Electrical Work Tenders
Electrical Work Tenders
MUNICIPALITY OF ANILAO Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 146.8 K (USD 2.5 K)
Details: Description Repair And Maintenance Of School Buildings (electrical Wirings And Carpentry Works) 1.) 1 - Set - Circuit Breaker 30 Amp 2.) 1 - Box - 2.0mm Stranded Copper Wire 3.) 85 - Mtrs. - #14 Pdx Wire 4.) 25 - Pcs - 18 - Watts Led Bulb 5.) 21 - Pcs - 15 - Watts Led Bulb 6.) 8 - Pcs - 9 - Watts Led Bulb 7.) 55 - Pcs - Bulb Receptacle #4 8.) 12 - Pcs - Two Gang Outlet (wide Series) 9.) 5 - Pcs - Two Gang Switch 10.) 1 - Box - Staple Wire #1 11.) 5 - Rolls - Electrical Tape (big) 12.) 20 - Pcs - Marine Plywood 1/4'' 13.) 26 - Pcs - Good Lumber 2"x2"x8' 14.) 10 - Pcs - Plain Sheet 4'x8' - .40mm 15.) 2 - Kgs - Cw Nails 1'' 16.) 3 - Kgs - Cw Nails 2'' 17.) 3 - Kgs - Cw Nails 3'' 18.) 6 - Kgs - Cw Nails 4'' 19.) 7 - Pairs - Hinges 3''x3'' 20.) 6 - Pcs - Barrel Bolt 21.) 10 - Pcs - Pvc Pipe 1/2'' 22.) 15 - Pcs - Faucet 1/2''(ordinary) 23.) 2 - Rolls - Teflon Tape 1/2'' 24.) 1 - Can - Solvent Cement 25.) 2 - Cu.m - Ready Mix Sand 26.) 18 - Bags - Cement 27.) 35 - Bags - Soil Poisoning Powder (apog) 28.) 10 - Pcs - G.i. Pipe 1'' S40 29.) 18 - Pcs - Angle Bar 1''x1''x1/4' 30.) 2 - Kgs - Welding Rod 2.5mm 31.) 2 - Box - Cutting Disc 4'' 32.) 4 - Pcs - Grinding Stone 4'' 33.) 1 - Pc. - Craft Wok Big / Kawa 34.) 3 - Pcs - Bamboo Poles 35.) 1 - Pc. - 1/4'' Ordinary Plywood 36.) 6 - Pcs - Good Lumber 1''x2''x8' 37.) 2 - Kgs - Tie Wire #16 38.) 1 - Roll - Binder 39.) 1 - Pc. - Rsb - 10mmø X 6m 40.) 1 - Kg. - Welding Rod 2.5mm 41.) 2 - Pcs - Cutting Disc 4'' 42.) 2 - Kgs - Cw Nails 1 1/2'' 43.) 1 - Gal - Latex Paint (white) 44.) 1 - Gal - Latex Paint (gold) 45.) 3 - Pcs - Paint Brush 2'' 46.) 2 - Sets - Led Strip Lights (neon Color) / 20m (free Plug) 47.) 3 - Pcs - 15 Watts Led Par Lamp (white) 48.) 3 - Pcs - 15 Watts Led Par Lamp (violet) 49.) 3 - Pcs - 15 Watts Led Par Lamp (orange) 50.) 3 - Pcs - 15 Watts Led Par Lamp (blue) 51.) 3 - Pcs - 15 Watts Led Par Lamp (green) 52.) 3 - Pcs - 15 Watts Led Par Lamp (yellow) 53.) 3 - Pcs - 15 Watts Led Par Lamp (red) 54.) 1 - Roll - #16 Flat Cord 55.) 7 - Pcs - Safety Breaker 15 Amp (bolt-on Single) 56.) 25 - Pcs - Junction Box 57.) 3 - Box - Insulated Staple Wire 3/4''
NATIONAL PARK SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: The National Park Service (nps) Is Conducting A Market Survey To Determine The Interest And Capability Of Contractors For A Possible Upcoming Project. All Costs Associated With Providing Information In Response To This Market Survey Shall Be The Responsibility Of The Firm. Any Information Submitted Is Voluntary. The Contracting Officer Will Make An Acquisition Strategy Determination Based On The Results Of This Market Survey. The Naics Code For This Project Is 238220, Plumbing, Heating, And Air-conditioning Contractors, With A Small Business Size Standard Of $19m. The Magnitude Of Construction Anticipated Is Between $500,000 And $1m. Interested Contractors Should Also Consider Their Construction Bonding Capacities When Responding.contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 238220 To Be Considered/confirmed.overview: Prime Contractors Interested In Working At Capulin Volcano National Monument The Work Will Consist Of:this Project Encompasses All Mobilization, Work, Labor, Materials, And Oversight (including Prime And Subcontracting) Required To Rehabilitate The Visitor Center Building And Wellhouse. The Scope Of Work Includes: Installation Of All Components Necessary For A Functioning And Code-compliant Heating And Ventilation System. Removal Of Biohazardous Materials, Including Rodent And Bat Excrement, With Disinfection Per Epa And Cdc Standards. Replacement Of Above Ceiling Ducts, Diffusers, And Installation Of Propane Furnaces. Installation Of A Code-complaint Digital And Addressable Fire Alarm And Detection System. The Replacement Of An Existing Electrical Panel And Subpanel, Including New Feeders And Electrical Disconnect. Any Additional Work Required To Provide Code-compliant Electrical Service. This Project Will Require Expertise Across Multiple Disciplines, Including But Not Limited To: Mechanical Engineering; Electrical Engineering; Fire Safety/protection Engineering, And Environmental Health And Safety.we Anticipate That Work Would Begin In Early-to-mid Summer 2025. All Specifications Documents/drawings Will Be Provided If/when The Government Proceeds With A Formal Solicitation.do Not Contact Capulin Volcano National Monument Concerning This Source Sought. All Questions Shall Be Sent To Justin_erdley@nps.gov. Interested Firms Must Submit The Following Information: Name Of Firm address phone Number email Address uei Number size Status/sba Certifications. Mark All That Apply. See Far Part 19, Small Business Programs. ¿ Small Business (meets Size Standard For Naics) ¿ Women Owned Small Business (wosb) ¿ Economically Disadvantaged Women Owned Small Business (edwosb) ¿ Hubzone ¿ Service Disabled Veteran Owned Small Business (sdvosb) ¿ Indian Small Business Economic Enterprise (isbee) ¿ Other (specify) _________________ Contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 238220 To Be Considered/confirmed.capability Statement - A Brief Summary Of Capabilities: Contractor May Reply Below And/or Provide Attachments.this Section Or The Attachments Must Include:1. bonding Limits2. brief Explanation Of Your Company¿s Ability/capabilities To Perform The Work Outlined Above3. all Information Being Requested Above In Regard To The Table For: Company Name, Poc Info, Uei Number, And All Of The Size Status/sba Certifications This Market Research Is Being Conducted To Acquire Additional Information About Potential Contractors That May Be Interested In Performing This Work. This Is Not An Invitation For Bid (ifb) Or Request For Proposal (rfp) And Does Not Constitute Any Commitment By The Government To Issue Any Solicitation. All Interested Firms Must Respond To Future Solicitation Announcements Separately From Responses To This Market Survey. Any Solicitation That May Be Issued Will Be Posted On Sam.gov.all Responses Must Be Submitted Via Email Not Later Than 1200 Mst, January 23, 2025. Email Address: Justin_erdley@nps.gov. Include The Reference Number (140p1225r0004) In The Subject Line.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aurora District Engineering Office Baler, Aurora, Region Iii Invitation To Bid 25cn0133 - Construction Of Multi – Purpose Building, Barangay 5, Casiguran, Aurora 1. The Dpwh – Aurora District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Construction Of Multi – Purpose Building, Barangay 5, Casiguran, Aurora Contract Id No. : 25cn0133 Locations : Barangay 5, Casiguran, Aurora Scope Of Works : Earthworks, Reinforced Concrete, Buildings, Finishing And Other Civil Works, Electrical, Mechanical Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Cd Source Of Fund : Nep 2025 Size Range : Small B License Category : C & D Cost Of Plans/proposal : Php 5,000.00 Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), 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 Dpwh – Aurora District Engineering Office And Inspect The Bidding Documents At Procurement Unit/bac Office, This Office During Weekdays From 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 – January 8, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of (shown On The Above Table). 6. 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. 7. The Dpwh – Aurora District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 09:00 A.m. At Dpwh – Aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Prescribed Address Below For Manual Submission Or At Electronicbids_aurora@dpwh.gov.ph For Electronic Submission On Or Before January 08, 2025 At 09:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 08, 2025 At 09:00 A.m. At Dpwh-aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora 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. 11. The Dpwh – Aurora 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: Estrelita R. Nohay Head, Procurement Unit Dpwh-aurora Deo Brgy. Reserva, Baler, Aurora Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Benelito D. Pascua Assistant District Engineer Bac Chairperson Telephone No.: 33806 Dpwh.adeo.bac@gmail.com
City Of Olive Branch Tender
Civil And Construction...+1Water Storage And Supply
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Details: Legal Notice To Bidders Sealed Bids For The Construction Of Fairhaven Raw Water Well Replacement Project, Will Be Received By The City Of Olive Branch At 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 Until 2:00 P.m. Local Time On Monday, January 13, 2025, And Thereafter Will Be Opened And Publicly Read. The Project Consists Generally Of The Construction Of One 1,000 Gallon Per Minute Raw Groundwater Supply Well, Including All Drilling, Test Holes, Raw Water Analysis, Reaming, Casings, Screen, Gravel Wall, Well Development, Well Testing, Well Cleaning, Cctv Inspection, Construction Of Pump Foundation, Well Pump, Discharge Head, Column Assembly, Shafts, Suction Pipe, Electric Motor, Water Level Indicator, Pressure Gauge, Discharge Piping, Check Valves, Flow Meter, Gate Valves, Insulation, Connection To The Existing Raw Water Line, Painting, Electrical And Controls, Site Work, Fencing, Site Restoration, Final Cleaning, And All Other Necessary And Appurtenant Work Required To Complete The Work As Described In These Specifications And Detailed In The Drawings. A Non-mandatory Pre-bid Meeting Will Be Held At 2:00 P.m. On Monday, January 6, 2025, In The 1st Floor Conference Room Of City Hall Located At 9200 Pigeon Roost Road, Olive Branch, Mississippi. Plans, Specifications And Contract Documents May Be Picked Up At The Office Of Karen Mcneil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) Or Via Email At Karen.mcneil@obms.us. In Addition, Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids Can Be Submitted At Www.centralbidding.com. Electronic Bids Are Due The Same Time And Date As Sealed Bids. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Each Bid Must Be Submitted In A Sealed Envelope, Addressed To The City Clerk, City Of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each Envelope Must Be Plainly Marked On The Outside As “re-bid Fairhaven Raw Water Well Replacement Project” And Must Bear On The Outside The Date The Bid Is To Be Opened. Opened Bids Will Be Presented For Consideration At A Regular Meeting Of The Mayor And Board Of Aldermen Of The City Of Olive Branch. Each Bid Shall Be Accompanied By A Bidder’s Bond Issued By A Surety Company Licensed To Operate In The State Of Mississippi, In The Amount Of 5% Of The Total Bid Price, As A Guarantee That If The Bid Is Accepted, The Bidder Will Enter Into A Contract And Execute The Performance And Payment Bonds In The Form And Within The Time Specified. The Successful Bidder Will Be Required To Execute A Performance Bond And A Payment Bond, Each In The Amount Of 100% Of The Contract, Issued By A Surety Company Licensed To Operate In The State Of Mississippi And Shall Be Named In The Current List Of "companies Holding Certificates Of Authority As Acceptable Sureties On Federal Bonds And As Acceptable Reinsuring Companies" As Published In Circular 570 (amended) By The Audit Staff Bureau Of Accounts, U.s. Treasury Department. Each Bidder Shall Have A Certificate Of Responsibility To Bid On Contracts For Public Projects In Which The Bid Price Exceeds $50,000.00 And For Private Projects In Which The Bid Price Exceeds $100,000.00 As Required By The Laws Of The State Of Mississippi. Each Bidder Shall Show On The Outside Of The Envelope Containing His Bid: His Current Certificate Of Responsibility Number And Expiration Date Or If Applicable, A Statement Certifying That The Bid Enclosed Does Not Exceed $50,000.00 For A Public Project Or $100,000.00 For A Private Project. Failure To Show These Items On The Outside Of The Envelope Containing The Bid Will Result In The Bid Being Returned To Bidder Unopened. No Bidder May Withdraw His Bid For A Period Of Sixty (60) Days After Date Of Actual Bid Opening, Without The Owner's Consent. The City Of Olive Branch Reserves The Right To Reject Any Or All Bids In Whole Or In Part, With Or Without Cause; And To Accept The Lowest Bid Which In Its Judgment Will Be For The Best Interest Of The City Of Olive Branch. Witness My Signature This The 19th Day Of November, 2024. /s/ Tena Stewart, City Clerk
BARANGAY SAGRADA, PILI, CAMARINES SUR Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.2 K)
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Rehabilitation And Improvement Of Multi-purpose Building/hall The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Two Million Four Hundred Twenty Thousand Pesos (p2,420,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rehabilitation And Improvement Of Multi-purpose Building/hall. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The Rehabilitation And Improvement Of Multi-purpose Building/hall Is Required One Hundred Twenty Days (120 Day). Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 2:00 P.m. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. 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. The Local Government Unit Of Sagrada, Pili, Camarines Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 11.42 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 5 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 2 M3 Boulder (apple Size) 3 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 19.91 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 21 M3 G 3/4 "crushed Gravel 12 M3 Albay Sand 185 Bags Portland Cement 40 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 3,491.67 Kgs. A. Labor 1 Construction Foreman 5 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 125 Pcs. 10mm Ø Rsb 158 Pcs. 12mm Ø Rsb 185 Pcs. 16mm Ø Rsb 20 Pcs. 20mm Ø Rsb 135 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 3 Unskilled Laborer B. Equipment 5 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 25 Pcs. 1/4" Marine Plywood 1,200 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (0.90m X 2.10m) (installed) (see Plan For Details) 1 Set D5 - Steel Fire Exit Door (installed) (see Plan For Details) 1010(2)a Flush Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D2- 1/4" Thk. Marine Plywood Flush Door With 2" X 5" (installed) (see Plan For Details) 1007(1)b Aluminum Framed Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D3- 1/4" Thk. Tinted Tempered Glass On Powder Coated Alum. Framed Swing Door (installed) (see Plan For Details) 1043(2) Pvc Doors And Frames Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 6 Sets W2- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 3 Sets W3- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1 Set W5- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1 Set W6- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W4- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 59.75 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 23 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 69 Pcs. Double Metal Furring 22 Pcs. Carrying Channel 60 Pcs. Hanger Bars/rod 359 Pcs. Wall Clip 15 Pcs. Wall Angle 2 Box Blind Rivet (500pcs/box) 239 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Fabrication Of Conference Tables (60cm X 190cmx78cm High) 1 Pc. Fabrication Of Conference Tables (60cm X 200cmx78cm High) C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 73.02 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 959 Pcs. 100 Mm Thk Chb (non-load Bearing) 44 Bags Portland Cement 5 M3 Albay Sand 66 Pcs. 10mm Ø Rsb 9 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 269.94 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 95 Bags Portland Cement 13 M3 Albay Sand 1018(6) Textured Glazed Tiles Est. Qty. 12.60 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 83 Pcs. 400 X 400 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(3) Granite Tiles Est. Qty. 23.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 69 Pcs. 600 X 600 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 4 Bags Tile Grout (2kg.) 4 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(1) Glazed Tiles Est. Qty. 14.84 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 99 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 3 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 2.65 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 18 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 329.59 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Gal. Concrete Neutralizer 14 Gal. Concrete Sealer/primer 17 Gal. Patching Compound 17 Bags Skim Coat 8 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 2 Gal. Red Oxide Primer 16 Gal. Enamel Paint 9 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) C.6. Steel Works 1047(1) Structural Steel Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 2" X 4"x 6m Steel Channel 10 Pcs. 3/16" X 2" X 2" X 20' Angle Bar 25 Pcs. 1/8" X 1 1/2" X 2" X 20' Angle Bar 3 Pcs. 3/16" X 2" X 20' Flat Bar 23 Pcs. 2" X 4" X 20' Steel Purlins (1.5mm) 14 Kgs. Welding Rod Consumables ( 5 % Of Material Cost) C.7. Roofing Works 1013(1) Corrugated Metal Roofing Est. Qty. 55.04 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 20 Pcs. #26 X 1m X 5m, 5 Rib Type Roof (pre-painted) 10 Pcs. #26 X 8' Plain G.i. Gutters 15 Pcs. #26 G.i. Fascia, 8' 10 Pcs. 1/2" X 10" X 10' Hardi Senepa 2,000 Pcs. Metal Tekscrew 9 Boxes 1/8" Ø X 1/2" Blind Rivets 7 Box 3/16" Ø X 1/2" Blind Rivets 68 Mts. 10mm Thk. Insulation Roof Blanket 14 Pcs. P.g.i. Gutter Straps & Supports Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1002(4) Sanitary/ Plumbing Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Water Closets, Brauhm, White With Bidette And Complete Accessories 1 Set Lavatory, Brauhm Or Hcg, Counter Type White With Drain Accessories & Faucet & Supply Accessories 1 Set Urinal, White Hcg, Complete With Drain Accessories And Water Supply Fittings And Accessories. 2 Pc 4 X 4 Ss Floor Drins With Strainer 1 Pc Ss Faucet 1 Set 10" Exhaust Fan (ceiling Type) 1 Pc. 70cm X 80 Cm Facial Mirror 2 Rolls Teflon Tape 1001(9) Storm Drainage And Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 10 Pcs. 3"ø X 10" Pvc Pipe 12 Pcs. 3"ø X 45° Pvc Elbow 3 Pcs. 3"ø X 90° Pvc Elbow 18 Pcs. 3"ø Pipe Straps And Accessories 3 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent 1002(24) Waterline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 3/4"ø X 4m, Ppr Pipes, (#16) 4 Pcs. 1/2"ø X 4m, Ppr Pipes, (#16) 2 Pcs. 3/4"ø Gate Valve, Ppr 8 Pcs. 3/4"ø Elbow Ppr 15 Pcs. 1/2"ø Elbow Ppr 4 Pcs. 3/4" X 1/2" Ppr Tee Reducer 4 Pcs. 1/2"ø Ppr Threaded Tee 5 Pcs. 1/2" Ø Cap 3 Pcs. 3/4 X 1/2" Couplings 2 Liter Solvent 1001(8) Sewerline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4"ø X 3m Pvc Pipe 3 Pcs. 3"ø X 3m Pvc Pipe 4 Pcs. 2"ø X 3m Pvc Pipe 2 Pcs. 2"ø Ordinary P-trap With Clean Out 1 Pcs. 4"ø X 90° Pvc Elbow 2 Pcs. 4"ø X 45° Pvc Elbow 5 Pcs. 4"ø X 4"ø Pvc Tee 5 Pcs. 4"ø X 3"ø Coupling Reducer 5 Pcs. 3"ø Clean Out 1 Pcs. 4"ø X 2"ø Pvc Tee 3 Pcs. 4"ø X 3"ø Pvc Wye 3 Pcs. 4"ø X 4"ø Pvc Wye 3 Pcs. 2"ø X 2"ø Pvc Tee 8 Pcs. 2"ø X 2"ø X 90° Pvc Elbow 1 Pcs. 3"ø X 2"ø Pvc Tee 2 Pcs. 3"ø X 45° Pvc Elbow 2 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 60 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 10 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 42 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 24 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 150 M. 2.0mm² Thhn Wires, Stranded 100 M. 3.5mm² Thhn Wires, Stranded 60 M. 5.5mm² Thhn Wires, Stranded 30 M. 8.0mm² Thhn Wires, Stranded 3 Sets Single Pole Swtch With Plate 2 Sets 2-gang Switch With Plate 4 Sets 3-gang Switch With Plate 14 Pcs. Duplex Convenience Outlet, Grounding Type (unversal),240v 2 Pcs. Special Purpose Outlet, Grounding Type (unversal),240v Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 70 At, 2p, 230v Circuit Breaker 2 Sets 30 At, 2p, 230v Circuit Breaker 2 Sets 20 At, 2p, 230v Circuit Breaker 2 Sets 15 At, 2p, 230v Circuit Breaker 1 Set 8-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 5 Sets Chandelier, Small Type 12 Sets Pinlights, 3"ø 6 Watts, Dl 17 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 2 Sets Pinlights, 3 1/2"ø 14 Watts, Dl, Tiltable 4 Sets Pinlights, 11 Watts, Dl 4 Sets Cove Lights, 3m Long, Tri-color 3 Sets Wall Bracket Lights 2 Sets Emergency Lights F. Mechanical Works 1200(13) Airconditioning Est. Qty. 1 L.s. A. Labor B. Equipment C. Materials 1 Set 2.0hp Wall Mounted Type Inverter (installed) 1 Set 1.0hp Wall Mounted Type Inverter (installed) Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284
Parks Canada Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: Bids Received By Fax And Email Will Be Accepted As Official. Parks Canada Is Not Currently Accepting Bids Via Sap Ariba, You Must Submit Your Bid Via Fax Or Email As Indicated In The Solicitation Document. Bids Received In-person Or By Courier Will Not Be Accepted. The Only Acceptable Email Address For Responses To The Bid Solicitation Is Soumissionsami-bidsrpc@pc.gc.ca. Bids Submitted By Email Directly To The Contracting Authority Or To Any Email Address Other Than Soumissionsami-bidsrpc@pc.gc.ca Will Not Be Accepted. The Only Acceptable Facsimile For Responses To Bid Solicitations Is 1-855-983-1808. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Bidder Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Bid Due To File Size. The Bidder Should Be Cognisant Of The Size Of The Email As A Whole, And Not Only The Attachments. Please Take Into Consideration That Some Attachments, When Sent, May Be Resized During The Email Transfer. If The Email Size Is Too Large, The Bidder Should Send The Bid In Multiple Emails Properly Labeled With The Solicitation Number, Project Name, And Indicate How Many Emails Are Included (ex. 1 Of 2). Emails With Links To Bid Documents Will Not Be Accepted. Bid Documents Must Be Sent As Email Attachments. Special Instructions To Bidders (si) This Is A Two Stage Selection Process. Bidders Responding To This Selection Process Are Requested To Submit A Bid In Two Stages. This Posting Is The First Stage (stage One) Of A Two-stage Solicitation Process: The First Stage Will Evaluate The Qualifications Of All Interested Suppliers; The Second Stage (stage Two) Will Invite The Qualified Suppliers To Provide A Financial Bid On The Project Based On The Specifications And Drawings. Upon Award Of Contract In Stage Two The Pre-qualification List Will Expire And Will Not Be Used In Any Other Solicitation. The Qualification List Will Expire Within 180 Days Or Upon Award Of A Contract In Stage Two, Whichever Is Earlier, And The Prequalification List Will Not Be Used In Any Other Solicitation. Following The Evaluation Of The Submissions Of Stage One, Bidders Will Be Advised Of Their Qualification Result And The Status Of The Tender. Stage Two Bidders Will Be Provided An Invitation To Tender (itt) For The Financial Evaluation In Relation To The Specifications And Drawings. Requirement Parks Canada Agency (pca) Requires An Experienced Contractor To Perform The Work Of The Contract, Including But Not Limited To, Labour, Materials And Equipment For The Castle Mountain Campground Water Treatment Project. The Work Involves The Supply And Installation Of New Water Treatment Equipment, Associated Piping, And Electrical/instrumentation. The Work Will Consist Of, But Is Not Limited To: • Supply And Installation Of Submersible Well Pump Including Mechanical And Electrical Terminations; • Supply And Installation Of Cartridge Filtration System; • Supply And Installation Of Uv Disinfection System; • Supply And Install Of Hdpe Treated Water Storage Tank And Distribution Pumping; • Supply And Install Electrical And Control System For The New Water Treatment; Equipment And Pumping System; • Upgrade Instruments And Controls For Existing Septic Tank And Pump; • Coordinating The System Programming With The Approved System Integrator; And • Start-up And Commissioning Of Each Component And The Start-up And Commissioning Of The Overall System As A Complete Entity. The Equipment Will Be Installed Inside A Newly Constructed Utility Building And Nearby Septic Tank. The System Is Designed For Demand Not To Exceed 3 M3/day. All Sensors And Equipment Are Expected To Be Connected To And Controlled By A Programmable Logic Controller (plc) To Provide Plant Monitoring, Alarm, Automatic Shutdown, And Communication Functionality. The Contractor Shall Perform And Complete The Work No Later Than April 30, 2025. To Assist With Bonding And Insurance Requirements, This Project Is Estimated At A Value Between $250,001 > $ 500,000, Taxes Extra. Bidders’ Conference A Bidders' Conference Will Be Held Via Teleconference On December 12, 2024. The Conference Will Begin At 1:00 Pm (mst). The Scope Of The Requirement Outlined In The Bid Solicitation Will Be Reviewed During The Conference And Questions Will Be Answered. It Is Recommended That Bidders Who Intend To Submit A Bid Participate. Bidders Are Requested To Communicate With The Contracting Authority Before The Conference To Confirm Participation And Obtain The Dial-in Coordinates. Bidders Should Provide, In Writing, To The Contracting Authority, The Name(s) Of The Person(s) Who Will Be Participating And A List Of Issues They Wish To Table No Later Than December 11, 2024 At 12:00 Pm (mst). Any Clarifications Or Changes To The Bid Solicitation Resulting From The Bidders' Conference Will Be Included As An Amendment To The Bid Solicitation. Bidders Who Do Not Participate Will Not Be Precluded From Submitting A Bid. Period Of Contract / Delivery Date Contractor Shall Perform And Complete The Work No Later Than April 30, 2025. Enquiries All Enquiries Of A Technical And Contractual Nature Are To Be Submitted To The Contracting Authority. Enquiries Regarding This Solicitation Must Be Submitted In Writing And Should Be Received No Later Than Five Business Days Prior To The Date Set For Solicitation Closing To Allow Sufficient Time To Provide A Response. Enquiries Received After That Time May Result In An Answer Not Being Provided. Information National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Www.canadabuys.canada.ca/en/tender-opportunities. Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 9.9 Million (USD 169 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (php 9,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands – 25ne0059 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands Contract Id No. : 25ne0059 Locations : Brgy. Ferdinand, Basilisa, Dinagat Islands Scope Of Works : Facilities For The Engineer, Other General Requirements, Earthworks, Reinforced Concrete, Finishing And Other Civil Works, Electrical, And Mechanical Approved Budget For The Contract : 9,900,000.00 Contract Duration : 240 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Gb-1. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), 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 Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office And Inspect The Bidding Documents At Brgy. Cuarinta, San Jose, Dinagat Islands During Weekdays From Monday To Friday 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 31, 2024 – January 21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php 10,000.00). 6. 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 - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Will Hold A Pre-bid Conference On 10:00 A.m., January 7, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_dinagatisland@dpwh.gov.ph For Electronic Submission On Or Before 10:15 A.m., January 21, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On 10:30 A.m., January 21, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands. 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. 11. The Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands 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. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 12. For Further Information, Please Refer To: Jacinto G. Ederosas Jr. Cyril T. Aranas, Jr. Bac Secretariat Head Bac Chairperson 09953114034 09087510889 Dpwh_dinagat@yahoo,com Dpwh_dinagat@yahoo,com
Parks Canada Tender
Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents
Details: Reissue Of Bid Solicitation This Bid Solicitation Cancels And Supersedes Previous Bid Solicitation Number 5p468-24-0140/a Dated November 22, 2024 With A Closing Of December 10, 2024 At 2:00 Pm Mst. A Debriefing Or Feedback Session Will Be Provided Upon Request To Bidders Who Bid On The Previous Solicitation. Bids Received By Fax And Email Will Be Accepted As Official. Parks Canada Is Not Currently Accepting Bids Via Sap Ariba, You Must Submit Your Bid Via Fax Or Email As Indicated In The Solicitation Document. Bids Received In-person Or By Courier Will Not Be Accepted. The Only Acceptable Email Address For Responses To The Bid Solicitation Is Soumissionsami-bidsrpc@pc.gc.ca. Bids Submitted By Email Directly To The Contracting Authority Or To Any Email Address Other Than Soumissionsami-bidsrpc@pc.gc.ca Will Not Be Accepted. The Only Acceptable Facsimile For Responses To Bid Solicitations Is 1-855-983-1808. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Bidder Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Bid Due To File Size. The Bidder Should Be Cognisant Of The Size Of The Email As A Whole, And Not Only The Attachments. Please Take Into Consideration That Some Attachments, When Sent, May Be Resized During The Email Transfer. If The Email Size Is Too Large, The Bidder Should Send The Bid In Multiple Emails Properly Labeled With The Solicitation Number, Project Name, And Indicate How Many Emails Are Included (ex. 1 Of 2). Emails With Links To Bid Documents Will Not Be Accepted. Bid Documents Must Be Sent As Email Attachments. Special Instructions To Bidders (si) This Is A Two Stage Selection Process. Bidders Responding To This Selection Process Are Requested To Submit A Bid In Two Stages. This Posting Is The First Stage (stage One) Of A Two-stage Solicitation Process: The First Stage Will Evaluate The Qualifications Of All Interested Suppliers; The Second Stage (stage Two) Will Invite The Qualified Suppliers To Provide A Financial Bid On The Project Based On The Specifications And Drawings. Upon Award Of Contract In Stage Two The Pre-qualification List Will Expire And Will Not Be Used In Any Other Solicitation. The Qualification List Will Expire Within 180 Days Or Upon Award Of A Contract In Stage Two, Whichever Is Earlier, And The Prequalification List Will Not Be Used In Any Other Solicitation. Following The Evaluation Of The Submissions Of Stage One, Bidders Will Be Advised Of Their Qualification Result And The Status Of The Tender. Stage Two Bidders Will Be Provided An Invitation To Tender (itt) For The Financial Evaluation In Relation To The Specifications And Drawings. Requirement Parks Canada Agency (pca) Requires An Experienced Contractor To Perform The Work Of The Contract, Including But Not Limited To, Labour, Materials And Equipment For The Banff East Gate Water Treatment Project. The Work Involves The Supply And Installation Of New Water Treatment Equipment, Associated Piping, And Electrical/instrumentation. The Work Will Consist Of, But Is Not Limited To: • Supply And Installation Of Cartridge Filtration System; • Supply And Installation Of Uv Disinfection System; • Supply And Install Of Hdpe Treated Water Storage Tank, Distribution Pumping And Re-circulation System; • Supply And Install Electrical And Control System For The New Water Treatment Equipment And Pumping System; • Upgrade Instruments And Controls For Existing Septic Tank And Pump • Supply And Install New Electrical And Controls For The Existing Well Pump • Coordinating The System Programming With The Approved System Integrator; And • Start-up And Commissioning Of Each Component And The Start-up And Commissioning Of The Overall System As A Complete Entity. The Equipment Will Be Installed Inside A Newly Constructed Utility Building And Nearby Septic Field. The System Is Designed For Demand Not To Exceed 3 M3/day. All Sensors And Equipment Are Expected To Be Connected To And Controlled By A Programmable Logic Controller (plc) To Provide Plant Monitoring, Alarm, Automatic Shutdown, And Communication Functionality. To Assist With Bonding And Insurance Requirements, This Project Is Estimated At A Value Between $250,001 > $ 500,000, Taxes Extra. Bidders’ Conference A Bidders' Conference Will Be Held Via Teleconference On January 7, 2025. The Conference Will Begin At 1:00 Pm (mst). The Scope Of The Requirement Outlined In The Bid Solicitation Will Be Reviewed During The Conference And Questions Will Be Answered. It Is Recommended That Bidders Who Intend To Submit A Bid Participate. Bidders Are Requested To Communicate With The Contracting Authority Before The Conference To Confirm Participation And Obtain The Dial-in Coordinates. Bidders Should Provide, In Writing, To The Contracting Authority, The Name(s) Of The Person(s) Who Will Be Participating And A List Of Issues They Wish To Table No Later Than January 6, 2025 At (12:00 Pm Mst). Any Clarifications Or Changes To The Bid Solicitation Resulting From The Bidders' Conference Will Be Included As An Amendment To The Bid Solicitation. Bidders Who Do Not Participate Will Not Be Precluded From Submitting A Bid. Period Of Contract / Delivery Date Contractor Shall Perform And Complete The Work No Later Than April 30, 2025. Enquiries All Enquiries Of A Technical And Contractual Nature Are To Be Submitted To The Contracting Authority. Enquiries Regarding This Solicitation Must Be Submitted In Writing And Should Be Received No Later Than Five Business Days Prior To The Date Set For Solicitation Closing To Allow Sufficient Time To Provide A Response. Enquiries Received After That Time May Result In An Answer Not Being Provided. Information National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Www.canadabuys.canada.ca/en/tender-opportunities. Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 714.7 K (USD 12.1 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Facility Enhancement/repair & Maintenance(super Health Center) 1. The Local Government Unit Of Irosin, Through The Trust Fund(philhealth) Intends To Apply The Sum Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos (p 714,703.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Facility Enhancement/repair & Maintenance(super Health Center), Infr-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Facility Enhancement/repair & Maintenance(super Health Center) Brief Description: Chb Laying And Plastering/fabrication/installation Of Forms & Rsb And Tile Setting For Lavatories And Counters/installation Of Plumbing And Electrical Fixtures Approved Budget For The Contract : P 714,703.00 Source Of Fund : Trust Fund(philhealth) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Completion Of Works Is Sixty (60) Calendar Days. Bidders Should Have Completed At Least One Similar Project For The Last Five(5) Years And Whose Value, Of The Contract, Adjusted To Current Prices Using The Nso Consumer Price Indices Must Be Equal To 50% Of The Abc To Be Bid. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 31, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On January 16, 2025, 9:00am At The Conference Room, Office Of The Municipal Mayor, Municipal Compound, San Julian, Irosin, Sorsogon, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 31, 2025, 9:00 Am At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza, Ce Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph Email Address: Bengabionza@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Posting: January 9, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Standard Form Number: Sf-infr-07 Revised On: July 29, 2004 Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ A) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives C) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located D) Tax Clearance Per Eo 398 E) Tax Clearance For Collection Purposes Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing 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; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Completed Within The Last Five(5) Years, Except Under Conditions Provided Under The Rules; And • The Statement Shall Include The Following: (1)name Of The Contract; (2)date Of The Contract; (3)contract Duration; (4)owner’s Name And Address; (5)nature Of Work; (6)contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (7)total Contract Value At Award; (8)date Of Completion Or Estimated Completion Time; (9)total Contract Value At Completion, If Applicable; (10)percentages Of Planned And Actual Accomplishments, If Applicable; (11)value Of Outstanding Works, If Applicable; (12)the Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (13)the Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; ⬜ (d) Valid Pcab License-category B, Size Range Medium A Or Higher/special Pcab License In Case Of Joint Ventures And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of 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. (h) Affidavit Of Site Inspection Financial Documents ⬜ (i) Audited Financial Statement Stamped Received By The Bureau Of Internal Revenue(bir) Or Its Duly Authorized Institutions, For The Immediately Preceding Calendar Year, Which Should Not Be Earlier From Two(2) Years From The Date Of Submission (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (k) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential 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. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (m) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (n) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (o) Cash Flow By Quarter. Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Facility Enhancement/repair & Maintenance(super Health Center), With Project Identification Number Infr-01-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Trust Fund (philhealth) In The Amount Of Seven Hundred Fourteen Thousand Seven Hundred Three Pesos ( P 714,703.00). 2.2. The Source Of Funding Is: Trust Fund(philhealth) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.1. Subcontracting Is Not Allowed During The Bidding. 7.2. Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 16, 2025, 9:00am And Either At Its Physical Address Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon In A Face-to-face Manner As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Facility Enhancement/repair & Maintenance(super Health Center) I.formworks Ii. Concrete And Masonry And Tile Works Iii. Plumbing Works Iv. Electrical Works V. Painting Works Vi. Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 10.3 The Other Contractor’s License Or Permit Required Is Bir Registration. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Facility Enhancement/repair & Maintenance(super Health Center) Key Personnel General Experience Relevant Experience 1. Foreman 2. Skilled Worker 3.laborer 10.5 Facility Enhancement/repair & Maintenance(super Health Center) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 1.enough Hand Tools 12 Value Engineering Clause Is Not Allowed. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Not Allowed. 20 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Gcc Clause 2 Sectional Completion Is Not Applicable Since All Works Must Be Completed Within 60 Calendar Days. 4.1 The Schedule Of Delivery Of The Possession Of The Site To The Contractor, Whether Full Or In Part Is Seven(7) Calendar Days After The Issuance Of The Notice To Proceed(ntp). 6 The Site Investigation Reports Are: Completion Of Existing Constructed Building. 7.2 In Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures: Fifteen (15) Years. In Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures: Five (5) Years. In Case Of Other Structures, Such As Bailey And Wooden Bridges, Shallow Wells, Spring Developments, And Other Similar Structures: Two (2) Years. 10 A. Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Not Applicable Days Of Delivery Of The Notice Of Award. Not Applicable Since The End-user, Municipal Engineering Office, Was The One Who Made The Program Of Work(pow). 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is Not Applicable. Reason Was Stated In 11.1. 13 The Amount Of The Advance Payment Shall Not Exceed 15% Of The Total Contract Price And Schedule Of Payment. 14 15.1 The Date By Which Operating And Maintenance Manuals Are Required Is 120 Calendar Days After The Commencement Of Works. The Date By Which “as Built” Drawings Are Required Is 60 Calendar Days After The Commencement Of Works. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Not Applicable. Section Vi. Specifications Specifications Is Provided In The Program Of Work(pow) And Detailed Estimates Section Vii. Drawings Please Seek The Drawings At The Office Of The Municipal Engineer Of Local Government Unit Of Irosin. Section Viii. Bill Of Quantities Rehabilitation/improvement Of Brgy. Cawayan Level Ii Water System Item No. Scope Of Work Quantity Unit 1.direct Cost(dc) I Formworks Ii Concrete And Masonry And Tile Works Iii Plumbing Works Iv Electrical Works V Painting Works Vi Doors And Windows Spl-1 Ppe’s Spl-2 Project Signage 2 Indirect Cost(ic), Contractor’s Mark-up 2.1 Contractor’s Profit(10% Of Direct Cost) 2.2 Ocm(15% Of Direct Cost) 2.3 Vat Component (5% Of Contractor’s Profit+dc+ocm) 2.4 Mobilization 2.5 Utilities(professional Fee’s For Electrical Engineers) Total Cost Of All Line Item Includes Cost Of Contractor’s Profit, Taxes And Ocm. Attached Detailed Cost Estimates Section Ix. Bidding Forms Table Of Contents Bid Form Form Of Contract Agreement Omnibus Sworn Statement Affidavit Of Site Inspection Bid Securing Declaration Bid Form Date: Project Id No.: Infr-01-2025 To: [name And Address Of Procuring Entity] Having Examine The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers ______, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: (a) We Have Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Projects, Facility Enhancement/repair & Maintenance(super Health Center); (b) We Offer To Execute The Works For This Contract In Accordance With The Pbds; (c) The Total Price Of Our Bid In Words And Figures , Excluding Any Discounts Offered Below Is (insert Information); (d) The Discounts Offered And The Methodology For Their Application Are: [insert Information) (e) The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax, Income Tax, Local Taxes And Other Fiscal Levies And Duties Which Are Itemized Herein And Reflected In The Detailed Estimates; (f) Our Bid Shall Be Valid Within A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; (g) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The Allowable Forms Of The Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; (h) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (i) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (j) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. (k) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Facility Enhancement/repair & Maintenance(super Health Center). (l) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Infrastructure Projects(revised) __________________________________________________________________________ This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between [name And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: A. Philippine Bidding Documents(pbds) I.drawings/plans; Ii.specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins B. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The Works For The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Contractor: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Municipal Engineer Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] 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 Or Activity. 10. In Case Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Infr-01-2025 Facility Enhancement/repair And Maintenance (super Health Center) Irosin, Sorsogon Standard Form Number: Sf-infr-51 Revised On: August 11, 2004 Affidavit Of Site Inspection I, ________________________, Of Legal Age, _____________, Filipino And Residing At __________________________, Under Oath, Hereby Depose And Say: 1. That I Am The _________________________ Of The ____________________________________________, With Office Address At ______________________________; 2. That I Have Inspected The Site For Facility Enhancement/repair And Maintenance(super Health Center); 3. That I Am Making This Statement As Part Of The Requirement For The Technical Proposal Of The _________________________ Of ___________________________. In Faith Whereof, I Hereby Affix My Signature This ______ Day Of ________, 2025 At _________________________, Philippines. ___________________ Affiant Subscribed And Sworn To Before Me This ____ Day Of _________ 2025, Affiant Exhibiting To Me His/her Community Tax Certificate No. _______________ Issued On ________________ At ______________________________, Philippines. _______________________ Notary Public Until ______________ Ptr No. ______________ Date ______________ Place ______________ Tin ______________ Doc No. __________ Page No. _________ Book No. _________ Series Of _________. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. Infr-01-2025 To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Document And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025.
Province Of Misamis Oriental Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 1.8 Million (USD 30.7 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of One Million Eight Hundred Three Thousand Nine Hundred Seven And 41/100 (php 1,803,907.41) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Reservoir, Pontacon, Initao, Misamis Oriental, Under Purchase No. 0004-25 Dated December 26, 2024. Description Of Works Part I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Construction Of Elevated Concrete Tank 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1032(1)a Painting Works (masonry/concrete) Part B. Construction Of Pumphouse 1724(16) Pump House And Accessories Part C. Water Supply 1201(8) Water Tank 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602 Installation Of Pipeline Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 36 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
3841-3850 of 3868 archived Tenders