Fabrication Tenders
Fabrication Tenders
BARANGAY TALOLORA, TANAUAN, LEYTE Tender
Security and Emergency Services
Philippines
Details: Description I. Cctv System 1. Barangay Talolora, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Installation Of Cctv 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 18, 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 18, 2025. 5. Barangay Talolora, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Talolora, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Mark Anthony Dacoco Bac 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 Talolora, 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 Talolora, 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 (p162,556.00);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 March 18, 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. Mark Anthony Dacoco Bac Chairman
Closing Soon18 Mar 2025
Tender AmountPHP 162.5 K (USD 2.8 K)
Metropolitan Tuguegarao Water District Tender
Others
Philippines
Description: Pr No 25-02-123 (qn No A25-03-025) Re: Supply, Fabrication, Delivery And Installation Of Countertop Glass Partition For Tellers And Pad On Aluminum Frame At Mtwd Main Building , Fixtures ,metropolitan Tuguegarao Water District
Closing Soon17 Mar 2025
Tender AmountPHP 100 K (USD 1.7 K)
Bureau Of Fisheries And Aquatic Resources Region 1 Tender
Others
Philippines
Description: Supply And Delivery Of Fabricated Fishing Gear For Basil Project Beneficiaries , Agricultural Machinery And Equipment ,bureau Of Fisheries And Aquatic Resources Region 1
Closing Soon17 Mar 2025
Tender AmountPHP 52.8 K (USD 921)
Pasong Tamo Elementary School Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Description: Materials For Fabrication Of Stock Room In Front Of Liban Bldg. And Provisions Of Foldable Tables With Tabkes Cloth (library) , Construction Materials And Supplies ,pasong Tamo Elementary School
Closing Soon17 Mar 2025
Tender AmountPHP 99.1 K (USD 1.7 K)
BARANGAY CANRAMOS Tender
Civil And Construction...+1Others
Philippines
Details: Description Description I. Project Billboard Ii. Occupational Safety & Health Program Iii. Removal Of Existing Concrete Pavement, Actual Structures & Other Iv. Subgrade Preparation V. Aggregrate Base Coarse Vi. Portland Cement Concrete Pavement 1. Barangay Canramos, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Brgy. Road Reblocking 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 20, 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 20, 2025. 5. Barangay Canramos, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Canramos, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Arnulfo Casilan Bac 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 Canramos, 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 Canramos 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 20, 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. Arnulfo Casilan Bac Chairman
Closing Soon20 Mar 2025
Tender AmountPHP 299.8 K (USD 5.2 K)
Province Of Sarangani Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Completion Of Upper Mainit Multi-purpose Building, Malungon Brgy. Upper Mainit, Malungon, Sarangani Province (contract No. Infra- 2025-71) March 11, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025/20% Df Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion Of Upper Mainit Multi-purpose Building, Malungon With Contract No. Infra-2025-71 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Fifty Two Calendar Days (52cd). 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 Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 11, 2025 – April 1, 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 Ten Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On March 18, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before April 1, 2025, At 9:00 A.m. 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 15. 9. Bid Opening Shall Be On April 1, 2025, 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. The Provincial Government Of Sarangani 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. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-71 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 1,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-71 Contract Name: Completion Of Upper Mainit Multi-purpose Building, Malungon Location: Brgy. Upper Mainit, Malungon, Sarangani Province Bill Of Quantities Calendar Days: 52cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.9 Mobilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Programs 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-1 Removal Of Structures And Obstruction 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation (common Soil) 45.77 Cu.m In Words: In Figures: Php In Figures: Php 803(3) Foundation Fill 16.45 Cu.m In Words: In Figures: Php In Figures: Php 804(1)b Embankment 68.84 Cu.m In Words: In Figures: Php In Figures: Php 900(1)c1 Structural Concrete 32.20 Cu.m In Words: In Figures: Php In Figures: Php 902(1)a Reinforcing Steel (deformed), Grade 40 1,561.93 Kgs. In Words: In Figures: Php In Figures: Php 903(2) Formworks And Falseworks 11.54 Sq.m In Words: In Figures: Php In Figures: Php Spl-2 0.40mm Thk. Pre Painted Parapet Cladding 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-3 3.5mm Fiber Cement Board (cladding) 1.00 L.s In Words: In Figures: Php In Figures: Php 1013(2)a1 Fabricated Metal Roofing Accessory (gutter) 28.00 Ln.m In Words: In Figures: Php In Figures: Php 1014(1)b2 Prerpainted Metal Sheets 152.60 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 146.07 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non Load Bearing (including Reinforcing Steel) 134.32 Sq.m In Words: In Figures: Php In Figures: Php 1047(1) Strucutral Steel 1.00 L.s In Words: In Figures: Php In Figures: Php 1032(1) Painting Works 150.00 Sq.m In Words: In Figures: Php In Figures: Php 1001(9) Storm Drainage And Downspout 1.00 L.s In Words: In Figures: Php In Figures: Php 1601(1) Fill And Backfill 45.77 Cu.m In Words: In Figures: Php In Figures: Php Spl-4 Ronda Probinsya Artistic Logo Painting 1.00 L.s In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
Closing Date1 Apr 2025
Tender AmountPHP 1.5 Million (USD 26.1 K)
City Of Marikina Tender
Civil And Construction...+1Construction Material
Philippines
Description: For Supplies And Delivery Of Construction Materials And Supplies For Fabrication And Installation Of Steel Fence At Nangka High School, Marikina City , Construction Materials And Supplies ,city Of Marikina
Closing Soon14 Mar 2025
Tender AmountPHP 184.6 K (USD 3.2 K)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund Sb No. 1 2024 & Trust Fund 2024 Intends To Apply The Sum Of P 27,235,469.74 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Counter Part Fund For Cswd Core Shelter Asst. Program (csap) Project ( Upper Hinaplanon Residences Row House Housing Project For 15 Rowhouses), Upper Hinaplanon, Iligan City With Project No. Cb(b)- 25-020 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars : Counterpart Fund For Dswd Core Shelter Asst. Program (csap) Project (upper Hinaplanon Residences Row House Housing Project For 15 Rowhouses) Upper Hinaplanon, Iligan City Scope Of Work : *this Scope Covers The Construction Of Fifteen (15) Row Houses • Earthworks Excavation For Column & Wall Footings, Septic Vaults & Grease Traps • Earth Fill And Gravel Bedding For Foundations And Site • Concrete Work, Formwork & Scaffolding - Installation Of Formworks And Scaffoldings For Concreting - Concreting For Column & Wall Footings, Columns, Roof Beams, Flooring, Septic Vaults And Grease Traps • Masonry Work - Chb Walling For Walls (up To 2 Layers For Exterior And Comfort Room Walls, And Full Height For Interior Firewalls) • Steel Reinforcement - Installation Of Steel Reinforcement Bars For Concrete And Masonry Works • Dry Wall - Installation Of Dry Wall Studs And Wall Boards (exterior & Comfort Room Walls, Single Side) • Doors & Windows - Fabrication & Installation Of Doors & Windows • Tinsmithry - Installation Of Roofing Sheets • Painting - Primer For Steel Works, And Painting For Roofing Sheets & Dry Wall Boards • Plumbing - Installation Of Plumbing Lines And Fixtures • Electrical - Installation Of Electrical Lines & Fixtures • Steel Works - Installation Of Roof Framing (rafters, Girts And Purlins) *provide Adequate Construction Safety Signage And Billboards; Clearing; Cleaning & Disposal Of Construction Debris Materials At The Project Site; Proper Tum-over. I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Welding, Cutting & Other Hotworks Fee, Electrical Installation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 1,200.00 Cu.m.) A.) Excavation (q = 615.00 Cu.m.) Includes Volume To Be Excavated. B.) Earth Fill (q = 300.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction); Petrun Soil (for Earth Fill) (w/ Compaction) C.) Gravel Bedding (q = 285.00 Cu.m.) Includes Volume For Gravel Bedding; 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork & Scaffolding (q = 470.85 Cu.m.) Includes Portland Cement Type 1 Astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings):steel Scaffolding (including Complete Accessories), 1/4" X 4' X 8' Ordinary Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails. Vii. Masonry Work (q = 3,751.80 Sq.m.) Includes 4" X 8" X 16" Chb, 700psi; Portland Cement Type 1 Astm C-150 Pns 07; Washed Sand Viii. Steel Reinforcement (q = 40,774.80 Kgs.). Includes 12 Mm® X 6000mm Dsb, Grade 40; 10 Mm® X 6000mm Dsb, Grade 40; #16 Gi Tie Wire. Ix Steel Work (q = 1,635.00 Lengths) Includes 50mm X 75mm X 12mm X 1.2mm Thk.c-purlins(6m/length); 50mm X 150mm X 12mm X 1.2mm Thk.c-purlins(6m/length); 10 Mm® X 6000mm Dsb, Grade 40; 50mm X 100mm X 1.5mm Thk. Tubular Bar(6m/length); Welding Rod, 6011; Grinding Disk; Cutting Disk. X. Dry Wall (q = 3,030.00 Sq.m.) Includes 1.2m X 2.4m X 1/4" Thk Marine Plywood; 2" X 2" X 12' Coco Lumber; Assorted Sizes Cw Nails. Xi. Doors & Windows (q = 450.00 Units) Includes (for Fabrication Of Doors And Windows): D1: 900mm X 2100mm Flush Door, Including Door Jambs, Door Knob, And Accessories; D2: 700mm X 2100mm Flush Door, Including Door Jambs, Door Knob, And Accessories; D3: 600mm X 2100mm Pvc Poly Door, Including Door Jambs, Door Knob, And Accessories; W1: 1500mm X 1200mm (3 -700mm X. 1200mm Panels) Jalousie Window; W2: 1-600mm X 600mm Panel Jalousie Window. Xii Tinsmithry (q = 3,442.50 Sq.m) . Includes 2.4m X 5mm Thk. Corrugated G.i. Roofing Sheet, Tek Screw, Vulca Seal. Xiii Painting (q = 13,322.20 Sq.m.) Includes Primer (white Flat Latex); Permacoat Latex Paint; Red Oxide Primer; Roofguard Paint; Paint Thinner; Roller Paint Brush W/ Tray And Handle; Paint Brush, 3-1/2"; Paint Brush, 1"; Sand Paper, Assorted Sizes. Xiv. Plumbing (q = 15.00 Lots) Includes Water Closet (pail Flush Type); 4"x 4" Floor Drain, Stainless; Faucet, Us Patented; 4" Dia. X 10' Pvc Pipe, S-1000; 3" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Wye; 4" Dia. Pvc Tee; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc Coupling; 4" To 2" Pvc Reducer Tee; 3" Dia. Pvc Tee; 3" Dia. Pvc P-trap; 3" Dia. Pvc Cleanout; 3" Dia. Pvc Elbow, 1/4 Bend; 3" Dia. Pvc Coupling; Pvc Cement, 400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. G.i. Gate Valve; Teflon Tape (big). Xv. Electrical (q = 15.00 Lots) Includes Service Entrance Cap,3/4"ф; Upvc Conduit Pipe, 3/4"x3m; Panel Box, 4 Holes, 100af, 2p Plug-in Tql Cb,25x29x8.5 Cm; Circuit Breaker, 15a, Plug-in,2pole, 230v, 60hz; Circuit Breaker,20a, Plug-in,2pole, 230v,60hz; Circuit Breaker, 50a, Plug-in,2pole,230v,60hz; Cu Wire, 2.0mm2, Thhn/thwn-2, Stranded; Cu Wire, 3.5mm2, Thhn/thwn-2,stranded; Cu Wire, 8.0mm2,thhn/thwn-2,stranded; Pvc Corrugated Electrical Flexible Hose 15mm; Upvc Conduit Pipe, 1/2"x3m; Utility Box, 4x2x1.5 In, Wub-001, Pvc; Junction Box With Cover And Screws, Pvc; Switch, 16a,spst, W/plate, 1-gang; Switch, 16a,spst, W/plate, 3- Gang; Duplex Universal Receptacle Outlet, 250vac, 15a; Ceiling Socket Receptacle, 4-1/4"dia,6a,e-27; Led Bulb, 10w,100-240vac, 1400lm, Daylight; T8 Led Tube Light, 18w, 43x1220x31mm,g13,single-ended W/ Fixture; Electrical Tape 0.16mmx19mmx16m; Assorted Size And Type Of Conduit Fittings; Secondary Rack W/spool Insulator,2-pole, W/screws. For Further Details Please See Attached Plan And Specifications. Approved Budget For The Contract (abc): P 27,235,469.74 Required Bid Security : 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Two Hundred Ninety (290) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement : March 4, 2025 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 2. Issuance Of Bid Documents : March 11 – April 1, 2025 8:00 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 3. Pre-bid Conference : March 18, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 4. Submission Of Bids : April 1, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids : April 1, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 25,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Ph.d. Bac Chairman Date Of Advertisement/posting: March 11, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-020 (infra)
Closing Date1 Apr 2025
Tender AmountPHP 27.2 Million (USD 474.9 K)
Province Of Sarangani Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Improvement Of Pananag Multi-purpose Building, Maasim (re-bid) Brgy. Pananag, Maasim, Sarangani Province (contract No. Infra- 2025-52-2nd) March 11, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025, 20% Df Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Pananag Multi-purpose Building, Maasim (re-bid) With Contract No. Infra-2025-52-2nd Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Eighty Calendar Days (80cd). 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 Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 11, 2025 – April 1, 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 Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On March 18, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before April 1, 2025, At 9:00 A.m. 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 15. 9. Bid Opening Shall Be On April 1 2025, 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. The Provincial Government Of Sarangani 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. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-52-2nd Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 1,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-52-2nd Contract Name: Improvement Of Pananag Multi-purpose Building, Maasim (re-bid) Location: Brgy. Pananag, Maasim, Sarangani Province Bill Of Quantities Calendar Days: 80cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Programs 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation (common Soil) 29.42 Cu.m In Words: In Figures: Php In Figures: Php 803(3) Foundation Fill 2.20 Cu.m In Words: In Figures: Php In Figures: Php 1705(2) Backfill 22.00 Cu.m In Words: In Figures: Php In Figures: Php 900 Structural Concrete 21.00 Cu.m In Words: In Figures: Php In Figures: Php 902(1) Reinforcing Steel Of Reinforced Concrete (grade 40) 873.99 Kgs. In Words: In Figures: Php In Figures: Php 903(2) Formworks 32.36 Sq.m In Words: In Figures: Php In Figures: Php 1014(1)-b2 Prepainted Metal Sheets (long Span) 168.24 Sq.m In Words: In Figures: Php In Figures: Php 1013(2)c Fabricated Metal Roofing Accessory (gutter) 18.00 Mtrs. In Words: In Figures: Php In Figures: Php 1032(1) Painting Works 1.00 L.s In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 48.00 Sq.m In Words: In Figures: Php In Figures: Php 1043(1) Pvc Doors And Frames 1.72 Sq.m In Words: In Figures: Php In Figures: Php 1008(2) Aluminum Framed Glass Window 1.00 L.s In Words: In Figures: Php In Figures: Php 1001(6)b Wooden Panel Door 2.15 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 82.00 Sq.m In Words: In Figures: Php In Figures: Php 1047(1) Structural Steel 1.00 L.s In Words: In Figures: Php In Figures: Php 1001(9) Storm Drainage And Downspout 1.00 L.s In Words: In Figures: Php In Figures: Php 1002(24) Cold Water Lines 1.00 L.s In Words: In Figures: Php In Figures: Php 1001(8) Sewer Line Works 1.00 L.s In Words: In Figures: Php In Figures: Php 1720(3)a1 Catch Basin 2.00 Each In Words: In Figures: Php In Figures: Php 1018 Unglazed Tiles 12.60 Sq.m In Words: In Figures: Php In Figures: Php 1002(5) Plumbing Fixtures 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-1 Ceiling And Dry Wall 1.00 L.s In Words: In Figures: Php In Figures: Php 1100(10) Conduits, Boxes & Fittings (conduits Works/conduit Rough-in) 1.00 L.s In Words: In Figures: Php In Figures: Php 1101(33) Wires And Wiring Devices 1.00 L.s In Words: In Figures: Php In Figures: Php 1103(1) Lighting Fixtures 1.00 L.s In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
Closing Date1 Apr 2025
Tender AmountPHP 1.5 Million (USD 26.1 K)
Department Of Public Works And Highways - DPWH Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pangasinan Iv District Engineering Office Regional Office I Tuliao, Sta. Barbara, Pangasinan Name Of Procuring Entity: Pangasinan Iv District Engineering Office Request For Quotation No : Rfq-25-03-003 Revised On : Date : March 11, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Address : Tel.no./fax No. : Tin: "nony Domingo B. Quinto, Mba Bac Chairperson" Item No. Items & Description Qty Unit Unit Price Total Price Uup-447/thermo Truck 1 Alternator Repair 1.00 Lot 2 Fan Belt 2.00 Pc Fb-l300 3 Idle Arm 1.00 Pc 4 Aircon System Repair And Cleaning 2.00 Lot 5 Reverse Switch 3.00 Pc 6 Ball Joint, Upper 4.00 Pc 7 Ball Joint, Lower 4.00 Pc 8 Wheel Alignment 1.00 Pc 9 Tire Outer Casing Size: 185x65/14r (tubeless) 8.00 Pc 10 Car Body Repainting And Apholstery (with Complete Dpwh Logo Sticker) 1.00 Lot 11 Accelerator Pedal 2.00 Pc Dump Truck/slf-150 (h3-6359) 12 Clutch Pressure Plate 1.00 Assy 13 Clutch Disc 1.00 Assy 14 Release Bearing 1.00 Pc 15 Pilot Bearing 1.00 Pc Water Pump (old) 16 Labor Parts And Materials For The Repair Of Water Pump 1.00 Lot Boom Truck 17 Control Valve 1.00 Assy 18 Labor For Installation Parts 1.00 Lot 19 Diapram 2.00 Pc Thermoplastic Marking Cooker 20 Fabrication, Machining And Alignment Of Worn Gear (yellow Side) 1.00 Pc 21 Series Cable 2.00 Set 22 Autowire #16 2.00 Roll 23 Led Lamp 24v, Yellow 20.00 Pc 24 Led Lamp 24v, Red 20.00 Pc 25 Led Lamp 12v, Yellow 20.00 Pc 26 Led Lamp 12v, Red 20.00 Pc 27 Bulb Single Contract 12v, Orange 20.00 Pc 28 Meter Clamp W/ Amp. (digital/analog) 1.00 Assy 29 Vernier Caliper 1.00 Pc 30 Crocodile Jack 10tons 1.00 Pc 31 Ampere Meter 30amp. 1.00 Pc 32 Volt Meter 30amp. 1.00 Assy 33 Voltage Regulator 12v 3.00 Pc 34 General Service Mechanic Toll 1.00 Set 35 Ball Joint Service 1.00 Set 36 Multi-meter 1.00 Pc 37 Tire Pressure Gauge 1.00 Pc 38 Digital Tire Tread Depth Gauge 3.00 Pc 39 Leather Welding Apron 1.00 Pc 40 Welding Helmet 1.00 Pc 41 Welding Gloves 2.00 Pair 42 Safety Spectacles 2.00 Pc 43 Muli Task Work Gloves 2.00 Pair 44 Corded Earplug 2.00 Set 45 Raincoat (coat And Pants) 5.00 Set 46 Working Uniform (long Sleeves And Pants) 5.00 Set 47 Caution Tape 5.00 Roll 48 Full-body Safety Harness 2.00 Set 49 Safety Shoes 5.00 Pair 50 Mega Phone 1.00 Pc 51 Fireman Axe 1.00 Pc 52 Sledge Hammer 1.00 Pc 53 Claw Bar 24" 2.00 Pc 54 Hack Saw 2.00 Pc 55 Halogen Flashlight 5.00 Pc 56 Nylon Rope 1.00 Roll 57 Chargeable Emergency Light 2.00 Pc 58 Grass Cutter, Hd 6.00 Unit 59 Gas Stove, Burner (heavy Duty) With Hose, Hose Clamp And Regulator 3.00 Pc 60 Lpg Gas Tank And Content 5.00 Pc 61 Nylon Rope 200.00 Mtr 62 Digging Bar (bareta) 5ft 10.00 Pc 63 Dpwh Logo Sticker (magnetic Sticker) 10.00 Set 64 Plastic Pallet 10.00 Pc 65 Tire Wheel (for Asphalt Sealant And Thermo Applicator) 10.00 Pc Xxxxxxxxx Nothing Follows Xxxxxxxxx For Use In The Dpwh-piv Maintenance Section Please Specify Total Amount In Words Brand And Model : _____________________________________________ Warranty : __________________________________________ Delivery Period : _____________________________________________ Price Validity: _________________________________________ Tel No. 075-653-6418 Telefax: 075-653-6418 Local 22805 C/o Consuelo J. Cruz Printed Name / Signature / Date Email: Cruz.consuelo@dpwh.gov.ph Tel.no./cellphone No./e-mail Address
Closing Soon17 Mar 2025
Tender AmountPHP 994.8 K (USD 17.3 K)
311-320 of 1765 active Tenders