Electrical Work Tenders

Electrical Work Tenders

Environmental Management Bureau Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation (rfq) Supply Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby Rfq No. Emb-pgss-2024-248 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Uom Abc Supply Of Labor And Materials For The Proposed Beautification Of The Executive Lobby 1 Lot 1. A. Site Works And Clearing 1 Lot 11,000.00 B. Wall Partitions 1 Lot 60,000.00 C. Door Windows And Glass Partitions 1 Lot 130,000.00 D. Electrical Works 1 Lot 10,000.00 E. Paitning Works 1 Lot 11,000.00 F. Others 1 Lot 153,300.00 Total Cost Of Materials 363,300.00 Total Cost Of Labor 58,600.00 Total Direct Cost 421,900.00 Total Indirect Cost 105,475.00 Ocm (15%) 63,285.00 Profit (10%) 42,190.00 Tax (5%) 26,368.75 Total Project Cost Php553,743.75 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php553,743.75. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of January 22, 2024. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Supply Of Labor And Materials For The Proposed Beautification Of The Emb Executive Lobby Under Rfq No. Emb-od-2024-12-248 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Certificate E) Omnibus Sworn Statement-original & Notarized F) Valid Pcab License (category C Or Above) Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Supply Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby Quantity: 1 Lot Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Lot Supply Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby 1 Lot A. Site Works And Clearing 1 Lot 1 Lot B. Wall Partitions 1 Lot C. Door Windows And Glass Partitions 1 Lot D. Electrical Works 1 Lot E. Paitning Works 1 Lot F. Others 1 Lot Note: Please Call (02) 8539-4378 Local 107 Or 145 For The Copy Of Tor Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price 1. Supply Of Labor And Materials For The Proposed Beautification Of Emb Executive Lobby Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Lot A. Site Works And Clearing 1 Lot 1 Lot B. Wall Partitions 1 Lot C. Door Windows And Glass Partitions 1 Lot D. Electrical Works 1 Lot E. Paitning Works 1 Lot F. Others 1 Lot Note: Please Call (02) 8539-4378 Local 107 Or 145 For The Copy Of Tor 1 Lot 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ 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] Of The [name Of The Procuring Entity], 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 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining 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 Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Date22 Jan 2025
Tender AmountPHP 553.7 K (USD 9.4 K)

Municipality Of Samal, Bataan Tender

Civil And Construction...+2Road Construction, Construction Material
Philippines
Details: Description Repair And Maintenance Of Other Strucure - Repair Of Pavement At Lalawigan Elementary School, Brgy. Lalawigan, Samal, Bataan Multi-purpose Pavement A= 357 Sqm, T=0.20m Item No. Description Quantity Unit Part Ii. Other General Requirements B.5 Project Billboard/signboard 1.00 Each B.7(2) Construction Safety And Health 1.00 L.s. B.9 Mobilization / Demobilization 1.00 L.s. Part Iii. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Earthworks 100(1) Clearing & Grubbing 357.00 Sq.m. 105(1)a Subgrade Preparation (common Material) 357.00 Sq.m. Part D. Subbase And Base Course 200 Aggregate Subbase Course 16.62 Cu.m. Part E. Surface Courses 311(1)b1 Portland Cement Concrete Pavement (unreinforced)(t = 0.20m.)(14 Days) 357.00 Sq.m.
Closing Date14 Feb 2025
Tender AmountPHP 670 K (USD 11.5 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0117 - Construction (completion) Of Multi-purpose Building At Barangay Mapang, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Mapang, Bongabong, Oriental Mindoro, Phase Ii/25ei0117. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Mapang, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0117 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit 2-storey Multi-purpose Building With Dimensions 12.3m X 6.4m. The Project Includes Earthworks, Structural Works, And The Extension Of The Second Floor, Along With Concrete Finishing And Wall Painting For New Structures And Demolition. It Also Involves Tile Installation (including Interior Floors On The Second Floor And Stair) And Roof Installation, Including Rafters, Purlins, Gutters, Flashing And Downspouts. Additionally, The Scope Includes Installation Of Ceiling, Doors And Windows, Decorative Stonework, Louver Blocks, Electrical Works And Mechanical Works. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. 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. 4. 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. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 3, 2025 - January 23, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. 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. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 10:00 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 18. 11. Bid Opening Shall Be On January 23, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. 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. 12. The Dpwh - Southern Mindoro 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. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2024-64 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The Supplemental Budget No. 6- 20% Development Fund Intend To Apply The Sum Of Two Million Four Hundred Eighty Six Thousand Two Hundred Two Pesos And Forty Nine Centavos (2,486,202.49) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Child Development Center Brgy. Papandayan. Attachment Annex A For Technical Specification Shall From Part Of Itb 2024-64 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 5,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents December 12, 2024,- January 2, 2025 Bac Office Pre Bid Conference December 20, 2024 At 9:00 O’clock In The Morning Bac Office Submission Of Bids January 2, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 3, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan 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. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : December 12, 2024-january 3, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – December 12, 2024-january 3, 2025 2. Dilg/abc Announcement Wall – December 12, 2024-january 3, 2025 3. Pinamalayan Public Market – December 12, 2024-january 3, 2025 Construction Of Child Development Center - Papandayan No. Qty. Unit Description I 72.51 Cu.m. Excavation And Borrow Filling Works Ii 2,325.12 Kgs. Deformed Reinforcement Steel Bars, Grade 40 Iii 63.00 L.s Falseworks And Formworks Iv 17.00 L.s Structural Concrete (footing/ Tie Beam./ Column /roof Beam/ Slab) V 69.05 Sq.m. Masonry Works With Plaster Finish Vi 99.00 Sq.m. Structural Steel Trusses And Roofing Works Vii 99.00 Sq.m. Ceiling Works Viii 739.95 Sq.m. Painting Works Ix 1.00 L.s Doors And Windows X 105.17 Sq.m. Tile Works Xi 63.00 Sq.m. Electrical Works Xii 63.00 Sq.m. Plumbing Works Xiii 1.00 L.s Special Metal Works, Signage And Grill Works
Closing Date3 Jan 2025
Tender AmountPHP 2.4 Million (USD 42.9 K)

Province Of Cavite Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Spcl I Occupational Safety And Health Program L.s. 1.00 Spcl Ii Temporary Facility L.s. 1.00 Spcl Iii Project Billboard L.s. 1.00 1 Covered Basketball Court I. Layout And Staking L.s. 1.00 Ii. Excavation Works (heavy Soil) Cu.m. 76.50 Iii. Gravel Fill Cu.m. 32.00 Iv. Concrete Works A. Concrete Works (3000 Psi) Cu.m. 76.73 B. Reinforcing Bars Kg. 3,870.15 C. Formworks And Scaffoldings Sq.m. 44.00 V. Blocklaying 5" Chb Sq.m. 37.00 Vi. Backfilling Cu.m. 52.40 Vii. Earthfill Cu.m. 28.80 Viii. Structural Steel Works A. Wt/wf Columns - Trusses Kg. 12,575.43 B. Rigid Steel Frame Kg. 6,613.69 C. Galvanized C - Purlins Kg. 4,021.20 D. Steel Works Accessories L.s. 1.00 Ix. Tinsmithry Works A. Tinsmithry Works Sq.m. 693.40 B. Bended Accessories M. 158.60 C. Roof Accessories L.s. 1.00 X. Painting Works (steel Surface) Sq.m. 1,189.70 Xi. Hanging Goals L.s. 1.00 Xii. Installation Of Structural Steel Frame L.s. 1.00 2 Sidings I. Structural Steel Works Kg.s. 12,395.20 Ii. Tinsmithry Works Sq.m. 587.07 Iii. Roof Accessories L.s. 1.00 3 Bleachers I. Layout / Staking Works L.s. 1.00 Ii. Excavation Works Cu.m. 11.50 Iii. Earthworks A. Earthfilling Works Cu.m. 116.00 B. Gravel Fill Cu.m. 1.33 Iv. Concrete Works A. Reinforcement Kg.s. 999.00 B. Concrete Works Cu.m. 15.79 V. Masonry Works Sq.m. 180.10 Vi. Plastering Works Sq.m. 195.44 Vii. Painting Works (without Skim Coat Bleachers) Sq.m. 195.44 4 Stage I. Layout And Staking Works L.s. 1.00 Ii. Excavation Works Cu.m. 20.70 Iii. Earth Works A. Backfill Cu.m. 20.70 B. Earthfill Cu.m. 22.02 C. Gravel Fill Cu.m. 2.99 Iv. Concrete Works A. Concrete Works Cu.m. 15.47 B. Reinforcing Bars Kg.s. 1,644.38 C. Formworks Sq.m. 44.88 V. Masonry Works A. 5" Chb Sq.m. 85.00 B. Plastering Sq.m. 85.00 Vi. Structural Steel Works A. Roof Framing Kgs. 673.20 Vii. Roofing Works A. Tinsmithry Sq.m. 53.20 B. Bended Accessories L.s. 1.00 Viii. Carpentry Works A. Ceiling Works Using Joist 60cm X 60cm Spacing Sq.m. 51.68 Ix. Painting Works A. Surface Preparation (exterior Acrylic Skim Coat) Sq.m. 42.50 B. Surface Preparation (interior Skim Coat) Sq.m. 42.50 C. Masonry / Concrete Surface Sq.m. 85.00 D. Wood Surface Sq.m. 51.68 E. Steel Surface Sq.m. 50.00 X. Catch Basins A. Excavation Works Cu.m. 1.21 B. Concrete Works Cu.m. 1.21 C. Reinforcements Kg.s. 22.20 D. Formworks L.s. 1.00 E. 5" Chb Block Laying Sq.m. 8.80 F. Plastering Sq.m. 8.80 G. Sanitary And Piping Works L.s. 1.00 Xi. Septic Tank A. Excavation Works Cu.m. 15.06 B. Concrete, 3000 Psi Cu.m. 0.94 C. Reinforcement Kg. 23.31 D. Hdpe Polysept Septic Tank Lot 1.00 E. Backfilling Works Cu.m. 6.08 F. Sanitary And Piping Works L.s. 1.00 Xii. Plumbing And Sanitary Works L.s. 1.00 Xiii. Plumbing Fixtures And Accessories L.s. 1.00 Xiv. Demolition Works A. Roofing, Wooden Framing Ceiling, Doors And Windows And Clearing L.s. 1.00 B. Conc. Column Cu.m. 3.72 C. Masonry Wall Cu.m. 46.80 Xv. Electrical Works L.s. 1.00 Xvi. Installation Of Stainless Steel Roof Ventilation L.s. 1.00
Closing Date9 Jan 2025
Tender AmountPHP 12.1 Million (USD 209.9 K)

Tigaon Central Pilot School Tigaon Camarines Sur Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description General Requirements Concreting Works Concrete Base Flooring & Foundation (f1 ,c1,c2,c3) Cu.m 5.482 Cement 40kg Bags 51 270.00 Sand Cu.m 3 900.00 Gravel 3/4" Cu.m 6 1,200.00 Steel Works Steel Post And Flooring Reinforcement Bars Baseplate 10" X 10" X 10mm Pcs 12 500.00 Anchor Bolt With Nut & Washer 1/2" Pcs 48 120.00 Circular Steel Pole 3" 3mm 3m Pcs 8 3,500.00 Circular Steel Pole 4" 3mm 3m Pcs 4 5,500.00 Wielding Rod Box 5kg Box 5 440.00 Steel Bar 10mm 6m Pcs 37 150.00 Tie Wire #16 Kg 2 70.00 Truss Members 1 Angle Bar 4mm 6m 50x 50 Pcs 10 1,200.00 Steel Plate 6mm 6 X 6 Pcs 8 150.00 Bolts And Nuts & Washer 2" Pcs 32 30.00 Truss Members 2 Angle Bar 4mm 6m 50x 50 Pcs 7 1,200.00 Steel Plate 6mm 6 X 6 Pcs 4 150.00 Bolts And Nuts & Washer 2" Pcs 16 30.00 Strut Angle Bar 2mm 6m 50x 50 Pcs 13 750.00 Roofing Works Corrugated Roof (pre-painted) 0.95m X 16ft Pcs 26 1,750.00 Tek Screw 3" Box 4 328.00 Ridge Roll 0.5 Mm X 18ft Pcs 2 400.00 C- Purlins 6m 100mm X 50mm X 1.2mm Thick Pcs 33 600.00 Angle Plate 25 X 25 X 28mm Pcs 72 10.00 Painting Works Steel Post And Structural Members Topcoat Quick Drying Enamel Liters 1 233.75 Metal Primer Gal 1 580.00 Paint Thinner Liters 3 60.50 Wall Plywood Deped Logo Primer Gal 1 800.00 Putty Liters 3 101.00 Topcoat Liters 2 254.00 Paint Thinner Liters 2 60.50 Formworks Plywood Ordinary 1/4" X 4' X 8' Pcs 10 449.00 Coco Lumber 2 X 2 X 8 Pcs 16 82.50 Common Nail 3" Kg 3 150.00 Carpentry Works Coco Lumber 2 X 2 X 8 Pcs 39 82.50 Good Lumber 2 X 3 X 8 Pcs 20 300.00 Plywood Ordinary 1/4" X 4' X 8' Pcs 28 449.00 Cwn Assorted Kg 5 150.00 Blackboard 1200 X 4800 Complete Set Set 1 2,000.00 Electrical Works Safety Breaker 30a Pc. 1 800.00 Thhn Wire 3.5 Mm2 Box 1 5,000.00 Thhn Wire 5.5 Mm2 M. 6 75.00 Pvc Electrical Pipe 1/2" Pc. 22 100.00 Junction Box Pc. 12 45.00 Male Adaptor 1/2" With Lock Pc. 20 35.00 Amco Box (or Utility Box) Pc. 4 60.00 Duplex Outlet (2-gang) Set 2 240.00 Switch (1-gang) Set 1 160.00 Switch (2-gang) Set 1 200.00 Receptacle 4" X 4" Pc. 6 56.00 Led Bulb 18 Watts Pc. 6 320.00 Ceiling Fan 18" Unit 4 2,200.00 C-clamp 1/2" Pc. 30 6.00 Metal Screw Pc. 60 6.00 Entrance Cap 1/2" Pc. 1 80.00 Duplex Wire #6 M. 10 40.00 Electrical Tape (big) Pc. 2 70.00 Screw Insulator Pc. 1 90.92
Closing Date24 Jan 2025
Tender AmountPHP 251.4 K (USD 4.2 K)

Municipality Of Bindoy, Negros Oriental Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Bindoy Invitation To Bid For Completion Of Barangay Health Station (straight Contract) 1. The Municipality Of Bindoy, Negros Oriental, Through The 20% Development Fund Cy 2021 Intends To Apply The Sum Of One Million Pesos & 0/100 (php 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Completion Of Barangay Health Station, Brgy. Poblacion, Bindoy, Negros Oriental, - Straight Contract Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Bindoy, Negros Oriental Now Invites Bids For Completion Of Barangay Health Station, Brgy. Poblacion, Bindoy, Negros Oriental Completion Of The Works Is Required 130 Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, Item Description Unit Qty Unit Cost Amount 1.0 1.1 1.2 Concrete Work Concrete Flooring Concrete Stairs With Slab Cu.m. Cu.m. 4.80 4.29 Php 9,543.78 31,138.78 Php 45,810.14 133,463.32 2.0 2.1 Carpentry Works Formworks & Scaffolding Lot 1.00 38,737.57 38,737.57 3.0 3.1 3.2 Masonry Works Chb Laying With Plaster Finishing Sq.m. Sq.m. 29.76 210.96 1,733.54 108.92 51,590.26 22,905.07 4.0 Glass Doors & Windows Lot 1.00 190,648.62 190,648.62 5.0 Ceiling Works Sq.m. 96.00 1,236.91 118,743.76 6.0 Electrical Works Lot 1.00 86,208.15 86,208.15 7.0 Tile Works Lot 1.00 226,860.72 226,860.72 8.0 Plumbing Works Lot 1.00 85,032.38 85,032.38 Total Php 1,000,000.00 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipality Of Bindoy And Inspect The Bidding Documents At The Address Given Below From December 26, 2024 – January 13, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 1,000.00. 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. 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On Januray 6, 2025 At 2:00 P.m. At Mpdc Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 13, 2025 At 1:30 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. Bid Opening Shall Be On January 13, 2025 At 2:00 P.m. At Mpdc Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Bids And Awards Committee 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. 9. For Further Information, Please Refer To: Roberto L. Amaro Bac Chairman Office Of The Mpdc Poblacion, Bindoy, Negros Oriental
Closing Date13 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description A. Contract Id : Antipolo-03february2025-20 B. Name Of Project : Improvement Of Perimeter Fence And Electrification Of Multi-purpose Covered Court At Brgy. San Isidro, Antipolo City (2025 - Package 13) A. Improvement Of Perimeter Fence At Bagong Nayon Ii Elementary School, Brgy. San Isidro, Antipolo City B. Electrification Of Multi-purpose Covered Court At Brittany 2 Executive Homes, Brgy. San Isidro, Antipolo City C. Location : A.&b. Brgy. San Isidro, Antipolo City D. Brief Description : A. Improvement Of Perimeter Fence B. Electrification Of Multi-purpose Covered Court E. Major Item Of Works : A. Repainting Works B. Electrical Works F. Approved Budget For The Contract : Php 1,107,149.79 G. Duration : 60 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 15 - February 03, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 22, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 03, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 03, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Date3 Feb 2025
Tender AmountPHP 1.1 Million (USD 18.9 K)

City Of Cagayan De Oro Tender

Others
Philippines
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Installation Of Closed Circuit Television With Pedestal, Barangay 18; Sn 349a - 2024 1. The City Government Of Cagayan De Oro, Through Current Appropriation, Annual Budget Cy 2024 Of Non-office: Economic Services Sector - Infrastructure Projects And Program - Other Development Programs & Projects - Barangay Empowerment Program & Projects, Intends To Apply The Sum Of Nine Million One Hundred Thirty Thousand Nine Hundred Sixty Six And 87/100 (php9,130,966.87) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Closed Circuit Television With Pedestal, Barangay 18; Sn 349a - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: A) Removal Of Existing Concrete Pavement B) Footing Excavation C) Construction Of Pedestal; Including But Not Limited To Footing & Column D) Installation Of Steel Works: Brackets, Pipes, Steel Plates & Rectangular Tubing E) Installation Of Electrical Works: Pipe, Connector. Coupling, Condulet Body, Service Entrance Cap, Wires, Breaker, Clamp & Grounding Rod F) Installation Of Cctv System: Nvr, Monitor, Hdd, Cameras (bullet & Ptz), Fiber Optic, Twisted Pair, Power Wire, Switches & Utilities. Completion Of The Works Is Required Fifty Two (52) Calendar Days From The Effectivity Date Stipulated In The Notice To Proceed. 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. 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below From Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00) 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. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 23 January 2025; 2:00 P.m At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 06 February 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. Bid Opening Shall Be On 06 February 2025; 2:00 P.m At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd)atty. Joeffrey D. Namalata Bac Chairperson
Closing Date6 Feb 2025
Tender AmountPHP 9.1 Million (USD 156.1 K)

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Rehabilitation/improvement Of Multi-purpose Building At Municipal Plaza Phase Ii (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Nine Hundred Ninety-nine Thousand Three Hundred Two Pesos & 20/100 (php 999,302.20) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation/improvement Of Multi-purpose Building At Municipal Plaza Ib # 2025-01-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 100 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 (instructions To Bidders). 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 To February 6, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On At At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On February 6, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 6, 2025 At 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 30, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson   Bill Of Quantities Reference No. : Ib # 2025-01-004 Name Of Project: Rehabilitation/improvement Of Multi-purpose Building At Municipal Plaza Phase Ii Location: Poblacion, Lantapan, Bukidnon Abc: Php 999,302.20 Item No. Item Description Unit Of Issue Quantity Unit Price Amount I Demolition Sq.m 382.33 Ii Masonry Works Sq.m 60.60 Iii Tile Works Sq.m 127.80 Iv Ceiling Works Sq.m 87.90 V Formworks And Scaffoldings Bd.ft 1,900.00 Vi Roof Framing Lhs 3.00 Vii Roofing Works Sq.m 20.80 Viii Parapet Cladding Sq.m 10.98 Ix Doors & Windows Set 4.00 X Carpentry Works (drywall) Sq.m 40.38 Xi Painting Works Sq.m 146.82 Xii Electrical Works Ls 1.00 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________
Closing Date6 Feb 2025
Tender AmountPHP 999.3 K (USD 17 K)
5861-5870 of 6211 archived Tenders