Electrical Work Tenders

Electrical Work Tenders

BARANGAY BANTAGAN, TANAUAN, LEYTE Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
Details: Description I. Structural Concrete For Column And Beam Ii. Removal Of Structures And Obstruction Iii. Reinforcing Steel Of Reinforced Concrete Structures Iv. Formworks And Falseworks V. Carpentry And Joinery Works Vi. 6mm Marine Plywood On Metal Frame Ceiling Vii. Aluminum Glass Window (sliding Type) Viii. Wooden Panel Door Ix. Pre-painted Metal Sheets X. Glazed Tiles And Trims Xi. Cement Plaster Finish Xii. Painting Works (masonry Painting) Xiii. Painting Works (wood Painting) Xiv. Painting Works (metal Painting) Xv. 100mm Chb Non Load/load Bearing (including Reinforcing Steel) Xvi. Structural Steel Roof Framing And Truss Xvii. Structural Steel Purlins Xviii. Metal Structure Accessories (railings) Xix. Electrical Works 1. Barangay Bantagan, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Construction/improvement Of Sk Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 22, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 22, 2025. 5. Barangay Bantagan, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Bantagan, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Jerom T. Yepes Barangay Sk Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Bantagan, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Bantagan, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p800,000.00);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 22, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Jerom T. Yepes Barangay Sk Chairman

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 64.5 Million (USD 1.1 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00127 (re-advertisement) : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao 1. The Dpwh Regional Office Ii, Through The 2024 Ps-dbm Revolving Fund Intends To Apply The Sum Of ₱64,525,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00127: Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao Contract Id No. : 24b00127 Location : Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Brief Project Description : Ps-dbm Building, Generator Set With Generator Set House And Concrete Pavement, Building = 23.0 X 33.8 Meters Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture /fixtures Equipment & Appliances For The Field Office Of The Engineer Other General Requirements • Permits And Clearances • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Additional Geotechnical Investigation Earthworks • Trees (furnishing And Transplanting) • Clearing And Grubbing • Removal Of Trees • Structure Excavation • Embankment (from Structure Excavation And Borrow) • Gravel Fill Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, 0.15m Thick, 14-day Concrete Plain And Reinforced Concrete Works • Structural Concrete, (3000 & 4000) Psi, Class A, 28 Days • Lean Concrete • Reinforcing Steel Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling, Metal Frame, Gypsum Board • Aluminum Metal Cladding • Modular Partition • Louver Window • Flush Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning, Fixed) Type • Frames (jambs, Sills, Head, Transoms And Mullions) • Doors, (flush, Wood Panel) • Roll-up Doors • Waterproofing, Liquid • Built-up And Preformed Membrane • Canopy Drain With Strainer • Unglazed Tiles • Cement (floor, Plaster) Finish • Stucco Finish • Painting Works, (masonry/concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel), (100 & 150) Mm • Louver Block • Metal Structure Accessories • Metal Railing (steel) • Sanitary/plumbing Fixtures • Cold Water Lines • Sewer Line Works • Storm Drainage And Downspout Electrical Works • Rigid Steel Conduit • Rigid Polyvinyl Chloride Pipes (pvc/upvc) • Boxes/wire Gutter • Fittings And Accessories • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three-way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Pop-up Type/floor Duplex Convenience Outlet/receptacle (gt) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pad Mounted Distribution Transformer (oisc) With Complete Accessories • Generator (single Or Three Phase - Standby) • Lighting Fixtures Electronic Works • Network Cabling • Cctv System • Network Video Recorder • Lcd, Led Monitor • Door Access And Card Reader System • Public Address System • System Management Amplifier • Remote Microphone • Ceiling Speaker • Wall Mount Speaker • Wires/cables • Fire Alarm System • Smoke Detector With Base • Heat Detector With Base • Fire Alarm Control Panel • Manual Pull Station Switch • Back-up Battery Pack Mechanical Works • Ventilating Equipment • Exhaust Fan (ceiling Cassette, Wall Mounted, Wall Mounted, Industrial Type) • Booster Pump With Control • Water Tank (stainless) • Fire Department Connections For Wet And Dry Type System • Air Conditioning System (vrf/vrv) • Service Elevator Approved Budget For The Contract (abc) : ₱64,525,000.00 Contract Duration : 243 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 47 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. 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. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Details: Description Invitation To Bid For 25ei0122 - Construction (completion) Of Multi-purpose Building At Barangay Lisap, 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 Lisap, Bongabong, Oriental Mindoro, Phase Ii/25ei0122. 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 Lisap, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0122 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Completion Of 1-unit Multti-purpose Building. This Includes Additional Concrete Works (moulding Of Windows & Kitchen Countertop), Paintings, Ceiling Works, Tile Works, Septic Tank, Cistern, Water Pumping System, Electrical & Mechanical Works. Installation Of Stainless Steel Signages, Decorative Stone, Railing, Fire Escape Ladder, Plumbing Fixtures, Windows, Kitchen Cabinet, Downspout, Catch Basin, Sewer Lines, Cold Water Lines, And Replacement Of Gutter Are Also Included. 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 December 27, 2024 - January 16, 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 3, 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 16, 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 16, 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

DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY BU Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 4 Million (USD 68.4 K)
Details: Description The Department Of Information And Communications Technology Region 13, Through The Digital Transformation Centers (dtc’s) Fy 2024 Funds Intends To Apply The Sum Of Four Million Pesos (php 4,000,000.00) Being The Abc To Payments Under The Contract For Dict 13-2024-057. Name Of Contract : Construction Of Dict-digital Transformation Center Building In Surigao City Contract Id No : 13-2024 -013 Location : M. Ortiz Corner Ferdinand Street, Brgy. Washington, Surigao City Scope Of Work : Construction Of Building With Earthworks, Plain And Reinforced, Concrete Works, And Other Civil Works, Electrical Approved Budget For The Contract : ₱4,000,000.00 Contract Duration : One Hundred Twenty Five (125) C.d. Cost Of Bidding Documents : ₱5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Information And Communications Technology Region 13 Now Invites Bids For The Above Listed Works. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Indicated At The Eligibility Data Sheet. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1, Section Ii & Iii Of Bidding Documents. Prospective Bidders May Obtain Further Information From The Department Of Information And Communications Technology Region 13 And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday 8:00am To 5:00pm. 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, Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During Post Qualification. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 02, 2024, From The Given Address Below In The Amount In The Table Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person At The Office Of The Above-mentioned Address. The Department Of Information And Communications Technology Region 13 Will Hold A Pre-bid Conference On December 10, 2024, 2:00pm At Dict Bldg., J. Rosales Avenue, Butuan City And/or Through Video Conferencing Or Webcasting Via Google Meet Https://bit.ly/dtcsurigaocity_prebid Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before December 23, 2024, 12 Noon. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On December 23, 2024, 1pm. At The Address Given Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. We Kindly Remind Bidders Of The Requirement To Have At Least One (1) Representative Physically Present During The Bid Opening At The Dict Regional Office Xiii. It Is Important To Note That Submitted Bids Without A Representative During The Bid Opening Will Still Be Evaluated. However, Please Be Aware That If Any Questions Or Clarifications Arise From The Bac, Bidders Who Did Not Have A Representative Present Will Not Be Permitted To Contest Or Provide Further Input. The Department Of Information And Communications Technology Region 13 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.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 990 K (USD 16.8 K)
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 801(1) Removal Of Structures And Obstruction L.s. 1.00 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 3.78 903(2) Formworks And Falseworks Sq.m. 50.40 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 586.25 Total Cost (part B) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel) (100mm) Sq.m. 120.00 1032(1)c Painting Works(steel) Sq.m. 98.87 1047(8)a Structural Steel (trusses) Kg. 807.68 1047(8)b Structural Steel (purlins) Kg. 850.31 1047(5)a Metal Structure Accessories (bolts And Rods) Kg. 10.61 1047(4)b Metal Structure Accessories (turnbuckle) Each 4.00 1047(5)c Metal Structure Accessories (cross Bracing) Kg 59.98 1047(5)d Metal Structure Accessories (steel Plates) Kg 58.88 1047(5)b Metal Structure Accessories (sagrods) Kg 17.58 1047(7) Structural Steel L.s. 1.00 1013(2)a Fabricated Metal Roofing Accessory (guage 26(0.551mm), Ridge/hip Rolles) L.m. 4.00 1013(2)b Fabricated Metal Roofing Accessory (guage 26(0.551mm), Flashing) L.m. 19.80 1013(2)c Fabricated Metal Roofing Accessory (guage 24(0.701mm), Gutters) L.m. 8.00 1003(11)a1 Fascia Board (12mm, Fiber Cement Board) M. 27.80 1014(1)a2 Pre-painted Metal Sheets (above 0.427mm, Corrugated, Long Span) Sq.m. 79.20 1001(9) Storm Drainage And Downspout L.s. 1.00 Total Cost (part C) Carried To Summary Php Part C Electrical 1100(10) Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breaker L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part B) Carried To Summary Php

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: The Procurement Will Include A Wide Range Of Construction Projects Over The Period Of Performance Utilizing The Db Or Dbb Task Order Contract Approach. Primarily, Task Orders Will Consist Of Repair/alteration And Tenant Finish Projects For Gsa And Other Government Agencies In Occupied Federally Owned Or Leased Buildings. A Typical Task Order Could Contain Some Or All Of The Following: Modifications To Architectural Components And Related Electrical Systems Associated With, But Not Limited To Ceilings, Walls, Floors (including Access Floor Systems), Roofing Systems, Millwork And Wall Covering. Work May Also Include Modifications And Replacement Of Mechanical Systems To Include, But Not Limited To: Air Handling Units, Chillers, Boilers, Ductwork Systems And Accessories, Piping Systems (including Pumps), Hvac System Controls, Fire Protection Sprinkler Systems And Accessories, And Plumbing Equipment/accessories. In Addition, Scope May Include Work On Electrical Systems Including, But Not Limited To Lighting Systems, Primary And Secondary Power Distribution Systems, And Transformers. Special Competencies Will Be Required For Any Work Involving Membrane Roofing, Asbestos Abatement, Pcb Removal And/or Elevator Work. Interested Parties Must Be Capable Of Providing The Services Associated With The Aforementioned Competencies. the Contractor’s Principal Tasks May Include, But Are Not Limited To: Renovation And Conversion Of The Building In Accordance With The Specifications, Administration Of The Construction Contract And All Subcontractors, Field Verification And Site Investigations, Required Testing, Reviewing Designs, Preparing Cost Estimates, Reviewing Cost Estimates, Providing Schedules, Reporting On Progress, Resolving Problems, Conducting Value Engineering Or Alternate Means And Methods Recommendations, Performing Constructability Reviews, Submittals, Coordination Of All Documents And Requirements, Promptly Reporting To The Contracting Officer Any Ambiguities Or Discrepancies Found In The Project Requirements Or Documents, Coordination Of All Activities, Coordination Of All Meetings, Construction Administration And Execution Of Quality Control Plan, Commissioning, Performing Administrative Collection Of Sustainable Design And Construction-related Materials And Processes, Construction Waste Recycling Receipts, Compliance With Applicable Building Codes And Regulations, Critical Path Method (cpm) Scheduling, Maintenance Of Construction Records Including Daily Logs And Monthly Reports, Monitoring Of Construction Costs, Managing Turnover Of Completed Projects To Designated Facility Management Staff, And Other Required Supplemental Services As Requested By Gsa. The Contractor Shall Have A Full Understanding Of The Project, Its Contract Documents, And The Principles Of Federal Construction And Contract Administration, And Other Services As Defined In The Contract Documents. the Db Requirements Of The Project Can Include, But Are Not Limited To, Review, And Evaluation Of The Concept, Design Development And Construction Document Submission For Constructability, Value Engineering Or Alternate Means And Methods Recommendations, Identification Of Any Problems Or Errors In The Design Documentation, Consultation During Construction Document Production, Preliminary Project Schedule Development, Primary Cost Estimates During Design Development And Construction Documents, And Development Of Subcontractor And Supplier Interest. task Orders May Require Pre-construction Phase Services And Shall Include, But Are Not Limited To, Review, And Evaluation Of The Concept, Design Development And Construction Document Submission For Constructability, Value Engineering Or Alternate Means And Methods, Recommendations, Identification Of Any Problems Or Errors In The Design Documentation, Consultation During Construction Document Production, Preliminary Project Schedule Development, Primary Cost Estimates During Design Development And Construction Documents, And Development Of Subcontractor And Supplier Interest.

Bureau Of Internal Revenue Tender

Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 631.3 K (USD 10.8 K)
Details: Description Bureau Of Internal Revenue Revenue Region No. 10 Legazpi City Request For Quotation Qo-10-45-2023.00 Date: Quotation/pr No. Tin: Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than __________________. Please Fill-up All Required Applicable Information. Thank You. Maria Ana C. Raguero Chief, Ahrmd This Is To Certify That I Personally Conducted A Canvass From The Above Supplier/contractor. Canvassed And Certified By: Name/signature Of Canvasser Tel/fax No.742-0978 Note: 1 All Entries Must Be Typewritten / In Print 2 Delivery Period Within _________ Calendar Days 3 Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4 Price Validity Shall Be For A Period Of _________ Calendar Days 5 Philgeps Registration, Dti/sec Registration, Mayor's Permit, Certificate Of Registration (bir), Tax Clearance Shall Be Attached Upon Submission Of The Quotation 6 Bidders Shall Submit Original Brochures Showing Certification Of The Product Being Offered 7 For Purchases Of Goods/supplies And Materials/services, A Warranty Shall Be Covered By Either Retention Money Of At Least 1% Of Every Progress Payment Or A Special Bank Guarantee Equivalent To At Least 1% Of The Total Contract Price Which Shall Only Be Released After The Lapse Warranty Period. 8 With Lbp Account Number Item No. Item And Description Qty Unit Brand/model Unit Price Total Price 1 Repair Of Service Stairwell Roofing 1.00 Lot And Interior Fit-out Works Labot Ands Bir - Rr10 Legapi City Albay I. Summary - Scope Of Works: 1 Removal Of Existing Roofing 1.00 Lot 2 Installation Of New Roofing System 1.00 Lot 3 Electrical Power And Lighting Works 1.00 Lot 4 Installation Of New Ceiling System 1.00 Lot 5 Fabrication And Installation Of Shelves And Cabinets 1.00 Lot 6 Floor Finishing Works 1.00 Lot 7 Removal And Installation Of New Windows And Door 1.00 Lot 8 Painting Works Total Direct Cost Overhead, Contingency And Miscellaneous (15% Of Total Cost) Contractor's Profit (10%) Vat (12%) *see Attached Layout For Reference And Please Fill Out The Detailed Cost Estimate Delivery Period: 115 Calendar Days Upon Receipt Of Jo To Be Delivered To Bir - Rr10 Legazpi Albay Total Amount Purpose: Building Improvement And Maintenance Warranty ___________________ Price Validity ___________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item/s At Price/s Indicated Above. Signature Over Printed Name/position In Company Tel No./cellphone No./e-mail Address

Indian Oil Corporation Limited - IOCL Tender

Works
Eprocure
India
Closing Date4 Feb 2025
Tender AmountINR 1.4 Million (USD 16.8 K)
This is an estimated amount, exact amount may vary.
Details: Annual Rate Contract for Housekeeping, Civil, Horticulture, Mechanical, HSE, Electrical and T&I works at SERPL Rajahmundry NOTE 1. Please enable macros before filling the rates to see the quoted figures in words. 2. The bidder shall quote firm prices “Excess(+)/ At Par/ Less(-)” against the rates mentioned in the price schedule provided in BoQ1 sheet as per instructions provided herein after taking into account all the tender terms and conditions and scope of work. In case rates are quoted to more than 2 decimal places then, the amount quoted towards the tender shall be worked out for the rates quoted to first 2 decimal points without rounding off. 3. Only "Bidder Name", "Excess (+) or "At Par" or Less (-)" & "Percentage" are to be filled by the bidder in the designated "Sky Blue cells". For "At Par" selection, the percentage quoted shall be treated as 0.00 and quoted amount at par with estimate. 4. "Excess (+)" or "At Par" or "Less (-)" can be selected from the dropdown menu by clicking on the cell. 5. No changes shall be made by the bidder to S.No., Unit, Quantity. 6. In case of any difference in item description/ unit/ quantity in BOQ, then the item description/ unit/ quantity given in the tender document shall prevail. 7.The rates quoted by the tenderer shall include all cost towards equipment, labour & laboratory back-up, logistics, transport, spares, tools, tackles, consumables, etc., travel and stay arrangements and other incidentals including supply of materials as may be necessary for rendering the services as per detailed specifications. 8. Goods and Services tax as per GST Act 2017 for concerned services has been added to the base price of below mentioned services. If the bidder wishes to quote some other Goods and Services tax rate other than mentioned in the price schedule provided in BoQ1 sheet, they may quote the same in "Annexure 8". Statutory variation on Goods and Services Tax as applicable for the category/ service shall be to Owner’s account up to the contractual completion period. Reverse charges mechanism on Goods and Services tax amount shall be applicable as per Govt. rules. 9. Bidders are advised strictly not to alter or change the BOQ format/ contents. Bidders are also advised not to paste any image file or put any additional conditions in the BOQ work sheet. 10. Please note that rates of item nos. from 2830 to 2940 (Manpower Deployment Fixed Part - 11 items) are fixed and bidders quoted percentage will not have any impact on these items. Abbreviations of Units: MON - Month, HR - Hour, EA - Each, LS - Lumpsum, M - Meter, M2 - Square Meter, SQM - Square Meter, M3 - Cubic Meter, CUM - Cubic Meter, MT - Metric Tonne, FT2 - Square Foot, BAG - Bag, KG - Kilogram, QN - Quintal, TO - Tonne, L - Liter, KW - Kilo Watt, YR - Year, DAY - Days, CM - Centimeter

Department Of Agriculture Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 10 Million (USD 172.3 K)
Details: Description Invitation To Bid For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2024intends To Apply The Sum Of Ten Million Pesos (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte With Project Identification Number Da-rfo-1-2024-infra-035-n. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. #40 Buyon, Bacarra, Ilocos Norte Project Description: Construction Of Feed Mill Processing Facility With A Dimension Of 15m X 10m Component 1: Building Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Permits And Clearance 1.00 L.s Iii. Project Billboard/sign Board 1.00 L.s Iv. Safety And Health 1.00 L.s V. Construction Of Temporary Facility 12.00 Sq.m. Vi. Clearing And Grubbing 100.00 Sq.m. Vii. Earthworks 99.66 Cu.m. Viii. Rsb Works 2,429.48 Kgs Ix. Forms Works 420.00 Bd.ft. X. Concrete Works 30.00 Cu.m. Xi. Masonry Works 30.00 Sq.m. Xii. Iron Works 7,619.13 Kgs Xiii. Painting Works 100.00 Sq.m. Xiv. Roofing And Siding Works 448.44 L.m Xv. Windows And Doors 29.50 Sq.m. Xvi. Plumbing Works 1.00 Lot Xvii. Electrical Works 15.00 Outlet Xviii. Da Logo 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 2 Skilled Workers • 6 Unskilled Workers Minimum Equipment Required: • 1 Concrete Mixer, One-bagger • 1 Angle Grinder • 1 Cut-off Machine • 1 Bar Cutter • 1 Welding Machine • 1 Generator Set • 1 Electrical Drill Component 2: Machinery All Components Shall Be Of The Same Brand, Brand New And Not Rebranded/renamed. 1. Built A. Compact B. System (per Component) 2. Crusher Function: Crush The Raw Materials To Powder Capacity: 100kg/hr Primemover: 4kw, Electric Motor, Single Phase 3. Mixer Function: Can Mix Materials Uniformly Capacity: 100kg/batch Where One Batch Needs 5-10mins Primemover: 4kw Electric Motor, Single Phase 4. Screw Conveyor Function: Use To Lift And Transfer Powder Or Raw Materials To The Mixer. Primemover: 2.2kw Electric Motor, Single Phase Capacity: 500 Kg/hr 5. Feed Pellet Machine Primemover:15kw, Electric Motor, 3-phase Capacity: 300 Kg/hr 6. Belt Conveyor Capacity: 200 Kg/hr Power:2.2kw, Electric Motor, Single Phase 7. Cooler And Dust Collector Function: Use To Cool The Finished Product Capacity: 200kg/hr Primemover (cooler): 0.75 Kw Primemover (dust Collector): 2.2 Kw 8. Bag Sewing Machine 9. With 2 Tons Silo Other Requirements For The Supplier Of The Goods/machinery: * Brochures/pictures, Operator’s Manual * System Testing Shall Be Conducted By Amtec After Complete Installation * Valid Permit To Operate Issued By Bafe (all Machinery Components Must Be Stated As Product Lines) And Certificate Of Namdac Accreditation Issued By Pcaf * Certificate Of Company-owned/affiliated Service Center Within The Region And Service Center Must Have A Permit To Operate Issued By Bafe * Notarized Affidavit Of Undertaking For After Sales Service That Supplier Must Render Within 72 Hours Upon Receipt Of Notice From The Recipients/ Procuring Entity * Certificate Of Availability Of Spare Parts Of The Brand/model Being Offered Within The Region To Be Issued By The Distributor/manufacturer/affiliated Service Center * Notarized Certificate Of Stock Allocation To Be Submitted During The Bid Opening Issued By The Distributor/dealer/importer Specifying The Name Of Project To Da Rfo 1 * Certificate To Conduct On-site Technical Briefing For Operators On Operation, Maintenance, And/or Repair Of The Supplied Goods By The Supplier With The Following Compatible Accessories: 1. All Components Should Be Provided With Compatible Electric Motor - Connecting Wires And Cables Shall Conform To Electrical Code Of The Philippines - Moisture And Dust Proof - With Thermal Protection Device 2. Control Panel - Compatible To The Electrical Requirements Of The Feed Milling System - Must Contain Mimic Flow Of Operation - With Basic Safety Cut-off Features Including Emergency Shutdown Button - With On-off Push Button Switch And Individual Circuit Breaker For Each Motor - Dust Proof 3. One (1) Unit Weighing Scale - Mechanical Type - Capacity: 1 Ton (minimum) - Readability: 0.5 Kg 4. With Safety And Ease Of Operation Features - Path Walks - Markings/direction/borders - Provision Of Harness - Moving And Rotating Components Of The Feed Mill Must Be Covered - Two (2) Units Fire Extinguisher For The Control Room And Feed Milling Area * Dry Chemical, Stored Pressure Type, Capacity: 6.80kg, Minimum - Basic Safety Kits 5. With Additional 2 Dies, Shieve And 1 Spare Hammermill Teeth 6. Equipped With Electrical Requirements 7. Compatible Panel Board With Circuit Breakers - The Electrical Wire, Wire Accessories, And Piping/conduit To Connect The Transformer Unit To The Main Distribution Panel Board And To The Control Panel Of The Feed Milling System Shall Be Provided By The Bidder - The Electrical Wires, Panel Board, Circuit Breakers And Piping/conduit Must Be Brand New 8. Appropriate Heavy-duty Tools: Made Of Tempered Steel And Chrome Vanadium - With Heavy Duty Toolbox And Roll Up Tools Holder 9. With Appropriate Mounting Frame - All Component Of The Feed Mill Shall Be Installed With Mounting Frame And Fitted With Brackets 10. All Major Components And Parts Of The Feed Should Be Painted Powder Coated. For Mounting Frames, Path Walks And Catwalks Should Be Painted Finish, With Rust-proofing Primer And Final Paint Color 11. With Appropriate Silent Type Generator Set 12. With Converter (from Single Phase Power To 3-phase Power) Completion Of The Works Is One Hundred Twenty (120) Calendar Days For Infrastructure Component And Forty (40) Calendar Days For The Machinery Component Upon The Completion Of Infra Component. 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 3-13, 2025 From The Address Given And Websites 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 Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Preliminary Conference On 05 February 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 13 February 2025, 9:00 Am. 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 13 February 2025, 9:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Technical Specifications Of The Project (as Part Of Tab F - Project Requirements) Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 8559 Or Republic Act 10915. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ January 31, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2024-infra-035-n

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 999.9 K (USD 17 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The 20% Df Intends To Apply The Sum Of Nine Hundred Ninety Nine Thousand Nine Hundred Ninety Nine Pesos (php 999,999.00) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Solar Dryer, Valdeconcha, Binuangan, Misamis Oriental, Under Purchase No. 0009-25 Dated December 23, 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 Plumbing Works Part A. Removal Works 800(1) Clearing And Grubbing Part B. Earthworks 803(1) Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill Part C Plain And Reinforced Concrete 900(1)c2 Structural Concrete (footings And Slab On Fill) Class A 28 Days 902(1)a Reinforcing Steel Bar Grade 40 Part Iii Finishing And Other Civil Works 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel), 100mm Thk 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 30 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 [php1,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. 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. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. 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. 9. 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. 10. 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
7251-7260 of 7363 archived Tenders