Fencing Tenders

Fencing Tenders

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought For Design-bid-build, p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time. the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Construction Services For P-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk Virginia. all Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), And Small Businesses Are Encouraged To Respond. Upon Review Of Industry Responses To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. general Work Requirements: the Project Will Be Prepared In One Package, Under One Contract. p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia construct A Handicap Accessible Child Development Center (cdc) Facility, With Outdoor Playground Areas, To Support 300 Children. The Entire Facility Will Be On Ground Level. The Primary Structural System Is A Concrete Slab On Grade With Structural Piles, Using Cross-laminated Timber (clt) Roofing Members, And Interior Steel Supports. The Exterior Walls Shall Be Using Two Different Fiber Cement Siding Systems To Include Lap Siding And Panel Board And A Perforated Metal Panel Rain Screen For The Exterior Cladding Of The Building. the Roof Shall Be Standing Seam Metal Roof System With Factory-finished Steel Gutters And Downspouts. The Building Will Have A Central Heating, Ventilation, And Air Conditioning System And Mechanical And Electrical Utilities. The Interior Shall Be Isolated From Equipment Noise And Be Provided With Sound Attenuating Wall And Ceiling Finishes. functional Space Includes Activity Rooms Divided By Age Group For Infants, Pre-toddlers, Toddlers, And Preschool Aged Children. Administration Areas Shall Include Offices, Storage, A Staff Lounge, A Teacher Preparation Room, And A Reception Area. Support Spaces Shall Include A Kitchen With Dedicated Food Storage, A Commercial Laundry Room, Toilets, Mechanical Rooms, And Additional Spaces As Needed. The Outdoor Playground Areas Include Play Equipment, Shade Structures, And Enclosure Fences With Gates And Emergency Push-bar Latches. in Accordance With Dfars 236.204(ii), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists. the Anticipated Award Of This Contract Is September 2025. the North American Industry Classification System (naics) Code For This Project Is 236220. Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45,000,000. if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration. if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status. the Following Information Shall Be Provided: 1. Contractor Information: Provide Your Firm’s Contact Information Including Unique Entity Identifier (uei) And Cage Code. 2. Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Economically Disadvantaged Women-owned Small Business, Or Women-owned Small Business Concern. 3. Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project And Your Aggregate Maximum Bonding Capacity. 4. Construction Experience: Submit A Minimum Of Three (3) Up To A Maximum Of Five (5) Relevant Construction Projects Your Firm Has Performed To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope, And Complexity. With The Exception Of 13 Cfr 125.2(g) Below, Experience Of Proposed Subcontractors Will Not Be Considered. Furthermore, The Offeror’s Experience As A Subcontractor Will Not Be Considered. for Each Of The Submitted Relevant Projects (a Maximum Of Five (5) Project, Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies Whether The Project Is New Construction Or Renovation, The Square Footage And Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements. a Relevant Project Is Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project And Will Not Be Considered; Rather, Offerors Shall Submit The Work Performed Under A Task Order As A Project. Recent Is Defined As Having Been 100% Completed Within The Last Ten (10) Years Prior To The Sources Sought Submission Due Date. A Relevant Project Is Further Defined As: size: A Final Construction Cost Of $25,000,000 Or Greater And A Total Square Footage Of 40,000 Or Greater. scope: New Construction Of A One Story Commercial, Industrial, Or Institutional Building. complexity: Relevant Projects Shall Cumulatively Demonstrate Experience With Five Of The Seven Requirements As Shown Below: fire Protection Systems hvac Systems cross-laminated Timber (clt) Construction civil Work telecommunications structural Support Slabs, And Design Of Structures With Excessive Soil Settlement (weak And Compressible Soils) hazardous Material Abatement And Disposal note: Each Project Does Not Have To Demonstrate Experience With Each Element Of Complexity, But Instead Projects Submitted As A Whole Shall Collectively Demonstrate Experience With Five Of The Seven Requirements. note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period. for Purposes Of Evaluating Capability, The “offeror” Is Defined As The Prime Contractor That Demonstrates Experience On Relevant Projects That Meet Size, Scope And Complexity. in Accordance With 13 Cfr 125.2(g), Small Business Offerors May Utilize The Experience Of A Small Business First-tier Subcontractor(s) To Demonstrate Experience Under This Capability Evaluation If The Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. In Order To Utilize The Experience Of A Small Business First-tier Subcontractor(s), The Offeror Must Specifically Identify The Proposed Small Business First-tier Contractor(s) In Its Capability Package In Accordance With This Notice. The Offeror Or, If A Small Business Offeror, Its Small Business First-tier Subcontractor, Shall Have Been The Prime Contractor On All Submitted Projects. The Government Notes That 13 Cfr 125.2(g) Is Specific To Only Small Business Offerors And Named Small Business First-tier Subcontractors. As Such, The Small Business Offeror Is Not Permitted To Use The Experience Of A Large Business Subcontractor Or Large Business Corporate Affiliate In Place Of Its Own If The Small Business Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. responses Are Due On 30 January 2025 By 2:00 P.m. Local Time. The Submission Package Shall Only Be Submitted Electronically To Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil And Must Be Limited To A 4mb Attachment. You Are Encouraged To Request A “read Receipt.” Responses Received After The Deadline Or Without The Required Information Will Not Be Considered. questions Or Comments Regarding This Notice May Be Addressed By Email To Ashlee.r.beggs.civ@us.navy.mil ­­­­­­­­­­­­­­­­­­­­­____________________________________________________________________ notice Of Intent (see Pdf Attachment 1 For Manufacturer Brand Names) notification Of Brand Name Or Equal Items. In Accordance With Section 888(a) Of The National Defense Authorization Act (ndaa) For Fiscal Year 2017 (fy17) (public Law 114-328) As Implemented By Defense Acquisition Regulation Supplement (dfars) 206.302-1(c)(2), The Justification And Approval (j&a) Addressed In Federal Acquisition Regulation (far) 6.303 Is Required In Order To Use Brand Name Or Equal Descriptions In The Solicitation For P-1069, Maritime Surveillance System Facility. The Justification And Approval Are Being Prepared For The Use Of A Brand Name Or Equal Descriptions On Items In The Firm Fixed Price (ffp) Construction Contract For P-1334, Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia the Plans And Specifications Indicate The Standard Of Quality, Characteristics, And Performance Requirements And A Manufacture And Model, As Appropriate And In Accordance With The Far, To Establish The Basis Of Design For Approximately 56 Items Across All Design Disciplines. For These Brand Name Or Equal Described Items, Other Manufacturers May Be Utilized During Construction So Long As The Standard Of Quality, Characteristics, And Performance Requirements Meet Or Exceed The Standard Of Quality, Characteristics, And Performance Requirements Identified In The Plans And Specifications As The Basis Of Design. See Attachment For A Complete List Of Items And Manufacturers For All Items Which Have A Brand Name Or Equal Description. please Direct All Questions, Comments, Or Additional Information To The Contract Specialist, Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil By 2:00 Pm Eastern Time On 30 January 2025. this Is Not A Request For Proposal
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Monastery Nad Ohri Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Details: The subject of the contract is the construction of a multi-purpose playground in the Petlérská Primary School complex in Klášterec Nad Ohří. The construction is located on plot no. 1704/169 in the area of the original playground, which will be demolished, and in its place a new multi-purpose sports field measuring 38 x 21 meters will be created, designed for sports such as volleyball, football, streetball, five-a-side football and tennis, according to the planning application prepared by Linhart, Ltd. The playground will be fenced with a fence with a total height of 4 m. Up to a height of 1 m, the fencing will be made partly of wooden planks. Welded 2D fence panels with a wire diameter of 6.8 mm and 5.6 mm will be placed above them. The fencing will be anchored to concrete footings and a concrete belt made of cast formwork. The posts are square in cross-section, measuring 80x80 mm. The playground is bordered on two sides by an access path made of interlocking paving stones. The terrain will be leveled using a 1:2 slope. The slope will be formed mainly from the existing base, which will be created during the preparatory work, and approximately 16 m3 of soil will be brought in for grassing. The existing basketball hoops will be carefully dismantled and handed over to the investor for further use. The construction is designed so as not to negatively affect the surrounding buildings and land. The drainage system ensures the drainage of rainwater in the form of a seepage, which ensures the protection of the surroundings from excessive moisture. The new fencing is complemented by two gates with a width of 2,530 mm. One entrance is connected to the existing interlocking paving area, while the other is connected to a new paved interlocking paving area. The solution also includes a paved area for the installation of four benches and one waste bin with a protective canopy, all at the investor's choice. The pitch has a new permeable polyurethane surface with a thickness of 11 mm, which is laid on a two-layer asphalt base Ako 8 and Ako 16, both layers 40 mm thick. Concrete foundations measuring 700 x 700 x 800 mm are designed for the installation of volleyball and tennis posts with a diameter of 89 mm. These foundations will ensure sufficient stability and strength of the posts during their use. A steel casing with a diameter of 102 mm and a wall thickness of 4 mm will be concreted into the concrete foundations, into which the columns will be inserted. This construction allows for easy assembly and disassembly of the columns, which contributes to the flexibility of using the multi-purpose sports center for various types of sports. Access and arrival to the construction site is via the existing road. For details, see the Pd and the Bill of Quantities. The Contractor's delivery includes, in addition to the work specified in the Bill of Quantities, the provision of the following activities: * Execution of the work according to the Bill of Quantities, in accordance with valid permits, according to valid standards and regulations, including the expected work related to the subject of the work (e.g. washing and cleaning of roads, transportation of materials and mechanization, etc.). * Engineering Activities of the Contractor for the Entire Duration of the Contract Until the Time of Handing Over the Communication to Its User Back into Use, I.e. Including Cooperation in the Acceptance Procedure and the Handover of All Necessary Documents of the Completed Construction. * Appointment of the Authorized Person Responsible for the Implementation of the Construction - Civil Engineering Department. * Provision of the Necessary Technical and Documentary Documentation of the Construction, Waste Disposal in Accordance with Applicable Legal Regulations. All Documents Will Be Marked with the Name of the Construction and Will Be Handed Over After the Completion of the Construction. * Treatment of the Areas of All Construction Sites Affected by the Contractor's Activities, Unless Their Treatment is the Subject of the Contract, Including the Removal of Damage Caused by the Construction. * Before Commencing Construction Work, the Contractor Will Ensure the Marking and Protection of Engineering Networks and Underground Facilities on the Construction Site. * Before the start of the work, a photo documentation of the current state of adjacent buildings (e.g. buildings, fences and fence foundations), as well as land, will be taken. * Ensuring compliance with safety regulations. * Energy consumption and costs for the equipment of the construction site throughout the entire construction period, including the provision of secondary energy measurement. * Demarcation of the construction by a responsible surveyor, including a demarcation protocol, documentation of the actual implementation, geodetic survey of the completed construction. We require the processing of geodetic documentation also in the Jvf Dtm. "the preparation of the geodetic part of the documentation of the actual implementation of the construction or the geodetic basis for maintaining a digital technical map of the Ústí nad Labem region, containing the geometric, positional and height determination of the completed construction or technological equipment, will be prepared in accordance with § 5 A in the structure according to Annexes No. 3 and 4 of Decree No. 393/2020 Coll. On the Digital Technical Map (DTM Decree), as amended, in the currently valid version of the exchange format according to § 6 of the DTM Decree. The geodetic basis is prepared using the existing data of the digital technical map. The geodetic basis includes an assessment of the continuity of the result of the survey of the new state with the existing state.” * The completed construction will be handed over to the use of the city of Klášterec nad Ohří. For some of these activities, separate items are not listed in the Vv. The costs of ensuring the above will be included and allocated to individual items of construction work and thus to the total costs of the construction.
Closing Date20 Jan 2025
Tender AmountCZK 4.1 Million (USD 169.9 K)

City Of Valencia Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 48-2024 12/14/2024 Invitation To Bid For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Seven Hundred Seventy-three Thousand Two Hundred Four Pesos And 84/100 (php 4,773,204.84) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Canopy And Other Structures, City Health Office Php4,773,204.84 ● Construction Of Walkway Canopy ● Renovation Of Porte Cochery Roof ● Construction Of Waiting Area With Drinking Fountain And Handwashing Area ● Fabrication And Installation Of Mrf ● Construction Of Perimeter Fence ● Removal And Replacement Of Tb Dots Polycarbonate Roof Sheets ● Removal And Replacement Of Concrete Pavement Leading To Tb Dots ● Construction Of Parking Area And Outdoor Kitchen Scope Of Works: A.) Application Of Permits And Clearances, B.) Fabrication And Installation Of Project Billboard And Signboard, C.) Occupational Safety And Health Program, D.) Project Mobilization And Demobilization, G.) Demolition Of Kitchen, Pavement To Tb Dots And Porte Cochery Roof; Structure Excavation For Concrete Structures Such As Footings And Wall Footingh.) Gravel Fill For Footings, Wall Footing And Floors, I.) Construction Of Reinforced Concrete Structures Such As Footing, Pedestals, Wall Footing, Lavatory, Canal And Floors, J.) Fabrication And Installation Of Formworks And Falseworks, K.) Embankment From Structure Excavation, L.) Fabrication And Installation Of Steel Structures Roof Framings Such As Rafter, Girt, Anchor Bolt, Baseplate, Fascia Frame, Purlins, M.) Installation Of Pre-painted Metal Sheets And Fabricated Metal Accessories Such As Flashings And Gutter, Polycarbonate Roof, Acp, Pvc Ceiling, O.) Installation Of Metal Frames And Fiber Board On Fascia Board (fiber Cement Board), P.) Painting Works On All Steel And Concrete Structures, Q.)installation Of Plumbing Fixtures, Gratings, Barb Wire, Plumbing Works (including Handwashing Sink And Drinking Fountain), Storm Drainage And Downspout, R.) Installation Of Electrical Works, S.) Purchase & Installation Of Industrial Fan, Complete As Per Approved Pow, Plans, And Specifications. Part I General Requirements B.3 (1) 1.00 L.s. Permits And Clearances B.5 (1) 1.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works See Attached Plan And Specifications Part A Earthwork 801 (1) 1.00 L.s. Removal Of Structures And Obstruction 803 (1) A 168.74 Cu.m. Structure Excavation (common Soil) 804 (1) A 53.44 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 31.66 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 49.17 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 3,212.35 Kg. Reinforcing Steel (deformed, Grade 40) 903 (2) 101.12 Sq.m. Formworks And Falseworks Part C Finishings And Other Civil Works C.2 Masonry Works 1046 (2) A1 209.24 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.3 Fabricated Materials 1007 (1) B 5.25 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) A 44.52 Sq.m. Aluminum Glass Windows (sliding Type) 1008 (1) C 10.40 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 5.19 Sq.m. Aluminum Glass Windows (fixed Type) C.4 Finishing Works 1003(1)a1 147.40 Sq.m. Ceiling (6mm Marine Plywood On Metal Frame) 1003(1)a2 17.98 Sq.m. Ceiling (pvc Panel Board On Metal Frame) 1003(2)1 1.00 L.s. Parapet Wall (aluminum Composite Panel On Aluminum Frame) 1003 (11) A1 39.90 M. Fascia Board (fiber Cement Board) 1018 (1) 172.91 Sq.m. Glazed Tiles And Trims 1027 (1) 316.44 Sq.m. Cement Plaster Finish C.5 Painting Works 1032 (1) A 525.04 Sq.m. Painting Works (masonry) 1032 (1) C 572.85 Sq.m. Painting Works (steel) C.6 Roof Framing And Roofing Works 1013 (2) A2 50.10 L.m. Fabricated Metal Roofing Accessory (gauge 26) - Flashings 1013 (2) B1 25.00 L.m. Fabricated Metal Roofing Accessory (gauge 24) - Gutters 1014 (1) B2 548.64 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) See Attached Plan And Specifications 1036(1) A 70.56 Sq.m. Polycarbonate (sheets) 1047 (1) 6,302.64 Kgs Structural Steel 1047 (2) B 2,348.63 Kg. Structural Steel (purlins) 1047 (3) C 28.00 Ea. Metal Structure Accessories (turnbuckle) - 12mm Ø 1047 (4) 157.35 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 356.77 Kg. Metal Structure Accessories (steel Plates) 1047 (7) A 96.36 Kg. Metal Structure Accessories (bolts) 1047 (7) B 16.19 Kg. Metal Structure Accessories (sagrods) - 10mmø 503(1) 17.00 Sets Metal Frames And Grating C.7 Plumbing Works 1001 (5) B 4.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1002 (4) 1.00 L.s. Plumbing Fixtures (including Drinking Fountain And Handwashing Area) 1002 (24) 1.00 L.s. Cold Water Lines Part D Electrical Works 1100 1.00 L.s Conduits, Boxes And Fittings (conduit Works/conduit Rough-in) 1200 (3) 1.00 L.s Stand Fan, Industrial Type 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (1) 1.00 L.s. Panelboard With Main & Branch Breakers 1103 (1) 1.00 L.s. Lighting Fixture And Lamps Php4,773,204.84 Required Number Of Days For Completion Is 195 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. 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 Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On December 15, 2024 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On December 20, 2024 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On December 23, 2024 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 4.7 Million (USD 82.2 K)

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee Bid No.: Itb-25-028 Date.: 23.jan.2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Recieved For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Qty Unit Articles Brand "unit Price" Total Lot No. I Aggregates 1 30 Cu.m. Sand, Washed Mixing/screened 2 30 Cu.m. Gravel, Mixing Crushed Screened & Washed Max. Size: 25mm Dia 3 20 Cu.m. Boulders, (150mm Dia - 200mm Dia) Lot No. Ii Commercial Lumber 4 30 Piece Lumber, 50mm X 100mm X 4.2m 5 40 Piece Commercial Lumber, 50mm X 150mm X 4.2m 6 50 Piece Commercial Lumber, G-melina, Mahogany And Equivalent, 50mm X 50mm X 3.0m Lot No. Iii Carpentry Tools And Supplies 7 2 Box Blind Rivets, 4.5mm Dia X 19mm (1000pcs/bx) 8 13 Pack Tex Screw, # 12 X 50mm (100pcs/pk) 9 750 Kilo Tie Wire, # 16 10 90 Kilo Tie Wire, #18 11 5 Sheet Plywood, Marine, 18mm X 1.2m X 2.4m, Type I, Grade A/a 12 10 Sheet Plywood, Marine 12mm X 1.2m X 2.4m 13 20 Piece Plywood , Marine ,1/4 " 14 5 Box "nails, Common Wire, 100mm (4"") (25kgs/box)" 15 5 Box Nails, Common Wire 75mm (25kgs/bx) 16 50 Piece Nails, Umbrella/roofing 62mm(2-1/2") 17 15 Can Sealant, Elastomeric/roof (1 Liter/can) 18 10 Set Door Knob, Chrome Polished 19 50 Piece Sand Paper, #120, 225mm X 275mm 20 50 Piece Sand Paper, #1000, 225mm X 275mm 21 20 Piece Sand Paper, #180, 225mm X 275mm Lot No. Iv Cement And Additives 22 260 Bag Cement, Portland (40kgs/bag), Type 1 Lot No. V Electrical Supplies And Materials 23 10 Roll Electrical Tape, 3/4" X 18m 24 20 Piece Ceiling Receptacle, No. 4"; With Screw 25 1 Roll Flexible Hose/pipe, Pvc Electrical 1/2" Dia(150m/roll) 26 1 Roll Flexible Hose/pipe, Pvc Electrical 3/4" Dia (150m/roll) 27 20 Piece Led Bulb, 25w 28 10 Piece Switch, Surface Type, Light, One Gang 29 5 Piece Utility Box, 50mm X 100mm (2" X 4") Pvc Poly Surface Type 30 5 Set Junction Box, 100mm X 100mm W/ Cover & Screw Octagonal Lot No. Vi Fence And Restraints 31 2 Roll Sack Cloth, 3.0m Width (100m/roll) 32 8 Roll Cyclone Wire, 1.2mm X 10m (roll) 50mm X 50mm Eye 3.10mm 33 20 Kilo Gabion Wire, 2.2mm Dia Zinc Coated 34 10 Set Gabion Box, Heavy Galvanized, Cage Size: 2m X 1m X 1m, Gabion Wire: 2.2mm Ø, Body Wire: 2.7mm, Selvedge Wire: 3.4mm Wire 35 10 Roll Barbed Wire, 150m/roll (30kgs/roll) 36 20 Kilo Nylon, # 100 Lot No. Vii Paints, Tools And Supplies 37 15 Gallon Concrete Neutralizer (gal), 38 45 Gallon Latex Paint, Gloss White (gal)) 39 50 Gallon Latex Paint, Flat White 40 18 Gallon Latex Paint (gal), Flat Brown 41 5 Gallon Latex Paint (gal), Sunshine Yellow 42 50 Gallon Paint Primer, Metal Red Oxide (gal) 43 20 Can Paint Thinner, 3.75 Liter/can 44 2 Gallon Enamel Paint, Flatwall, Black (gal) 45 25 Gallon Enamel Paint, Flatwall, White 46 30 Gallon Enamel Paint, Quick Dry White (gal) 47 25 Gallon Enamel Paint, Quick Dry (gal) Brown 48 45 Gallon Reducer/thinner, Epoxy Paint (gal) 49 30 Piece Paint Roller W/ Handle, 175mm 50 30 Piece Paint Roller With Handle, 100mm 51 20 Piece Paint Tray, Plastic 52 3 Gallon Adcoat Rust Converter And Primer, Adcoat Rust Converter And Primer 53 20 Piece Paint Brush, 100mm (4"), Hair Type 54 20 Piece Paint Brush, 50mm (2") Hair Type 55 20 Piece Paint Brush, 3", Pure White Bristle 56 8 Gallon Spot Putty (gal), 57 8 Gallon Body Filler W/ Hardener (gal), 58 5 Liter Enamel Paint (lit), Black 59 5 Liter Enamel Paint (lit), Red 60 5 Liter Enamel Paint (lit), Blue 61 5 Liter Enamel Paint (lit), Yellow 62 5 Liter Enamel Paint (lit), Green Lot No. Viii Plumbing Supplies 63 1 Roll Hdpe Pipe, Outside Dia: 32mm Ø,sdr 11, Iso (100m/roll) 64 1 Roll Hdpe Hose Pipe, 50mm (60m/roll)) 65 1 Roll Hdpe Hose Pipe, 40mm Outside Dia (60m/roll) 66 5 Length Gi Pipe, (1/2") 13mm Dia X 6mm T-2.8mm Heavy Gauge 67 5 Length Gi Pipe, 32mm Dia X 6m Sched 40 Wt=3.60mm Outside Dia= 42.20 3.427kg/m Heavy Gauge) 68 5 Length Gi Pipe, 25 Mm Dia X 6m, Sched 40 69 3 Length Gi Pipe, 50mm Dia X 6m (t=2.6mm) Sched. 40 Ls2 Lite Gauge 70 3 Length Gi Pipe, 63mm Dia X 6m Sched. 40 T=3.2mm Light Gauge 71 5 Piece G.i. Tee, 50mm Dia, Sched. 40, Good Quality 72 5 Length Gi Pipe, 100mm Dia X 6m Sched 40 Wt=4.0mm Outside Dia= 114.3 10.880kg/m Light Gauge 73 5 Piece Gi Union, 50mm Dia Sched. 40 74 10 Piece Elbow, G.i., 50mm Dia X 90 Deg. Bend, Sched. 40, Good Quality 75 5 Piece End Cap, G.i., Threaded, Female, 50mm Dia Nom. Size, Sched. 40 76 5 Piece Pvc Elbow, 82.55mm Inside Dia X 90 Deg Bend Orange Lot No. Ix Steelwork Supplies And Devices 77 20 Length Deformed Steel Bar, 16mm Ø X 6m, Grade 40 78 20 Length Deformed Steel Bar, 12mm X 6m, Grade 275 79 50 Length Deformed Steel Bar, 10mm Dia X 6m, Grade 275 80 50 Length Deformed Steel Bar, 8mm Dia X 6m 2.2kgs. 81 50 Length Square Bar, 12mm X 6m 82 50 Length Square Bar, 10mm X 6m 83 20 Box Welding Rod/electrode, 3mm(1/8") Dia E6013 (2kg/bx) 84 5 Length Round Bar, Plain 12mm X 6.0m 85 5 Length Round Bar, Plain 10mm X 6.0m 86 60 Piece Blade, Hacksaw, 12mm X 300mm, 18tpi, (excellent Quality) 87 40 Piece Blade, Hacksaw, 21 Tpi 88 30 Length Gi Rectangular Tube, Thk=1.5mm 25mm X 50mm X 6m 89 18 Length Gi Rectangular Tube, Thk=2.5mm X 50mm X 50mm X 6m 90 2 Sheet Steel Plate, 4.5mm X 1.2mx 2.4m 91 2 Box Welding Rod/electrode, 3.2mm E7018(20kgs/bx) 92 1 Piece Welding Rod/electrode, Ferro-nickel Cast Iron, 3.2 Mm (1 Kg) 93 70 Length Gi Square Tube, Thk=2.0mm X 25mm X 25mm X 6m 94 26 Sheet Corrugated Sheet, G.i. 0.27mm X 3.60m 95 22 Piece Gutter, Spanish 0.40mm X 0.305mm X 2.44m Pre-painted Color: Beige 96 30 Length C-purlins, 2mm X 10mm X 100mm X 6.0m 97 10 Sheet Gi Plain Sheet, 0.40mm X 0.9m X 2.4m 98 26 Sheet Corrugated Sheet, G.i. 0.27mm X 3.0m) 99 100 Piece Cutting Disc, 100mm Dia, For Metal *** Nothing Follows *** Grand Total: Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Sstated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. Name Of Business/company Address/contact Number Signature Over Printed Name Evaluation: Bids And Awards Committee Virginia D. Sadiasa, Chairman Corazon P. Lirazan, Member Saturnino T. Dayanan, Vice Chairman Nefredo Camilo A. Villarubia, Member Wilfredo C. Tuale, Member Ernest N. Dinoipol, Member
Closing Date13 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.6 K)

Municipality of Trebichovice Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Details: So 100 Roads and Paved Areas The Construction of the New Sidewalk Will Follow the Route of the Existing Road Ditches and Respect the Direction of the Existing Road Ii/118. At the Beginning of the Sidewalk, a Staircase Made of Concrete Edgings Is Designed to Equalize the Height Difference and Connect to the Existing Pedestrian Routes in Front of Building No. 153. The Total Length of the Sidewalk Route Is 157.75 M. The Sidewalk Is Designed with a Minimum Width of 1.5 MV Along the Entire Length of the Route. The Basic Transverse Slope Is Designed with a Value of 2%. At the Interface of the Existing Road and the Newly Proposed Sidewalk, a Edging of Dimensions 150/250 Mm Will Be Installed into a Concrete Bed with a Support. To separate the sidewalk from the green areas, a curb measuring 80/250 mm with a 6 cm step from the sidewalk level will be used. To separate the roadway and the paved entrance area, a concrete curb measuring 150/150 mm with a 2–5 cm step is proposed. The existing ditch along the sidewalk route will be filled in. The ditch will end with a mountain drain, which will be connected to the slope by a connection under the road. At approximately the 0.082 km mark of the sidewalk, a street drain is proposed, which will similarly be connected to the slope on the opposite side of the road by a connection under the road. The outlet of the connections will be concreted. So 400 Public Lighting A total of 3 poles are designed with a spacing of 32.6 - 72.6 m. The connection of the new system will be solved by a new fuse box located on the pole at the object No. 153. The new cable line Vo in a length of approximately 100 m will be laid in an excavation trench, which will be led along the proposed border at the interface of the sidewalk and the green. Terrain Adjustments After the implementation of the sidewalk and Vo, the surrounding terrain will be leveled to the existing fencing of private land. After the terrain is leveled, a humus layer will be added and the areas will be sown with grass seed. The subject of the work is also to ensure Dio. The Subject of the Work Does Not Include Moving the Entrance Gate to a New Position and Moving the Fence to the Cadastral Border (to be Provided by the Owner of the Fence Before Commencement of the Work).
Closing Date17 Feb 2025
Tender AmountCZK 1.6 Million (USD 66.8 K)

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender

Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 75,464.18 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 8- Support Service Area: Daily Living Skills) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, 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. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Storage Organizer, Megabox Plastic Drawer 5 Layers Dimensions: L=34.3c, W=41.5cm, H=104cm Wt. 5.5kg Item Code: Mg164-5 1 Unit Wooden Bookshelf, Fineline Bamboo Storage Shelf 100*50*25cm 1 Piece Dressing Mirror, Full-length Mirror 121x31cm Floor Standing Or Wall Type 1 Piece Dish Towels, Made Of Premium Cotton Material For Durable And Long-lasting Use. Durable With Excellent Cleaning Performance. 35x35x0.2cm/13.8x13.8x0.1inch, 6 Pcs/set 1 Pcs./set Cabinets, 22cm Gap Cabinet Drawer-type Storage Cabinets, Plastic 3 Pieces Sink, 3mm Thickness, 40x40cm, Stainless Steel 1 Piece Soap Dish, Soap Dish Case Plastic Holder Box, Acrylic 2 Pieces Detergent, Laundry Powder Detergent 630g 1 Set Hand Soap, Anti-bacterial With Skin Protection Liquid Hand Soap (250 Ml) Dermatologically Tested, Helps Reduce Bacteria Accumulation By 99.9% 1 Piece Pots, European High Scoup Pot High Quality, Stainless Steel, 24c/26cm, Height 17.5cm, Thick And Durable 3 Pieces Pans, Glory Shop Korean Non-stick Frying Pan, Diameter:26cm, Depth: 5cm, Non-stick, Dishwasher Safe, 2.0mm Frying Pan Thickness 3 Pieces Toilet Paper Holder, Pozzi Nami Toilet Paper Holder, Finish: Glossy, Material: Zinc 1 Piece Dipper, Material:plastic, Handle Length: 12cm, Diameter: 14.5cm, Depth:11 Cm 1 Piece Pail, Supported Weight: 0.2kg, Materials: Polypropylene 1 Piece Toilet Bowl, Application: Floor Mount, Finish:glossy, Material: Vitreous China; Size: 725x370x775mm, Tank Fittings:standard, Seat Cover: Regular Seat & Cover, Liters Per Flush: 3&6 Liters, Flushing Sysem: Wash Down, Shape:round 1 Piece Trash Can, Height: 42cm, Length:22cm, Width: 22 Cm, Capacity:11 Liters 2 Piece Toothbrush, Colgate 360 Advanced Toothbrush Twin Pack, Innovative Cheek And Tongue Cleaner Design, 4-zone Bacteria Removing Action, Advanced Multi-action Bristle Design 2 Packs Hairbrush, Fashion Detangling Hair Brush, Suitable For All Types Of Hair 2 Piece Comb, Joy Fashion Anti-static Handy Hair Comb, Size: 14.5cmx3.5cm 2 Piece Toothpaste, Unique Toothpaste Doublemint Advanced Oral Care 150 Ml 2 Piece Plastic Tumbler, 12 Oz Clear Jollibee Style Drinking Tumbler Plastic Drinking Cup, Size 7*14cm 12 Pieces Razor, Gillette Daisy Plus 2 Bladed Women's Disposable Razor 6 Piece Nail Clipper, Groovy Extra-large Chrome Nail Clipper With Inner File/nail Cutter, Material: Chrome, Length:9.5cm, Weight:51 Grams 2 Pieces Nail File, Omg Zebra Nail Care File, For Smoothing And Shaping The Edges Of Nails, Lightweight And Made With Quality Materials 3 Pieces Deodorant, Nivea Extra Whitening Deo Roll, 25ml, 48-hour Anti-perspirant Protection 1 Piece Face Towel, Linen N' Things Face Towel, 30x30cm 3 Pieces Feminine Napkin, Charmee Sanitary Napkin All-flow With Wings Sulit Pack 20's, With Micro Dimple Cover And Quick Absorbing Plus Leak Control Channels 2 Packs Dust Catcher With Broom, 1 Set Of Plastic Broom With Dust Pan 1 Piece Feather Duster, Washable Anti-static Duster With Soft Microfiber For Cleaning, Flexible Head, Material: Pp+microfiber, Length:56cm/22.05inch, Weight:180 Grams 1 Piece Wash Rags, Ogmy Kitchen Dish Wash Towel,16x27cm, Material;microfiber 5 Pieces Floor Mop, 3m Scotch Brite Wide Cotton Mop, Material Cotton And Polyester With Coated Steel Handle 1 Piece Garbage Can, Square Trash Bin 15 Liters, Swing Type Cover, Dimension: 24x25x41cm 1 Piece Sponge, 3m Scotch Brite Wide Heavy Duty Scrub Sponge, Material: High-quality Nylon Polyester Web 2 Pieces Spray Bottle, Plastic Pet 500 Ml Trigger Sprayer Bottle, Round Nozzle 2 Pieces Table Napkins, White Table Napkins, 6x6/7x7,or 8x8 5 Pieces Placemat, Anti-slip, Woven, Rectangular Design Placmat, Material: Pvc 6 Pieces Plates, Happy Go Round Porcelain Dinner Plate (set Of 6), Dish Washer Safe, Size: 6-10 Inches, Material:high Grade Porcelain, Microwave, Diswahser And Oven Safe 1 Set Drinking Glasses, Delisoga Clear Drinking Water Glasses (6pcs/set), Material: Lead Free Glass, Volume Capacity: 360ml, Size: 23*15*14cm, Packing: 6 Pcs/1 Set 1 Set Pitcher, Orocan Oval Pitcher, Dimesions: 22cmx18cm, Swivel Flip, Capacity: 2 Liters 1 Piece Bowls, Smart Kitchen Salad Bowl,material:porcelain, Color: White, Weight: 415 Grams, Size: 8 Inch Diameter, Dishwasher Safe 2 Pieces Water Pail, 5-gallon White/cream Pail 1 Piece Laundry Bar Soap, Perla Hypoallergenic Laundry Soap Cut Bar, 110g, Original White Variant: With Natural Coconut Oil Ingredients 12 Pieces Clothesline, 3/5 Meter Non-slip Clothesline, Supported Weight:3kg, With Special Grids/fence-like Design, Retractable 2 Pieces Clothes Pins, 20 Pcs Plastic Clothespins (20 Pcs/pack), Material: Plastic, Size: Approx. 5 Cm 2 Packs Wash Basin, Round Wash Basin, Supported Weight: 0.3kg, Non-toxic, Durable Plastic, Dimensions: 26.6x26.6x10cm, Material: Polyethylene Terepthalate (pet) 1 Piece Laundry Bag, Size: 61x92cm, 5 Pcs/set Included: 1 Pc 30*40cm + 1 Pc 40*50cm + 1 Pc 50*60cm + 1 Pc 15*16cm Bra Bag + 1 Pc 22*33cm Cylindrical Bag 1 Set Ironing Board, 36" Wooden Ironing Board With Metal Stand, Adjustable Height 1 Piece Flat Iron, Hanabishi Flat Iron, Soleplate Type: Coated Non-stick, Iron Features, Temperature Control, Weight: 1.1kg, Input Voltage: 220v, Dimensions: 235x112x108 1 Piece Hangers, 12 Pcs Flat Hanger, Material: Durable Plastic, Length:36cm, Supported Weight: 0.5kg, Color: Black, Dimensions: Lwh 36x10x17 1 Pack Socks, Shoeper (plain And Colored Casual Ankle Socks), Clothing Material:cotton, Pattern:solid Color 2 Pairs Dress, Short Sleeved Dress, Dress Length: Knee Length 1 Piece Slippers, Unisex Slippers,material: Good Rubber Material 2 Pairs Bed Frame, Single Bedframe, Width:36 Inches, Length:75 Inches 1 Unit Mattress, Uratex Foam Mattress, With Washable Cotton Cover, Dimension (30x75) 5 Piece Pillows, Star Market High Quality Comfortable Plain White, Soft Pillow, Size:18x28 Inches 10 Pieces Bed Sheets, Socone 3in1 Us Cotton Single Bedsheet Set, Material: Cotton+polyester, Packaging Content: 2 Pcs Pillow Case, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillow Case Sice: 18'*28", Garterized Corners 10 Sets Alarm Clock, 4 Inch Simple Nordic Silent Pointer Desktop Round Alarm Clock, Weight 257g, Size: 12*11.5*6cm/4.72*4.53*2.36", Metal, With Night Light, Uses Two Aa Batteries 1 Piece Washing Machine, Width: 93cm Height: 99cm Length: 53cm Gross Weight: 29kg Washing Machine Type: Twin Tub Net Weight: 24.5kg Washing Capacity: 11kg Drying Capacity: 7.5kg Bigger Wash Capacity With Hydrodynamic Wave Pulsator Bigger Spin Capacity Durable Rust Proof Body Safety Spin Lid With Overflow Filter Big Knobs Drag Type Lint Filter Durable Plastic Material Gear Drive System Long Pulsator Rotation Color: White Body & Aquamarine Lid Type A -2 Flat Prong Plug 2 Piece Abc = 75,464.18
Closing Date28 Jan 2025
Tender AmountPHP 75.4 K (USD 1.2 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-sip2025-015 (infra) Project Name : Upper Masaba Sip Contract Location : Quiniput, Zamboanga City Scope Of Works : Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip Approved Budget For The Contract (abc) : Php 9,894,609.41 Contract Duration : 168 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. 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 Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac 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, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/hev-uxfp-utg Opening Of Bids : Https://meet.google.com/bkn-midq-rvv 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control With Experience In Solar Powered Pumps To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Generator Set 15kva 1 Welding Machine 300a 1 Dumptruck 6 Cu.m 1 Concrete Mixer 1 – Bagger 1 Butt Fusion Machine Up To 6” Diameter 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Dumptruck 6 Cu.m 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I Temporary Works & Mobilization/demobilization Mobilization/demobilization 1.00 Ls Temporary Facilities 1.00 Ls Project Billboard 1.00 Ls Ii Construction Safety & Health 1.00 Ls Iii Construction Of Solar Pump Irrigation System Well Drilling, Development And Testing W/ 6" Casing (until Good Aquifer Is Reached.) 1.00 Lot Solar Module Mounting Structure 1.00 Lot Solar Power Controller Housing (4x2 Meters) 1.00 Lot Perimeter Fence 1.00 Lot Delivery And Installation Of Lightning Arrester 1.00 Lot Pv Modules-solar Panels 600 Watts (please See Attached Plans.) 1.00 Lot 5hp Hybrid Ac/dc Submersible Water Pump Power: 5.5hp/4000w Voltage (ac): 85v-280v Voltage (dc): 80v-550v Max. Flow: 19m³/h Max. Head: 135m Outlet: 2" Body Diameter: 3 3/4" 1.00 Lot Hybrid Dc/ac Controller (11kw) 1.00 Lot Delivery & Installattion Of Cabling & Accessories For Solar Pump System 1.00 Lot Cctv Security System 1.00 Lot Construction Of Reinforced Concrete Tank Common Excavation (manual) 91.14 Cu.m 3000 Psi Concrete 66.87 Cu.m Rsb (cutting, Bending & Placing Of Rebars) 5,969.76 Kg Rc Tank Accessories (gate Valve, Pipes, Etc) 3.00 Ls Common Backfill (manual) 118.47 Cu.m Installation Of Water Distribution Pipe W/ Appurtenant Structures Common Excavation (manual) 266.64 Cu.m 4" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 590.00 Ln.m 3" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 570.00 Ln.m Air Release Valve Installation With Accessories 3.00 Ls Water Top Stand 4.00 Set Common Backfill (manual) 134.23 Cu.m
Closing Date20 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)

Municipality Of Upi, Maguindanao Tender

Machinery and Tools
Philippines
Details: Description Item No. Quantity Unit Item Description Lot A. Supply Of Labor B.5 1 2.01 Person/hour Construction Foreman 2 2.01 Person/hour Skilled Labor 3 4.02 Person/hour Unskilled Labor B.7(2) 1 36.00 Person/hour A. Certified Safety Engineer 2 144.00 Person/hour B. Health Personnel B.8(1) 1 5,472.00 Person/hour A. Traffic Controller 102(1) 1 23.00 Person/hour Construction Foreman 2 69.00 Person/hour Unskilled Labor 103(1)a 1 4.80 Person/hour Construction Foreman 2 14.40 Person/hour Unskilled Labor 104(2)a 1 27.66 Person/hour Construction Foreman 2 55.33 Person/hour Unskilled Labor 105(1)a 1 24.17 Person/hour Construction Foreman 2 48.33 Person/hour Unskilled Labor 200(1) 1 145.00 Person/hour Construction Foreman 2 290.00 Person/hour Unskilled Labor 311(1)c1 1 103.57 Person/hour Construction Foreman 2 414.29 Person/hour Skilled Labor 3 1,242.86 Person/hour Unskilled Labor 404(1)a 1 0.35 Person/hour Construction Foreman 2 0.70 Person/hour Skilled Labor 3 2.80 Person/hour Unskilled Labor 405 (1)b3 1 15.00 Person/hour Construction Foreman 2 60.00 Person/hour Skilled Laborer 3 120.00 Person/hour Unskilled Laborer Installation & Removal Of Formwork/falseworks 1 60.00 Person/hour Skilled Laborer 2 120.00 Person/hour Unskilled Laborer 500(1)a3 1 4.56 Person/hour Construction Foreman 2 9.12 Person/hour Skilled Labor 3 18.24 Person/hour Unskilled Labor 500(1)a1 1 7.04 Person/hour Construction Foreman 2 14.08 Person/hour Skilled Labor 3 28.16 Person/hour Unskilled Labor 612(1) 1 17.40 Person/hour Construction Foreman 2 34.80 Person/hour Skilled Labor 3 104.40 Person/hour Unskilled Labor 612(2) 1 8.70 Person/hour Construction Foreman 2 17.40 Person/hour Skilled Labor 3 52.20 Person/hour Unskilled Labor Lot B. Equipment Rental A.1.2 (4) 1 3.80 Unit/month A. Pick-up, 4 X 2, 2.5l Diesel Engine (brand New) B.8(1) 1 60.80 Unit/hour Two-way Radio (w/lifespan Consideration Of 2 Years) 2 334.40 Unit/hour Barricade Flasher Light (3 Volt, Battery Operated,amber Color,w/ Lifespan Consideration Of 6 Month) B.9 1 16.00 Unit/hour Mobilization/demobilization (1% Of Direct Cost Of Civil Works) 2 8.00 Unit/hour Payloader 3 8.00 Unit/hour Backhoe 4 8.00 Unit/hour Backhoe W/ Breaker 5 8.00 Unit/hour Truck Mounted Crane 2 6 8.00 Unit/hour Motorized Road Grader 7 8.00 Unit/hour Vibratory Roller 8 8.00 Unit/hour Water Truck/pump 9 32.00 Unit/hour Transit Mixer 10 8.00 Unit/hour Concrete Batch Plant 11 8.00 Unit/hour Jackhammer 12 8.00 Unit/hour Cargo/service Truck 1 102(1) 1 46.00 Unit/hour Dump Truck , All Models 2 23.00 Unit/hour Backhoe ( 0.80m3/1.04 Yd3 3 2.30 Unit/hour Payloader ( 1.5 M3/1.95 Yd3) 4 Minor Tools (10% Of Labor Cost) 103(1)a 1 9.60 Unit/hour Dump Truck (12 Yd3) 2 4.80 Unit/hour Backhoe ( 0.80 M3.1.04 Yd3) 3 Minor Tools (10% Of Labor Cost) 104(2)a 1 27.66 Unit/hour Motorized Road Grader 2 27.66 Unit/hour Vibratory Roller ( 10 Mt) 3 6.92 Unit/hour Water Truck/pump ( 16000 L) 105(1)a 1 24.17 Unit/hour Motorized Road Grader 2 24.17 Unit/hour Vibratory Roller ( 10 Mt) 3 6.04 Unit/hour Water Truck/pump ( 16000l) 200(1) 1 145.00 Unit/hour Motorized Road Grader 2 145.00 Unit/hour Vibratory Roller ( 10 Mt) 3 36.25 Unit/hour Water Truck/pump ( 16000 L) 311(1)c1 1 414.29 Unit/hour Transit Mixer 2 207.14 Unit/hour Concrete Vibrator 3 103.57 Unit/hour Concrete Batch Plant 4 103.57 Unit/hour Payloader 5 103.57 Unit/hour Concrete Screeder 6 103.57 Unit/hour Water Truck/pump 7 103.57 Unit/hour Concrete Saw 8 10.36 Unit/hour Bar Cutter 9 10.36 Unit/hour Sealer, Joint (machine) 10 Minor Tools (5% Of Labor) 404(1)a 1 0.05 Unit/hour A. Cargo Truck (9 - 10 T) 2 0.18 Unit/hour B. Bar Cutter 3 0.18 Unit/hour C. Bar Bender 405 (1)b3 1 15.00 Unit/hour One Bagger Mixer ( 4-6ft3/min 2 15.00 Unit/hour Concrete Vibrator 3 1.50 Unit/hour Water Truck/pump ( 16000 L) 500(1)a3 1 2.32 Unit/hour A. Backhoe (0.80 Cu.m.) 2 2.32 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 500(1)a1 1 3.52 Unit/hour A. Backhoe (0.80 Cu.m.) 2 3.52 Unit/hour B. Plate Compactor (5 Hp) 3 Minor Tools (10% Of Labor Cost) 612(1) 1 17.40 Unit/hour Cargo/service Truck 1 2 17.40 Unit/hour Applicator Machine 3 17.40 Unit/hour Kneading Machine 4 Minor Tools (10% Of Labor Cost) 612(2) 1 8.70 Unit/hour Cargo/service Truck 1 2 8.70 Unit/hour Applicator Machine 3 8.70 Unit/hour Kneading Machine 4 - Minor Tools (10% Of Labor Cost) Lot C. Supply & Delivery Of Construction Materials A.1.1 (8) 1 3.80 Mo. A. Rental Of Field Office B.3 1 13,252.00 Cu.m. A. Mineral Tax (provincial Tax Ordinance) 2 1.00 Lot B. Excise Tax (provincial Tax Ordinance) 4% Mineral Tax B.5 1 96.00 Sq.ft A. Tarpaulin ( 4'x 8') 2 378.00 Bd.ft B. Lumber ( Coco) 3 9.00 Pcs. C. Marine Plywood( 1/4'' X 4'x 8') 4 3.78 Kg D. Asst. Cwn 5 192.00 Sq.ft E. Tarpaulin ( 8'x 8') B.7(2) 1 1,309.00 Man-day A. Safety Helmet 2 678.00 Man-day B. Safety Shoes 3 1,309.00 Man-day C. Safety Vest 4 1,309.00 Man-day D. Working Gloves 5 632.00 Man-day E. Rubber Boots 6 120.00 Man-day F. Dusk Mask 7 120.00 Man-day G. Rain Coat B.8(1) 1 7.60 Each A. Speed Restriction (r4-1) 2 7.60 Each B. Road Work Ahead (t1-1) 3 7.60 Each C. End Roadwork (t2-16) 4 7.60 Each D. End Speed Restriction (r4-2) 5 7.60 Each E. Lane Status (t2-6-1) 6 7.60 Each F. Workmen Ahead (t1-5) 7 7.60 Each G. Prepare To Stop (t1-18) 8 3.80 Each H. Temporary Hazard Marker (chevron, T5-5) 9 68.40 Each I. Plastic Safety Barriers 10 68.40 Each J. Construction Safety Fence 11 15.20 Each K. Temporary Bollards (@5 Meters Apart) 12 7.60 Man-day L. Safety Vest 13 7.60 Man-day M. Hard Hat 14 7.60 Man-day N. Safety Shoes 104(2)a 1 1,729.01 Cu.m. Common Borrow (w/ 25% Shrinkage Factor) 200(1) 1 8,337.50 Cu.m. Aggregate Subbase Course (w/ 15% Shrinkage Factor) 311(1)c1 1 3,117.50 Kg Reinforcing Steel Bars Deformed Grade 40 2 2,102.50 L Curing Compound 3 870.00 L Asphalt Sealant 4 3,335.00 M Steel Forms 23 Cm Width 5 917.13 Cu.m. Fine Aggregate 6 1,667.50 Cu.m. Gravel G2-1/2 7 15,877.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 8 1.09 Pc Concrete Saw (diamond Blade 14''dia) 9 51.48 M Pipe Sleeve, 2'' Dia. 10 63.08 L Grease/tar 404(1)a 1 1.32 Kgs A. Tie Wire (2% Of Rsb) 2 66.15 Kgs B. Reinforcing Steel Bars Grade 40, With 5% Wastage 405 (1)b3 1 525.00 Bd.ft. Lumber Good 2 8.40 Pc. Plywood Marine 1/2" X 4' X 8' (0.0125m X 1.2m X 2.44m) 3 21.00 Kg. Common Nails Assorted 4 199.50 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 5 10.50 Cu.m. Fine Aggregate 6 21.00 Cu.m. Gravel G2-1/2 500(1)a3 1 8.64 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.49 Cu.m. Fine Aggregate 3 8.00 Pc Reinforced Concrete Pipe Class Iv Dia 36"(910mm) 4 1.02 Cu.m. Fine Aggregate 500(1)a1 1 12.38 Bag Portland Cement (40 Kgs./bag With Advanced Mineral Additives, Conforming To Both Astm C595 And Pns 063) 2 0.70 Cu.m. Fine Aggregate 3 16.00 Pc Reinforced Concrete Pipe Class Iv Dia 24"(610mm) 1.41 Cu.m. Fine Aggregate 1 612(1) 2 141.38 Bag A. Thermoplastic (white) 3 14.36 Bag B. Glass Beads 4 52.20 L C. Primer 5 1.74 Cyl D. Lpg (50kg) 6 0.87 Cyl E. Lpg (12 Kg) 7 54.38 Kg F. Calsumine 8 - - Miscellaneous (5% Of Materials Cost) 612(2) 1 70.69 Bag A. Thermoplastic (white) 2 7.18 Bag B. Glass Beads 3 26.10 L C. Primer 4 0.87 Cyl D. Lpg (50kg) 5 0.44 Cyl E. Lpg (12 Kg) 6 27.19 Kg F. Calsumine Miscellaneous (5% Of Materials Cost) During The Post Qualification The Twg Has The Right To Ask A Purchase Order Incase The Item Is Not Available
Closing Date4 Feb 2025
Tender AmountPHP 24.1 Million (USD 412.6 K)

Rizal Medical Center Tender

Housekeeping Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control  Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization.  Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda).  Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available.  Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)

Municipality Of Irosin, Sorsogon Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) 1. The Local Government Unit Of Irosin, Through The General Fund(capital Outlay) Intends To Apply The Sum Of Five Hundred Thousand Pesos (p 500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass), Good-07-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan)big Ass) Brief Description: One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty Approved Budget For The Contract : P 500,000.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : General Fund(capital Outlay) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last 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. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025-february 10, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 10, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025, 2:00 Pm At The Given Address Below Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 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: Lorenzo G. Ubalde Municipal Administrator Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 31, 2025 _____________________ Noel D. Mercado Ii Bac Chairman ```u Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of One(1) Unit Large Industrial Fan For Lgu-irosin, With Project Identification Number Good-07-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Large Industrial Ceiling Fan, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below General Fund(capital Outlay) In The Amount Of Five Hundred Thousand Pesos (p 500,000.00). 2.2. The Source Of Funding Is: General Fund(capital Outlay) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Expandable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference For This Project. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) Brief Description: One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 One(1) Unit High Volume Low Speed Industrial Ceiling Fan(big Ass) One Unit High Volume Low Speed Industrial Ceiling Fan(big Ass): Diameter:24 Feet(7.3 Meters)/voltage: 230v/3 Phase/motor Rpm: 60/motor Size: 2hp(1.5kw)/material: Aluminum/stainless Steel/fan Weight: 116kg/air Volume: 200-300cfm/airfoils: 8 Patented Powerfoils,8 Patent Pending/air Fences/sealed Gearbox And Industrial Motor/machine-cut Hub System/redundant Safety Features/variable Speed Operation With Controller With Delivery And Installation Works/5 Year Warranty 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Twelve(12) Months. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Twelve(12) Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The High Volume Low Speed Industrial Ceiling Fan If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents Standard Form Number: Sf-good-06 Revised On: May 24, 2004 A. The Eligibility & Technical Envelope Shall Contain The Following: I. Technical Component Envelope Class “a” Documents Legal Documents • Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; • Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives • Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located • Tax Clearance Per Executive Order No. 398 Series Of 2005 Showing The Current Assets And Current Liabilities Of The Taxpayer • Tax Clearance For Collection Purposes Technical Documents • Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid. The Statement Shall Include: (a) Name Of The Contract (b) Date Of The Contract (c) Kinds Of Goods (d) Amount Of Contract And Value Of Outstanding Contracts (e) Date Of Delivery (f) End-user’s Acceptance Of Official Receipts Issued For The Contract • Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; • Audited Financial Statements, Showing Among Others, The Total And Current Assets And Liabilities, Stamped “received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Tan Two(2) Years From The Date Of Bid Submission • The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents • If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Technical Requirements Consist Of The Following:: • Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration. Bid Security Should Be In The Form Of: O Cash Issued By A Commercial Or Universal Bank – 2% O Bank Draft/guarantee Issued By A Commercial Or Universal Bank – 2% O Bid Securing Declaration • Technical Specification • Production/delivery Schedule • Manpower Requirements • After-sales Service/parts, If Applicable • Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Checklist Of Financial Envelope Requirements For Bidders Ii.financial Component Envelope The Financial Component Shall Contain The Following: • Original Of Duly Signed And Accomplished Financial Bid Form; • Original Of Duly Signed And Accomplished Price Schedule(s). • Recurring And Maintenance Costs, If Applicable Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (c) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (d) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sugn Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date10 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
5461-5470 of 5475 archived Tenders