Fabrication Tenders
Fabrication Tenders
BARANGAY SOGOD, CALABANGA, CAMARINES SUR Tender
Philippines
Description: Procurement Of Mats. & Labor For Fabrication Of Streetlights (7 Units) , Electrical Supplies ,barangay Sogod, Calabanga, Camarines Sur
Closing Soon10 Mar 2025
Tender AmountPHP 100 K (USD 1.7 K)
Municipality Of Bugias Benguet Tender
Philippines
Details: Description Project Title: Counterpart Iii For The Construction Of Pagcor Multi-purpose Bldg/evacuation Project Location: Bangao, Buguias, Benguet Duration: 225 Cd (including Demob & Curing) Project Cost: Php4,000,000.00 Source Of Fund: 20% Mdf Cy 2024 Item No. Description Qty Unit B.5 Fabrication And Installation Of Project Billboard 1.00 Each B.7 (2) Occupational Safety & Health Program 1.00 Lot 1018 Ceramic Floor Tile 1,608.14 Sq.m 1018 (1) Ceramic Wall Tile 348.92 Sq.m
Closing Date24 Mar 2025
Tender AmountPHP 4 Million (USD 68.9 K)
City Of Tayabas Tender
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Request For Quotation The City Government Of Tayabas, Through Its Bids And Awards Committee (bac), Will Undertake Negotiated Procurement - Small Value Procurement For Rfq # 25-076 – Construction Of Dental Clinic (phase Ii) - Brgy. Isabang, City Of Tayabas Amounting To Four Hundred Forty Four Thousand Nine Hundred Forty Five Pesos And 26/100 Only (444,945.26) As Per Sec. 53.9 Of The Implementing Rules And Regulations Of The Republic Act No. 9184. Canvass Forms Can Be Obtained From The Bac Secretariat At 2nd Flr., Bac Office, New Tayabas City Hall, Brgy. Baguio, City Of Tayabas, Starting March 04, 2025 From 8:30 Am To 4:00 Pm. Deadline For Submission Of Quotations Is On March 10, 2025, 9:00 Am. At Bac Secretariat At 2nd Flr., Bac Office, New Tayabas City Hall, Brgy. Baguio, City Of Tayabas, Along With The Following Requirements: 1. Dti Business Name Registration Or Sec Registration Certificate; 2. Valid And Current Mayor’s Permit/municipal License; 3. Certified Copy Of Vat Registration Certificate Showing The Taxpayer Identification Number (tin); 4. Latest Tax Clearance Certificate (executive Order No. 398); 5. Philgeps Certificate Of Registration; 6. Audited Financial Statements, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Bidder’s Total And Current Assets And Liabilities. 7. Statement Of The Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Officers, Corporations Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Gppb; 8. Latest Income Tax Return With Bir Acknowledgement Receipt 9. Nfcc 10. Sketch Of The Company Location And 3r Size Photos Showing The Office/plant, Number And Street. 11. Company Profile 12. Omnibus Sworn Statement 13. Pcab License The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The City Government Of Tayabas, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Quotations Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Delivery Of Goods Is Required Within 38 Calendar Days Upon Receipt Of Notice To Proceed. Interested Suppliers May Secure Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Government Of Tayabas. The City Government Of Tayabas Reserves The Right To Accept Or Reject Any Or All Quotations, To Annul The Canvassing Process, And To Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government. Raymond S. Bermudez Head, Bac Secretariat Item No. Item Description Qty. Unit 1 Occupational Safety And Health Program 1.00 L.s. 2 Project Billboard / Signboard 1.00 L.s. 3 Carpentry Works 1.00 L.s. 4 Painting Works 304.55 Cu.m. 5 Fabrication Works 1.00 L.s. 6 Forms And Scaffoldings 1.00 L.s. 7 Air Conditioning System 2.00 Sets See Attached Documents: *detailed Project Specifications *bill Of Quantities *site Information *clear Description Of The Scope Of Work ***nothing Follows*** Wilfredo S. Tomines Bac, Chairperson
Closing Soon10 Mar 2025
Tender AmountPHP 444.9 K (USD 7.6 K)
Oriental Mindoro Tender
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Day Care Center At Morente, Bongabong, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Two Hundred Ninety Nine Thousand Eight Hundred Ninety Four Pesos And 54/100 (php 299,894.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Day Care Center At Morente, Bongabong, Oriental Mindoro (ib No. Cw-2025-217)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 16 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit B.5 101(1) 803(1)a 900(7) 1046 (2) A1 1003(1)a1 1018(5) 1027 (1) 1032(1)a 1032 (1) С 1013(2)a2 &1013(2)b1 1014(1)b2 1047(2)a 1047 (2) B 1047(10) 1001(10), 1002(24) & 1002(4) 1101(33) 1100 (10) 1103(1) Project Billboard/ Sign Board Removal Of Structures & Obstruction Structure Excavation (common Soil) Reinforced Concrete 100mm Chb Non-load Bearing (including Reinforcing Steel) 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Cement Plaster Finish Painting Works, Masonry, Concrete & Ceiling Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories Pipes With Fittings Connection, Coldwater Lines & Plumbing Fixtures Wires And Wiring Devices Conduit, Boxes, And Fittings (conduit Works/conduit Rough-in) Lighting Fixtures And Lamps 1.00 1.00 1.15 1.03 4.86 16.75 6.76 40.11 81.36 111.12 30.20 34.35 993.62 262.14 1.00 1.00 1.00 1.00 1.00 Ea I.s. M3 M3 M2 M2 M2 M2 M2 M2 M M2 Kg Kg I.s I.s I.s. Is. I.s. 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. 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 Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 05, 2025 To March 12, 2025 From Given 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 Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 12, 2025 At 8:30 A.m. 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 16. 8. Bid Opening Shall Be On March 12, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 9. The Pgom 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. 10. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camilmil, Calapan City, Oriental Mindoro (march 05, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date12 Mar 2025
Tender AmountPHP 299 K (USD 5.1 K)
City Of Naga Tender
Philippines
Description: Fabricated Footpath Blocks , Construction Materials And Supplies ,city Of Naga, Cebu
Closing Soon6 Mar 2025
Tender AmountPHP 500 K (USD 8.6 K)
Municipality Of Bugias Benguet Tender
Philippines
Details: Description Project Title: Improvement Of Jcpbw – Macogcog – Calamagan Centro Road Project Location: Calamagan, Buguias, Benguet Duration: 61cd (including Demob & Curing) Project Cost: Php1,000,000.00 Source Of Fund: 20% Mdf Cy 2025 Item No. Description Qty Unit B.5 Fabrication And Installation Of Project Billboard 1.00 Lot B. 7 (2) Occupational Safety & Health Program 1.00 Lot 103 Roadway Excavation (widening) 91.20 Cu.m 105 (1) Subgrade Preparations 420.90 Sq.m 201 Aggregate Base Course 21.05 Cu.m 311(1) Portland Cement Concrete Pavement, 200mm Thick 420.90 Sq.m
Closing Date24 Mar 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Municipality Of Bugias Benguet Tender
Philippines
Details: Description Project Title: Improvement Of Jnbldb – Linggew – Calagan - Road Project Location: Baculongan Norte, Buguias, Benguet Duration: 10cd (including Demob & Curing) Project Cost: Php600,000.00 Source Of Fund: Supplemental Budget Cy 2024 Item No. Description Qty Unit B.5 Fabrication And Installation Of Project Billboard 1.00 Each B.7 (2) Occupational Safety & Health Program 1.00 Lot 105 (1) Subgrade Preparations 246.60 Sq.m 201 Aggregate Base Course 12.33 Cu.m 311 (1) Portland Cement Concrete Pavement, 200mm Thick 246.60 Sq.m Project Title: Improvement Of Jmcsap – Caulaan – Dalimono Road Project Location: Baculongan Sur, Buguias, Benguet Duration: 5cd (including Demob & Curing) Project Cost: Php300,000.00 Source Of Fund: Supplemental Budget Cy 2024 Item No. Description Qty Unit B.7 (2) Occupational Safety & Health Program 1.00 Lot 105 (1) Subgrade Preparations 145.20 Sq.m 311 (1) Portland Cement Concrete Pavement, 200mm Thick 145.20 Sq.m
Closing Date24 Mar 2025
Tender AmountPHP 900 K (USD 15.5 K)
Oriental Mindoro Tender
Philippines
Details: Description Invitation To Bid For Improvement Of Multi-purpose Building At Pasi I, Socorro, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Four Hundred Ninety Seven Thousand Eight Hundred Ninety Seven Pesos And 70/100 (php 497,897.70) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “improvement Of Multi-purpose Building At Pasi I, Socorro, Oriental Mindoro (ib No. Cw-2025-219)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 16 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit B.5 803(1)a 900(7) 903(2) 1003(1)a1 1013(2)a2, 1013(2)b1 1014(1)b2 1032(1)a 1032 (1) С 1047(1) 1001 Project Billboard/ Sign Board Structure Excavation (common Soil) Reinforced Concrete Formworks And Falseworks 4.5mm Fiber Cement Board On Metal Frame Ceiling Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Painting Works, Masonry, Concrete Painting Works, Steel Structural Steel Pvc/hdpe Pipe & Fittings 1.00 8.74 24.67 44.46 5.70 31.10 30.06 6.98 183.55 1.00 1.00 Ea M3 M³ M² M² M M2 M2 M2 I.s I.s. 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. 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 Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 05, 2025 To March 12, 2025 From Given 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 Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 12, 2025 At 8:30 A.m. 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 16. 8. Bid Opening Shall Be On March 12, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 9. The Pgom 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. 10. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camilmil, Calapan City, Oriental Mindoro (march 05, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date12 Mar 2025
Tender AmountPHP 497.8 K (USD 8.5 K)
Oriental Mindoro Tender
Philippines
Details: Description Improvement Of School Library Through Acquisition Of Materials, Fabrication And Installation Of Study Tables And Bookshelves Tubular 1x1 - 21units Welding Rod - 1kg Cutting Disc - 10pcs Red Oxide - 2l Marine Plywood 3/4 - 3sheets S4s 1x1x10 - 18pcs
Closing Soon6 Mar 2025
Tender AmountPHP 16 K (USD 276)
BARANGAY SOLANO, TANAUAN, LEYTE Tender
Philippines
Details: Description Description I. Installation Of Glass Partition Of Sk Hall 1. Barangay Solano, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Installation Of Glass Partition 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 March 10, 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 March 10, 2025. 5. Barangay Solano, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Solano, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Franceline M. Mabini Brgy. 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 /tenderscfor 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,cashiers 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 Solano, 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 Envelop 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 Solano Tanauan, Leyte .the Bidders Shall Marked 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 (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand 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 March 10, 2025 At Exactly 02:00 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 Brgy. 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 Brgy. 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 Determinedcduring 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 Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Franceline M. Mabini Brgy. Sk Chairman
Closing Soon10 Mar 2025
Tender AmountPHP 80 K (USD 1.3 K)
11-20 of 1950 active Tenders