Big, Black 2 400.00 800.00 128 Bottle Fabric Conditioner, 1000 Ml 10 100.00 1,000.00 129 Piece Cerrtificate Holder A4 Size 15 50.00 750.00 130 Pack Gift Bag, 10 Pieces Per Pack, Medium Size 5 120.00 600.00 131 Dozen Spoon, Big 1 120.00 120.00 132 Dozen Fork, Big 1 120.00 120.00 133 Dozen Dinner Plate Big 9 Inch, 25 Cm 1 480.00 480.00 134 Dozen Dish Serving Bowl 6 Inch, 23 Cm 1 400.00 400.00 135 Piece Serving Plate Big 4 55.00 220.00 136 Dozen Drinking Glass 1 200.00 200.00 137 Meter Cellophane Rubberized 6 120.00 720.00 138 Piece Broom Soft/lanot 10 90.00 900.00 139 Piece Plastic Chairs For Kindergarten 15 175.00 2,625.00 140 Unit Electric Stove Inverter (heavy Duty) 1 650.00 650.00 141 Tube Badminton Shuttlecock 1 Tube, 12 Pieces 1 1,039.00 1,039.00 142 Piece Badminton Alp Sport Badminton Racket 2 1,400.00 2,800.00 143 Set Chess Mat 6.5 Cm (3cm X 34 Cm) 1 228.00 228.00 144 Piece Chess Clock 1 400.00 400.00 145 Piece Table Tennis Racket Stiga/loki 2 1,090.00 2,180.00 146 Piece Table Tennis Balls 40 Mm, 2.8 G (huieson) White 50 7.00 350.00 147 Piece Discuss Throw 1 401.00 401.00 148 Piece Table Tennis Net Portable (standard) Blue 1 190.00 190.00 149 Piece Curtain Rod (long) 2 200.00 400.00 150 Piece Pail Big, Black (barol) 6 200.00 1,200.00 151 Piece Shawl Assorted Color 5 210.00 1,050.00 152 Piece Table Top Desktop Water Dispenser W/ Faucet Round) Blue And White 4 168.00 672.00 153 Piece Round Water Dispenser Jug Container (20 Liters) 10 150.00 1,500.00 154 Piece Monobloc, Chair White, Ruby 10 365.00 3,650.00 155 Unit Laptop, Core I5, 14", 16 Gb, Black 1 35,000.00 35,000.00 156 Unit Printer 3 In 1 High Quality (wi-fi Direct) 5 10,000.00 50,000.00 157 Unit External Hard Drive 1tb (high Quality) 1 1,500.00 1,500.00 158 Unit Camera 24.3 Mega Pixels 1 17,500.00 17,500.00 Abc: 254,587.00 Note: To Be Delivered At Cabugo Es, Bayabas, Surigao Del Sur
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0062 – Construction Of Multi-purpose Building Brgy. Minsalirac, Quezon, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building Brgy. Minsalirac, Quezon, Bukidnon Contract Id # : 25kb0062 Locations : Quezon, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon 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 28, 2025 To February 17, 2025, Until 8:30 Am 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 Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am 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_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 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 (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0054 – Construction Of Barangay Hall, Brgy. San Nicolas, Don Carlos, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. San Nicolas, Don Carlos, Bukidnon Contract Id # : 25kb0054 Locations : Don Carlos, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon 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 28, 2025 To February 17, 2025, Until 8:30 Am 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 Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am 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_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 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 (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0048 – Construction Of Brgy. Hall, Brgy. Kiara, Don Carlos, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Brgy. Hall, Brgy. Kiara, Don Carlos, Bukidnon Contract Id # : 25kb0048 Locations : Don Carlos, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon 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 28, 2025 To February 17, 2025, Until 8:30 Am 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 Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am 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_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 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 (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-15 Attention : All Service Provider Subject : Advertisement Date : February 3, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). 2, Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation Of The Regional Special Management Committee Meeting Food (1 Dinner,1 Breakfast,2 Snacks And 1 Lunch) For February 13-14, 2025 100pax X P2,000.00= P200,000.00 Pax 100 2,000.00 200,000.00 Technical Specifications For Food: I. Menu February 13, 2025 Dinner 1 Cup Steamed Rice 1 Regular Serving Oven Roasted Baby Back Ribs With Plum Hoisin Sauce 1 Regular Serving Ginataang Parapagolong 1 Regular Serving Squash Soup With Bacon Bits 1 Regular Serving Buko Pandan Salad(semi-sweet) 1 Glass Of Water February 14, 2025 Breakfast 1 Large Whole Egg 1 Regular Size Fried Dried Fish 1 Regular Serving Beef Tapa 1 Cup Steamed Rice 1 Cup Hot Choco/coffee Am Snacks 1 Regular Serving Baked Macaroni 1 Glass Of Water Lunch 1 Cup Steamed Rice 1 Pc Potcherong Baboy At Saging Na Saba 1 Regular Serving Ampalaya Con Tausi 1 Regular Serving Sinigang Na Hipon Soup 1 Regular Serving Buko Salad W/tapioca 1 Glass Of Water Pm Snacks 1 Snack Plate Pancit Guisado 2 Pcs. Slice Bread 1 Glass Mango Juice Ii. Conditions 1. Meal Coverage:100 Participants. Meals Starts At Dinner Time. 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 6.with 2 Free Meals For Guests 7.with Assigned Waiters And Head Waiters During The Event Proper 8.with Five (5) Extra Free Meals For Guest Technical Specifications For Venue: I. Availability Of Function Rooms: 1.one (1) Big Air-conditioned Session Hall That Can Accommodate 100 Participants As Session Hall. 2. Date: (february 13-14, 2025) Ii. Location And Site Condition 1. Within Naga City With Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue 3. With One(1) Free Accommodation For Guest. Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- Session Room - Air Conditioned Hall 2.1.1arrangement Of Tables And Chairs Must Observe Proper Distancing Occupying 8 Guests Per Table. 2.1.2 - With Presidential Table Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Table For Secretariat 2.1.4 - Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.1.5- 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cord That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 100 Participants. 3. Room Arrangements 3.1 - Air-conditioned Rooms For The Facilitators, Guest Speakers, And Technical Working Group. 3.2 - With Hot And Cold Bath. 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials. 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply. 4.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning. 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 5.4 Parking - With Sufficient Parking Area. Total 200,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 7, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd.arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Municipality Of San Isidro, Northern Samar Tender
Food Products
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 3 Million (USD 51.9 K)
Details: Description 1. Breakfast Set A Plain Rice Hotdog Sauteed Mixed Vegies Orange Juice Or Coffee Set B Fried Rice Dried Fish Longganisa Pineapple Or Coffee Set C Plain Rice Corned Beef Scrambled Egg Four Season Or Coffee 2. Snacks Set A Pancit(cantoon/bihon/bam-e) With Sliced Bread Or Puto Softdrinks Set B 3 Layer Sandwich (tuna/egg/chicken) Orange/pineapple/four Season Juice Set C 2 Pcs. Empanada Orange/pineapple/four Season Juice Set D 2 Pcs. Turon W/ Langka Softdrinks Set E Hamburger W/ Cheese Orange/pineapple/four Season Juice Set F Ginat-an Drinking Water 3. Lunch/dinner Set A Plain Rice Sweet And Sour Fish Pork Humba Ampalaya W/ Egg Coffee Jelly Buko Juice Set B Plain Rice Fried Chicken Ginataang Isda Pinakbet Buko Pandan Softdrinks Set C Plain Rice Chicken Curry Fish Fillet W/ Cream Sauce Chopsuey Fruit Salad Orange/ Pineapple/ Four Season Juice Set D Plain Rice Pork Steak Paksiw Na Isda Ginataang Langka Macaroni Salad Orange/pineapple/four Season Juice Set E Plain Rice Pork Caldereta Fried Fish Chopsuey Fruit Salad Softdrinks Set F Plain Rice Chicken Afritada Fish Fillet W/ Cream Sauce Mixed Vegies 2 Pcs. Banana Orange/pineapple/four Season Juice 4. Meals & Snacks, Inclusive Of Table And Chairs And Venue Decorations Invitation To Bid For Supply And Delivery Of Meals And Snacks 1. The Local Government Unit Of San Isidro, Northern Samar, Through The General Fund Intends To Apply The Sum Of Three Million Thirteen Thousand Seven Hundred Ten Pesos Only. (php3,013,710.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Meals And Snacks . Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of San Isidro, Northern Samar Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required 3 Days After The Receipt Of Order Slip. Bidders Should Have Completed, Within Three (3) 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 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. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of San Isidro, Northern Samar And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 To 12:00 In The Morning And 1:00 To 5:00 In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders During Office Hours From January 22, 2025 Until 9:00 A.m. Of February 11, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before Nine O’clock In The Morning (9:00 Am) Of February 11, 2025 At The Bids And Awards Committee, 2nd Floor, Municipal Building, Poblacion Sur, San Isidro, Northern Samar. All Bids Must Be Accompanied By The Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bidder’s Representative May Likewise Acquire The Bidding Documents Upon Presentation Of The Following Documents And Proof That The Bidder Have Ordered The Bidding Documents In The Philgeps (included In The Drl), To Wit: A. Duly Notarized Special Power Of Attorney/authorization Letter; B. Photocopy Of The Authorizing Officer’s Identification Card (id); C. Photocopy Of Representative’s Identification Card (id). 7. The Local Government Unit Of San Isidro, Northern Samar Will Hold A Pre-bid Conference On January 30. 2025 At 2:00 O’clock In The Afternoon 3rd Floor, Conference Room, Municipal Building, Poblacion Sur, San Isidro, Northern Samar, Which Shall Be Open To Prospective Bidders. 8. Bid Opening Shall Be On Nine O’clock In The Morning (9:00 Am) Of February 11, 2025 At 3rd Floor, Conference Room, Municipal Building, Poblacion Sur, San Isidro, Northern Samar. 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. 9. The Local Government Unit Of San Isidro, Northern Samar 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. 10. For Further Information, Please Refer To: Diana C. Balunan Bac Secretariat Bids And Awards Committee G/f Municipal Building, Poblacion Sur, 6409 San Isidro,northern Samar Contact No. 09533855113 Email Address: Bac.sanisidro@gmail.com 11. You May Visit The Following Websites: 12. For Downloading Of Bidding Documents: Https://philgeps.gov.ph Https://sanisidro-nsamar.gov.ph [january 22, 2025] John M. Puayap Mpdc/gso Designate/bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0050 – Construction Of Multi-purpose Building Barangay Hall, Brgy. Merangeran, Quezon, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second 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 Hall, Brgy. Merangeran, Quezon, Bukidnon Contract Id # : 25kb0050 Locations : Quezon, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon 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 28, 2025 To February 17, 2025, Until 8:30 Am 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 Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am 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_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 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 (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
6321-6330 of 6411 archived Tenders