- Home/
- Philippines/
- City Of Bais/
- Overview
City Of Bais Tender
City Of Bais Tender
Costs
Summary
1 Lot Purchase, Installation And Commissioning, Pr # 142-25 , Information Technology ,city Of Bais, Negros Oriental
Description
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 Law Enforcement & Operational Support And Surveillance Against Illegal Activities (cy 2025), City Mayor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 142-25 Php 10,000,000.00 1 1 Lot Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center With Terms Of Reference - Phase Iv. Command Center Equipment As Follows: 1. 1 Unit Ippbx For Public Address System 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage 4. 4 Units Computer Desktop, With Complete Accessories 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center Different Intersections Of The City - Cameras & Equipment As Follows: 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Units Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Sets Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v 12. 21 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom 14. 50 Units Outdoor Bullet Type Ip Camera 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f For Cdrrmo, Police & Fire Station Connectivity: 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v Replacement For Defective Equipments: 23. 11 Units Smart Online Ups 1,000va, Lcd 230v 24. 2 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Terms Of Reference Project Title: Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center (phase Iv). I. Rationale The Local Government Of Bais Intends To Install The Phase Iv Of The Scalable Smart Ip-cctv Surveillance System With A Centralized Recording And Management System. The Centralized Recording And Management System Is Capable To Be Integrated With Advanced Features Like Face Recognition, Vehicle Plate Number Recognition And Other Smart Features (please Note That The Face Recognition Feature Needs A Back-end Hardware/software Which Is Not Included In This Project). There Are Two Hundred Forty Seven (309) Existing Cameras All Over The City Referred To As The Phase I, Phase Ii And Phase Iii Implementation Of This Project. There Are Four (4) Traffic Ip Cameras Installed. One Was Installed At The Border Between Tanjay City And Bais City Near Central Azucarera De Bais. Another One Was Installed At Crossing Tamisu Which Supports Vehicle Plate Number Recognition Feature. The Remaining Two (2) Traffic Ip Cameras Were Installed At The City Proper. There Are Also Thirty Eight (56) Ptz Cameras And Two Hundred Five (249) Bullet Network Cameras That Were Installed On Strategic Locations On The Streets Of Bais City For Phase 1, 2 And 3. All Cameras Are Powered By An Uninterruptible Power Supply (which Were Installed On Outdoor Weather-proof Boxes) And Connected Using Fiber Optic Cables To The Centralized Recording And Management System Located At The Command Center. These Cameras Were Installed Around The City On A Dedicated Cctv Post. Fiber Optic Cables Between Cctv Posts And The Command Center Traversed To The Existing Noreco1 Electric Posts Which The Bais -lgu Has Already Been Given A Notice To Proceed By Noreco1. Active Monitoring Of Live Cctv Video Feeds Are Displayed On A Video Wall System Installed At The Command Center. However, Collaborations Made With Philippine National Police And The Bureau Of Jail Management And Penology Reveals That, The Existing Cameras Are Not Enough To Cover Important Areas In The City. Thus, Phase Iv Is Very Necessary In Order To Make Our City Safer By Providing Law Enforcement With The Information They Need To Investigate And Deter Crimes, Including The Implementation Of The Environmental And Health Related Ordinances Of The City. Phase Iv Covers The Rest Of The Intersections Of The City And Most Areas Along The National Hi-way From Bais City (bais City Bridge) To The Cab Of Brgy. Calasga-an(bais South-bound Boundary), This Will Allow Us To Monitor The National Hi-way 24/7. In Addition, Ip Based All Weather Outdoor Emergency Phones Will Be Installed On 20 Selected Locations (existing Cctv) Posts That Can Call The Command Center And 20 Public Address Speaker Systems Will Be Installed On Selected Locations For Public Announcements And Early Warning. Ii. Objective 1. Install The Cctv Posts, Outdoor Weather-proof Boxes, Fiber Optic Cables And Network Equipment. 2. Install Other Ptz And Bullet Cameras At Strategic Locations Within Bais City. Please Refer To The Attached Camera Location Plan. 3. Install The Centralized Recording And Management System And The Video Wall System At The Command Center. 4. Install The Ip Based All-weather Outdoor Emergency Phones At Strategic Locations Within Bais City. Please Refer To The Attached Ip Emergency Phone Location Plan. 5. Install The Public Address Speaker System At Strategic Locations Within Bais City. Please Refer To The Attached Public Address Speaker System Location Plan. Iii. Scope Of Work 1. Supply, Installation, Testing And Commissioning Of Ip Cameras, Fiber Optic Network, Uninterruptible Power Supply And Other Accessories At Designated Cctv Posts Needed For The Operation Of The Ip-cctv Surveillance System. 2. Supply, Installation, Testing And Commissioning Of The Centralized Recording And Management System And The Network Equipment Located At The Command Center. 3. Supply, Installation, Testing And Commissioning Of The Ip Emergency Phones And Public Address Speaker Systems At Designated Cctv Posts. 4. Training For At Least Twenty Four (24) Hours On Video Wall Management System, Ip-cctv Recording And Management System, Optical Distribution Network And Active Monitoring Of Ip-cctv Video Live Feeds. Iv. Project Cost Estimate The Estimated Project Cost Is Ten Million Pesos (php 10,000,000.00). This Includes The Supply, Delivery, Installation, Configuration, Testing, Commissioning, Training, And Warranty Services. V. Project Deliverables The Following Are The Minimum Performance Standard Required And Specifications For The Deliverables. A. Command Center Equipment Item Qty. Uom Description 1. 1 Unit Ipbbx For Public Address System More In One System: Unify Pbx Flexible Deployment Options Leading Interoperability: Support Auto-provisioning 300+ Popular Phone Models And Sip Trunks From Telco Easy Administration: Panel Based Administration, Granular Permissions Peace Of Mind: Highly Reliable And Secure, Reduces Security Threats 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage Loaded With 96tb Hdd Max 320 - Ch Ip Camera Inputs Supports Raid 0/1/5/6/10/50/60, Hot Spare Supports Video Stream Storage Mode And Ipsan Storage, Supports N+m Cluster Supports Automatic Network Replenishment (anr) Modular And Drawer-like Design 4. 4 Units Computer Desktop, With Complete Accessories Form Factor : Tower Type Processor: Core I5 (at Least 12th Generation) Or Its Equivalent Memory (ram): At Least 32 Gb Ddr4 Storage: 1 Tb Ssd Video: 4gb Dedicated Connectivity: Lan Gigabit Ethernet Software: Camera Software Accessories: Optical Mouse, Usb Keyboard Monitor: At Least 32" Hd Warranty: Minimum Of 2 Year And Parts At Least 1 Year Protection Ups: 650va With Camera Software 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center B. Different Intersections Of The City – Camera & Equipment Item Qty. Uom Description 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Sets Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Set Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v Output Power Capacity 700watts/1.0kva Nominal Output Voltage 230v Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage Output Voltage Distortion Less Than 5% At Full Load Output Voltage Note: Configurable For 220 Or 240 Nominal Other Output Voltages 220, 240 Topology Line Interactive Waveform Type Sine Wave 12. 21 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom 1/2.8" Megapixel Starvis Cmos, Starlight Technology H.265 & H.265+ Encoding Max. 50/60fps@1080p Auto-tracking & Intelligent Video System(ivs) Support Poe+, Ir Distance Up To 100meters Progressive, Streaming Method Is Unicast & Multicast, With Face Detection Scanning System Is Progressive Ip66 Bit Rate Control: Cbr/vbr Protocol: Ipv4/ipv6, Http, Https, Ssl, Tcp/ip, Udp, Upnp, Icmp, Igmp, Snmp, Rtsp, Rtp, Smtp, Ntp, Dgcp, Dns, Pppoe, Ddns, Ftp, Ip Filter, Qos. 14. 50 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color 1/2.8” 2megapixel Progressive Scan Starvis™ Cmos H.265 & H.264 Triple-stream Encoding 25/30 Fps@1080p (1920 × 1080) Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss 2.7 Mm–13.5 Mm Motorized Lens 2/1 Alarm In/out, 1/1 Audio In/out Max. Ir Leds Length 50 M Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring. Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms. Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard. 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core With Messenger, Armour, For Aerial Installation As Jumper From The Existing Fiber To All New Cctv Locations 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone That Can Call The Command Center With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f C. For Cdrrmo, Police And Fire Station Connectivity Item Qty. Uom Description 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v Output Power Capacity 700watts/1.0kva Nominal Output Voltage 230v Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage Output Voltage Distortion Less Than 5% At Full Load Output Voltage Note: Configurable For 220 Or 240 Nominal Other Output Voltages 220, 240 Topology Line Interactive Waveform Type Sine Wave D. Replacement For Defective Equipments Item Qty. Uom Description 23. 11 Units Smart Online Ups 1,000va, Lcd 230v Output Power Capacity 700watts/1.0kva Nominal Output Voltage 230v Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage Output Voltage Distortion Less Than 5% At Full Load Output Voltage Note: Configurable For 220 Or 240 Nominal Other Output Voltages 220, 240 Topology Line Interactive Waveform Type Sine Wave 24. 2 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color 1/2.8” 2megapixel Progressive Scan Starvis™ Cmos H.265 & H.264 Triple-stream Encoding 25/30 Fps@1080p (1920 × 1080) Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss 2.7 Mm–13.5 Mm Motorized Lens 2/1 Alarm In/out, 1/1 Audio In/out Max. Ir Leds Length 50 M Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring. Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms. Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard Door Bullet Type Ip Camera Vi. Other Components 1. The Prospective Bidder Must Conduct A Site Inspection Survey Regarding The Placement And Location Of Cctv Posts, Cameras, Outdoor Equipment, Cabling Route And Command Center Equipment. Prospective Bidder Must Execute An Affidavit That The Site Inspection Survey Has Been Done. 2. The Prospective Bidder Must Have At Least Four (4) Fiber Optic Technicians Certified By The Fiber Optic Association (foa) To Undertake The Installation Of Fiber Cabling, Aside From The Manager, Safety Officer And Electrician. The Prospective Bidder Must Submit The Certifications Of Their Technicians To Be Attached With The Bid Documents. Proof Of Employment With The Prospective Bidder Will Be Verified During Post Qualification. Position Required Personnel Manager 1 Safety Officer 1 Fiber Optic Technician 4 Electrician 1 3. The Prospective Bidder Must Submit A Detailed Design Attached With Their Bid Documents. The Twg Will Review, Evaluate And Compare The Submitted Detailed Designs Of The Prospective Bidders. 4. The Prospective Bidder Must Have A Pcab Sp-cf License. 5. The Prospective Bidder Must Attach The Following Camera Manufacturer's Certificate: 5.1 The Prospective Bidder Must Submit Cctv Camera Manufacturer's Certification For Full Technical And Warranty Support Of The Project. 5.2 Iso 45001 - Occupational Health & Safety Management Related To Design, Development, Manufacture, Sales & Maintenance Service. 5.3 Iso 14001 – International Standard For Environmental Management Systems (ems). 5.4 Iso 9001 – Internationally Recognized Standard For Quality Management Systems (qms). *** Note: These Certificates Should Come From The Camera Manufacturer 6. The Prospective Bidder Must Have A Technical Support Group And Network Operations Center (noc) That Operates 24/7 Based In The Province Of Negros Oriental. After Sales Service Target Response Time Should Be 2-3 Hours After A Technical Issue Has Been Reported. 7. The Prospective Bidder Must Have A Previous Outdoor Fiber Optic Cabling Project Worth At Least 50% Of The Abc In The Last 2 Years And Submit A Copy Of The Project Po Or Contract Or Project Completion Certificate As Proof And To Be Attached With The Bid Documents. 8. The Winning Bidder Must Be Able To Complete The Entire Project Within 120 Days After The Notice To Proceed (ntp). 9. The Winning Bidder Should Shoulder The Labor Cost On The Installation Of Kwhr Meters And The Application Of Electrical Permit For The Kwhr Meters. The Winning Bidder Must Be Able To Integrate This Project To The Existing Cctv Fiber Optic Network And Equipment At The Bais Cctv Command Center, 2nd Floor, New Public Market, Barangay Hangyad, Bais City. The Approved Budget For The Contract Is To Be Taken From 20% Edf 2024. 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. Pre-bid Conference Will Be On February 18, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 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, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Contact
Tender Id
e2f9d7e2-0919-31b3-8137-ceedca21640dTender No
11744584Tender Authority
City Of Bais ViewPurchaser Address
-Website
http://https://dumaguete.com/bais-city-negros-oriental/