Fabrication Tenders
Fabrication Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Invitation To Bid For 25ei0175 - Construction Of Multi-purpose Building At Barangay Hagan, Bongabong, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building At Barangay Hagan, Bongabong, Oriental Mindoro/25ei0175. 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 Of Multi-purpose Building At Barangay Hagan, Bongabong, Oriental Mindoro Contract Id : 25ei0175 Location : Bongabong, Oriental Mindoro Scope Of Works : Construction Of A 1-unit Mult-purpose Building (covered Court) Measuring 18.00m X 30.00m, Which Includes Embankment, Reinforced Concrete For Column Footings, Column, Footing Tie Beams, Slab, Beams, Corbels, And Gutters. The Project Also Involves The Fabrication And Installation Of Trusses, Roofing Works, And Downspouts. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 – February 13, 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 5,000.00. 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 31, 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 February 13, 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 February 13, 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 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Municipality Of Isabela, Negros Occidental Tender
Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 350 K (USD 6 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Purchase Of Laboratory Incubator And Uv Lamp Set, Municipal Health Office, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The Special Trust Fund – Philhealth Konsulta Intends To Apply The Sum Of Three Hundred Fifty Thousand Pesos Only (php 350,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Purchase Of Laboratory Incubator And Uv Lamp Set, Municipal Health Office, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Purchase Of Laboratory Incubator And Uv Lamp Set, Municipal Health Office, Isabela, Negros Occidental.. Delivery Of The Goods/services Required Is Fifteen (15) Calendar Days From The Date Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through An 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php 500.00) And One Thousand Pesos (php1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before February 18, 2025, 4:00 P.m.. At The Bids And Awards Committee (bac) Office, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 18, 2025, 4:00 P.m. At The Bids And Awards Committee (bac) Office, Isabela, Neg. Occ.. 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. 6. The Municipality Of Isabela 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. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Secretariat Lgu, Isabela, Negros Occidental Cp No. 09317644890 Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Bids And Awards Committee Bill Of Quantities Project Name Purchase Of Laboratory Incubator And Uv Lamp Set Location Mho, Lgu, Isabela, Negros Occidental Abc Php 350,000.00 Item No. Qnty. Unit Item Description Unit Price Total Price 1 Unit 1 Uv Lamp With The Following Specifications: 230v, 50/60hz 6 Wtt, 365nm, 12l X 3.8w X 2.5d In (302x 96 X64mm) 2 Unit 1 Uv Cabinet With The Following Specifications: Fabrication: Metal Base, Plastic Top Viewport: Soft Rubber With Uv Blocking Contrast Control Filter Curtain: Lightweight Materials Block Ambient Light Dimensions: 9l X X10w X 7h In (229 X 254 X 178mm) Dimensions: 9l X X10.5w X 12h In (229 X 267 X 305mm) Weight: 3.6lbs (1.6kg) 3 Unit 1 General Incubator With The Following Specifications: Dimensions Inner: 300 X 300 X 350 (wxdxhmm) Outer Dimension: 460 X X520 X 672 Capacity: 32li Heater: 100w Voltage: 220, 60hz Single Phase 4 Unit 1 Portable Incubator With Following Specifications: Operate On 12v In Automobile Or Laboratory Takes Only A Few Minutes To Come Up To Temperature Led Display, Temp Accuracy :± 0.5 Degree Celcius Htq / ± 1 Degree Celcius Htp Temp Range: Rt To 70 Degree Celcius Or 2 To 7 Degree Celcius Inner Dimension: 30 X 16 X20cm Outer Dimension:/ Packing 39 X 22 27cm Can Fit Up To 30 Pc 120ml Bottles In The Inner Chamber Accessories: Cigarette Lighter Power Adapter Plug-pi-cpa 220v/240v Converter-pi-pta-220 110v Converter-pi-pta-110 Xxxnothing Followsxxx Signature Over Printed Name Of Bidder Date
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo. the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard). it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration. the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease. the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought. the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site. 1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code. 2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful. 3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted. 4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations. 5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration. 6. Are You Able To Customize The Space To Meet Mission Requirements To Include: electronic Security Systems, Intrusion Detection, Cctv Yes___ No___ soundproof Space Yes___ No___ increased Ventilation Yes___ No___ telecommunication Rooms Yes___ No___ chemical Storage Yes___ No___ emergency Eye Wash Stations Yes___ No___ patient Exam Rooms Yes___ No___ overhead Rolling Doors Yes___ No___ would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________ the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid. what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility? _________________________________________________________________________ what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators? __________________________________________________________________________ will A Sub-contractor Be Used? Yes___ No___ if So, What Disciplines Will Require A Sub-contractor? please Provide Facility Pricing Schedules And Lease / Buy Options. please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To: scott Morrison At Scott.morrison@usace.army.mil ines Necker At Ines.necker@usace.army.mil jay Denker At Jay.b.denker@usace.army.mil
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Invitation To Bid For 25ei0152 - Construction Of Multi-purpose Facility (covered Court) Aplaya Elementary School, Bongabong Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Facility (covered Court) Aplaya Elementary School, Bongabong Oriental Mindoro/25ei0152. 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 Of Multi-purpose Facility (covered Court) Aplaya Elementary School, Bongabong Oriental Mindoro Contract Id : 25ei0152 Location : Bongabong, Oriental Mindoro Scope Of Works : Construction Of A 1 Unit Multi-purpose Building (covered Court) Measuring 18.00m X 30.00m, Which Includes Embankment, Reinforced Concrete For Colum Footings, Column, Footing Tie Beams, Slab, Corbels, And Gutters. The Project Also Involves The Fabrication And Installation Of Trusses, Roofing Works, And Downspouts. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 – February 13, 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 28,000.00. 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 31, 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 February 13, 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 February 13, 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 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
BARANGAY TABAAN NORTE, TUBA, BENGUET Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 250 K (USD 4.3 K)
Details: Description Invitation To Bid For The Construction Of Basketball Court Phase Ii (back Of Balangabang Barangay Hall) Project Id No. 2025 - 02 – 002 1. Barangay Tabaan Norte, Through The Budget For The Contract Approved By The Sangguniang Bayan For Cy 2024 Sk Annual Budget Intends To Apply The Sum Of The Following Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lot: Project Id No. Project Title Project Location Project Description Dcs Complete Minimum Equipment Required Source Of Fund Abc 2025-02-002 Construction Of Basketball Court Phase Ii (back Of Balangabang Barangay Hall) Tabaan Norte, Tuba, Benguet Project Billboard, Construction Of Health And Safety Requirements, Structure Excavation (u.m.), Fabrication And Installation Of Basketball Board And Stand, Structural Concrete, Subgrade Preparation, Pccp 39 Mini Cargo Truck, Welding Machine, Power Tools, Consumables (scaffoldings), Dump Truck, Concrete (1-bagger), Portable Vibrator Cy 2024 Sk Annual Budget 250,000.00 39 Grand Total 250,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Barangay Tabaan Norte Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required In 39 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “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 Barangay Tabaan Norte And Inspect The Bidding Documents At The Barangay Hall At Parasipis, Tabaan Norte, Tuba, Benguet From 8:00 A.m To 5:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025, At The Barangay Hall, Parasispis, Tabaan Norte, Tuba, Benguet, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Official Receipt And Order Of Payment. 6. Barangay Tabaan Norte Through The Bids And Awards Committee (bac) Will Not Hold A Pre-bid Conference For This Project. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 17, 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 February 17, 2025 At 9:00 A.m. At The Barangay Hall, Parasipis, Tabaan Norte, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. Barangay Tabaan Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each And Every Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of Bid. 13. For Further Information, Please Refer To: Mr. Teddy Paquit At The Barangay Hall, Parasipis, Tabaan Norte, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. To Bid For This Contract, A Bidder Must Meet The Following Major Criteria; A. Duly Licensed Filipino Citizens/sole Proprietorship 75% Filipino-owned Partnerships, Corporations, Cooperatives, Or Joint Ventures; B. Must Be Registered In The Philgeps Or Procurement Service; C. With A Pcab License; D. Prospective Bidder Must Have Completed An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To The Current Prices Using The Psa Consumer Price Indicates, Must Be At Least Fifty Percent (50%) Of The Abc To Bid: Provided, However, That Contractors Under Smaa A & B More The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. Computation Of A Prospective Bidder's Nfcc Must Be At Least Equal To The Abc To Be Bid. Further, Hard Copies Of Bidding Documents Will Be Issued By The Bac Secretariat At The Barangay Hall, Parasipis, Tabaan Norte, Tuba, Benguet Upon Payment At The Barangay Treasurer For The Corresponding Fees. Date Of Posting: February 7, 2025 - February 17, 2025 Agosto A. Lamsis Bac Chairperson
City Of Escalante Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.1 Million (USD 36.1 K)
Details: Description Contract Reference Number: Itb#2024-288; Pr# 2024-12-2965 Name Of The Contract: Construction Of Health Station, Brgy. Washington (straight Contract Labor & Materials) Location Of The Contract: Escalante Government Center Standard Form Number: Sf-infr-05 Revised On: July 29, 2004 Invitation To Apply For Eligibility And To Bid The Lgu Escalante, Through Its Bid And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Contract : Construction Of Health Station, Brgy. Washington (straight Contract Labor & Materials) Location : Brgy. Washington, Escalante City Brief Description : Project Cost : 2,100,000.00 Contract Duration : 180 Calendar Days Source Of Fund : 2024 20% Dev. Fund Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Project Cost, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Checks/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follow: Bac Activities Schedule Date Location 1. Receipt From Prospective Bidders Of Letters Of Intent (loi) Including Application For Eligibility December 16, 2024 Bac Secretariat 2. Issuance Of Bid Documents Dec. 16, 2024-jan.6, 2025 Bac Secretariat 3. Pre-bid Conference 9:00 Am Dec. 23, 2024 Budget Office, Escalante Govt. Center 4. Receipt And Opening Of Bids 10:00 Am Jan. 7, 2025 Budget Office, Escalante Govt. Center The Bac Will Issue To Prospective Bidders Eligibility Forms At The Office Of Bac Secretariat, Gso Office, Upon Their Submission Of A Loi, And Upon Their Payment Of Non-refundable Amount Of Five Thousand Pesos Only (₱ 5,000.00) To The Lgu Escalante Cashier. Prospective Bidders Shall Submit The Eligibility Requirements To The Bac At The Said Address. They May Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount Of Five Thousand Pesos Only (₱ 5,000.00) To The Lgu Escalante Cashier. The Bac Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Arnulfa R. Donoso Bac Chairman Bill Of Quantities: Item # Qty Unit Item Description Unit Cost Total Cost General Requirements 0001 1.00 Lot Mobilization And Demobilization 0002 1.00 Lot Permits, Clearances And Licenses 0003 1.00 Lot Project Billboard 0004 1.00 Lot Health And Safety Requirements Earthworks 0005 38.05 Cu.m Engineered Fill (borrow) Structural Works 0006 29.22 Cu.m Concrete Works 0007 2,292.20 Kgs Reinforcing Steel 0008 1.00 Lot Formworks And Falseworks Masonry Works 0009 174.75 Sq.m. 4” Chb Walls 0010 195.64 Sq.m. Plaster Finish Roofing Works 0011 1.00 Lot Steel Works/steel Truss 0012 396.90 Sq.m. Tinsmithry Fabrication And Installation Of Doors 0013 1.00 Lot Doors 0014 1.00 Lot Windows Ceiling 0015 87.22 Sq.m. Ceiling Works Finishes 0016 436.72 Sq.m. Painting Works 0017 59.73 Sq.m. Tile Works 0018 1.00 Lot Railings Plumbing Works 0019 1.00 Lot Plumbing Fixtures And Accessories 0020 1.00 Lot Sanitary Line 0021 1.00 Lot Water Line System 0022 1.00 Units Septic Tank Electrical Works 0023 1.00 Lot Electrical Panel Board, Rough-ins, Wires 0024 1.00 Lot Electrical Fixtures X-x-x-x Nothing Follows X-x-x-x Arnulfa R. Donoso Winny C. Wayco, Ce, Enp Atty. Charo N. Tupas-fajardo City Budget Officer City Engineer City Legal Officer Bac, Chairman Bac, Vice Chairman Bac, Member Atty. Cheryl P. Ulgasan Dr. Vermont Khan L. Juvahib, Cese Cgdh I, Acting Chblumo Cgdh I, Chmd Bac, Member Bac, Member Bids & Awards Committee Escalante City, Negros Occidental. Philippines Sir, I Have The Honor To Enclose The Sum P __________________ Corresponding To The 2% Of The Amount Of The Bid. ____________________________ ___________________________ Date Signature __________________________ ___________________________ _________________________ (tin) Address Printed Name Of The Agency Note: A Bid Valid For A Shorter Period Shall Be Rejected By The Procuring Entity As Non-responsive Bid.
City Of Danao Tender
Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Description Republic Of The Philippines Danao City Brgy.santican Invitation To Apply For Eligibility And To Bid For The Use Of Brgy.santican,danao City The Brgy.santican, Tends To Apply The Sum Of Php100,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Use Of Brgy.santican, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Santican Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For The Use Of Brgy. Santican, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 1 Unit Laptop 40,000.00 40,000.00 2. 1 Set Radio Base 60,000.00 60,000.00 Fabrication Of Extended Antenna And Installation Mobilization Battery (this Is Optional.this Will Be Use During Typhoon No Power Of No Electricity) Php 100,000.00 Delivery Of The Goods Is Required Not Later Than Jan.20, 2025.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Jan.07- 14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer,supplier,or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On Jan. 14, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy.santican,danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders,performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Par ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines,as Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents,itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project.the Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.nelson P. Ponce Brgy. Bac Chairman Santican,danao City
FEDERAL ACQUISITION SERVICE USA Tender
Software and IT Solutions...+1Education And Training Services
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Description: Trainer Developer Iii (tdiii) update As Of 01/15/2025 ***see Important Note Below*** description: Amendment 04 To Request For Proposal 47qfwa24r0017 amendment 04 To This Rfp Does The Following: removes The Requirment To Submit Propsals Via A Sf1449.pws Sections L.3.4.2(i – L) Were Removed As The Sf1449 Is Auto-generated At The Time Of Award In The Assist System. clarifies That Only The Minimum Guarantee Of $2,500.00 Will Be Obligated At Award. notes That Offerors Shall Sign Their Proposal To Legally Bind The Business To The Proposal Being Submitted. *** Important *** to Accommodate The Submission Of The Rfp In Gsa Assist: Please Ensure That You Notify The Gsa Contracting Officer, Richard Hill At Richard.hill@gsa.gov And Project Manager, Frank Puente At Frank.puente@gsa.govof Your Intent To Submit A Proposal Nlt January 13, 2025 Via Email. Once Gsa Receives The Intent To Submit A Proposal, A Link Invitation Will Be Sent From Gsa Assist Allowing You To Submit The Needed Attachments By The Deadline Listed Within This Announcement. ______________________________________________________________ update As Of 01/06/2025 ***see Important Note Below*** description: Amendment 03 To Request For Proposal 47qfwa24r0017 amendment 03 To This Rfp Does The Following: posts The Responses To Questions 35 – 57 As Of 01/06/2025. makes Changes To Pws Sections A-j And K-m (revisions Dated 01.06.2025). Changes Are All Highlighted In Yellow. updates Attachment 1 Pricing Spreadsheet To Add Labor Categories Mechanical Engineering Support,computer And Network System Support, And Electrician/electrical Engineering Support(revision Dated 01/06/2025). updates Attachment 5 Labor Category Descriptions To Provide Descripitions For:computer Operator I, Computer System Analyst, Electrical Engineering Technologist, Electronics Technician Maintenance I, And Electrician, Maintenance(revision Dated 01/06/2025). *** Important *** to Accommodate The Submission Of The Rfp In Gsa Assist: Please Ensure That You Notify The Gsa Contracting Officer, Richard Hill At Richard.hill@gsa.gov And Project Manager, Frank Puente At Frank.puente@gsa.govof Your Intent To Submit A Proposal Nlt January 13, 2025 Via Email. Once Gsa Receives The Intent To Submit A Proposal, A Link Invitation Will Be Sent From Gsa Assist Allowing You To Submit The Needed Attachments By The Deadline Listed Within This Announcement. ______________________________________________________________ update As Of 12/27/2024 ***see Important Note Below*** description: Amendment 02 To Request For Proposal 47qfwa24r0017 amendment 02 To This Rfp Does The Following: posts The Responses To Questions 1 – 34 As Of 12.27.2024. makes Changes To Pws Sections A-j And K-m (revisions Dated 12.27.2024). Changes Are All Highlighted In Yellow. updates Attachment 1 Pricing Spreadsheet To Remove Rows 46 Through 52 On Tab A And Add The Formulas For Tab B, Column S Which Were Mistakenly Not Entered. (revision Dated 12.27.2024). *** Important *** to Accommodate The Submission Of The Rfp In Gsa Assist: Please Ensure That You Notify The Gsa Contracting Officer, Richard Hill At Richard.hill@gsa.gov And Project Manager, Frank Puente At Frank.puente@gsa.govof Your Intent To Submit A Proposal Nlt January 13, 2025 Via Email. Once Gsa Receives The Intent To Submit A Proposal, A Link Invitation Will Be Sent From Gsa Assist Allowing You To Submit The Needed Attachments By The Deadline Listed Within This Announcement. ______________________________________________________________ update As Of 12/19/2024 description: Amendment 01 Torequest For Proposal 47qfwa24r0017 amendment 01 To This Rfp Adds Attachment 3_previous Experience Information Which Was Previously Missing From The Solicitation. It Also Makes Changes To Pws Sections A-j And K-m (revisions Dated 12.19.2024). Changes Are All Highlighted In Yellow. Additionally, It Removes References To A Security Attachment In H.5 And H.6 Which Currently Does Not Exist. ______________________________________________________________ posted As Of 12/17/2024 purpose: The General Services Administration (gsa), Federal Acquisition Services – Apex 2, Sector 3 Seeks Interested Firms To Award A Single Award - Indefinite Delivery Indefinite Quantity (idiq) Contract With A $100m Ceiling. Please See The Attached Pws Solicitation Sections A-j And K-m (including Attachments) For More Details. background: The 502 Trainer Development Squadron (tds) Is Part Of The 502d Air Base Wing (502 Abw) Which Is Headquartered At Jbsa Fort Sam Houston In San Antonio, Texas. The 502 Tds’ Mission Is To Deliver And Maintain Information Technology (it) Based Simulation And Training Systems For Its Customers. Functioning As A Government Owned Government Operated (gogo) Organization Under The Direction Of Headquarters Air Education And Training Command (aetc), The 502 Tds Responds To Internal And External Department Of Defense (dod) Customers To Meet Their Requirements In Support Of Technical/operational Qualification And Continuation Training. this Requirement, Trainer Developer Iii (tdiii) Is A Single Award Idiq Contract, Which Will Include Labor Rates For Use In Firm-fixed-price (ffp) And Time And Material (t&m) Orders. Orders Will Be Issued By Gsa Apex 2 Contracting Officers (co) On A Ffp Or T&m Or Hybrid Basis As Applicable And May Be For Commercial And/or Non-commercial Services. Projects Issued Under This Contract On Individual Orders May Be Severable Or Non-severable Depending On The Specific Order Scope Of Work/requirement. Additionally, Orders May Include Option Periods That May Extend Beyond The Period Of Performance Of The Base Contract For A Maximum Period Of Five (5) Years. The Proposed Naics To Be Used Is 333310 - Commercial Andserviceindustry Machinery Manufacturing Which Has A Small Business Size Standard Of 1000 Employees. contractor Performance Includes But Is Not Limited To The Following Tasks: the Contractor Shall Research, Analyze, Design, Develop, Fabricate, Integrate, Test, Deliver, And Install Simulators, Simulator Systems And Associated Components. The Contractor Shall Complete All Necessary Non-recurring Engineering (nre) And Logistics Data Development Activities To Make The Developed Material Compatible With The Government’s Requirements As Outlined In The Contract. The Contractor Shall First Determine The Availability Of Commercial Off The Shelf (cots) Solutions Prior To Proposing Any New Developmental Effort. the Contractor Shall Conduct Movement And Modification Of Aircraft In Order To Design, Develop And Fabricate Mock-up Simulators. While Most Orders Are Anticipated To Have It-based Efforts Within, Including Aircraft Moves, Some Orders May Only Involve Only Aircraft Moves. Aircraft Moved In The Past Include A H60, Kc135, C-17 And C-130 Amongst Others. The Contractor Shall Provide The Necessary Plant Administrative, Financial, Quality Assurance, Analyst, Specialist, Technical, And Managerial Personnel, As Well As The Resources Necessary For Support Of This Requirement. the Contractor Shall Be Responsible For Managing Projects In Coordination With The 502 Tds. The Contractor Shall Provide Program Office Personnel Which Includes, But Is Not Limited To, Logisticians, Analysts, Specialists, And Subject Matter Experts (smes) As Needed For Support Of Task Orders. the Contractor Will Be Required To Provide Materials/hardware For This Effort To Complete The Systems Integration Projects That Will Be Outlined On Subsequent Task Orders. instruction: the Offeror’s Proposal Shall Consist Of Five (5) Volumes. Each Volume Shall Be A Separate Electronic File. The Volumes Are Identified As: volume I – Technical Approach volume Ii – Previous Experience volume Iii – Past Performance volume Iv – Price volume V – General Administrative Requirements / Representations & Certifications note: Page Limitations Are Outlined In Section L.3.0 Submission Instructions Of The Pws. any Questions Regarding This Procurement Shall Be Sent Via E-mail To Richard.hill@gsa.gov And Frank.puente@gsa.gov With The Subject Line “rfp Questions On Solicitation # 47qfwa24r0017” No Later Than December 30th 2025 By 10:00am (cst). proposals Are Due By: January 17th 2025 By 5:00pm (cst) the Contractor Must Submit Its Proposal By The Date And Time Established In The Rfp To Gsa's Electronic Ordering System (gsa Assist). If You Are Unable To Attach Your Proposal In Gsa Assist Due To A Technical Difficulty, You Must Report The Problem To The It Help Desk, The Pm, Frank Puente Via Email At Frank.puente@gsa.gov And The Co, Richard Hill, Via Email At Richard.hill@gsa.gov In Sufficient Time Prior To Closing To Allow For The Submission Of The Proposal Via An Alternative Method Determined By The Co. Any Proposal Received By Gsa After The Closing Date/time Is Late And Will Not Be Considered For Award. note: Failure To Register Properly In, Gsa Assist, Is Not An Acceptable Reason For The Inability To Submit A Proposal Or For Failing To Receive Communications Regarding This Solicitation. the Only Method By Which Any Term Of The Solicitation May Be Modified Is By A Formal Amendment To The Solicitation Generated By The Issuing Office. No Other Communication Made Whether Oral Or In Writing (e.g., Q&a Prior To Response Closing Date And Time, Clarifications, Etc.) Will Modify Or Supersede The Solicitation. if The Offeror Identifies A Mistake Or Ambiguity, They Should Immediately Bring This To The Attention Of The Contracting Officer To Be Corrected Or Clarified.
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 3.9 Million (USD 67 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. San Roque, Maslog, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Nine Hundred Thirty Thousand Pesos Only (php3,930,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-034 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. San Roque, Maslog, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1) - Occupational Safety And Health Program (3.40 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)a – Structural Steel Roof Truss (9,418.95 Kg), Item No. 1047(2)b – Structural Purlins (3,906.47 Kg), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (288.00 Each), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Each), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Each), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Each), Item No. 1014(1)(b1) – Prepainted Metal Sheets, Long Span (551.44 Sq.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (32.00 L.m.), Item No. 1013 (2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (98.47 L.m.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (64.00 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (98.47 M), Item No. 1032(1)c – Painting Works (metal Painting) (737.53 Sq.m.), Item No. 1001(1)a – 50mm ₡ - 10mm ₡ Pvc Pipe, Series 6001 Series 1000 (48.00 M.), Item No. Spl-1 – Backboard Support (1.00 Lot), Item No. Spl-2 – Scaffolding (1.00 L.s.), Completion Of The Works Is Required Within 102 Calendar Days. Bidders Should Have Completed 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 16, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 3.5 Million (USD 61.3 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Seguinon, Salcedo, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Five Hundred Eighty Five Thousand Pesos Only (php3,585,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-054 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Seguinon, Salcedo, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)a – Structural Steel Roof Truss (9,308.95 Kg), Item No. 1047(2)b – Structural Purlins (3,769.88 Kg), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (288.00 Each), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Each), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Each), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Each), Item No. 1014(1)b1 – Prepainted Metal Sheets, Long Span (534.21 Sq.m,), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (31.00 L.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (96.47 L.m.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (62.00 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (96.47 M), Item No. 1032(1)c – Painting Works (metal Painting) 844.48 Sq.m.), Item No. 1001(1)a – 50mm ₡-100mm ₡ Pvc Pipe, Series 6001 Series 1000 (48.00 M), Item No. Spl-1 – Backboard Support (1.00 Lot), Item No. Spl-2 – Scaffolding (1.00 L.s.), Completion Of The Works Is Required Within 100 Calendar Days. Bidders Should Have Completed 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
3561-3570 of 3888 archived Tenders