Fire Extinguisher Tenders
Fire Extinguisher Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0145 - Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 33,418,440.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro/25ei0145. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro Contract Id : 25ei0145 Location : Roxas, Oriental Mindoro Scope Of Works : Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro. This Includes Earthworks, Reinforced Concrete Works And Finishing And Other Civil Works Such As Soil Poisoning, Installation And Construction Of Storm Drainage And Sewerage System, Installation Of Plumbing Fixtures At Ground Floor And Mezzanine, Installation Of Ceiling At Ground Floor, Mezzanine, And Multi-purpose Hall, Installation Of Doors And Windows, Waterproofing, Installation Of Floor And Wall Tiles At Ground Floor, Plastering & Masonry Painting At Ground Floor & Multi-purpose Hall, Painting Of Ceiling And Wood Doors, Installation Of Reflective, Insulation, Roofing Works, Installation Of Ramp Railings And Glass Railings. Moreover, This Includes Electrical Works And Provision Of Fire Extinguisher At Ground Floor. Approved Budget For The Contract : Php 33,418,440.00 Contract Duration : 250 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 11, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 20,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date11 Feb 2025
Tender AmountPHP 33.4 Million (USD 575.8 K)
Office Of Civil Defense Tender
Transportation and Logistics
Philippines
Details: Description Provision Of Transportation Services For The Cdti’s Various Training For Fy 2025 Pick-up/drop-off And Stand-by Dates Pick-up Point Drop-off Point No. Of Vehicle/s Basic Disaster Risk Reduction And Management Training 10 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 15 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Drrm Course For Public Sector Batch 1 24 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 28 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Drrm Course For Public Sector Batch 2 31 March, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 04 April, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 1 11 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 17 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Local Disaster Risk Reduction And Management Planning Training Of Trainers 25 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 31 May, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Public Service Continuity Planning Training Of Trainers 15 June, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 21 June, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Basic Incident Command System Training 14 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 18 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 2 20 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 26 July, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Integrated Planning Of Incident Command System Training 03 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 09 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Exercise Design Course Training Of Trainers 31 August, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 07 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Incident Command System Position Course Training 21 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 27 September, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Risk Communication Training Of Trainers 06 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 07-09 October, 2025 Any Area Within Metro Manila Or Rizal (standby) 3 11 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 1 All-hazard Incident Management Team Training 19 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 25 October, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Community-based Disaster Risk Reduction And Management Training Of Trainers Batch 3 02 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 08 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Training For Instructors 09 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 15 November, 2025 Any Area Within Metro Manila Or Rizal Any Area Within Metro Manila Or Rizal 2 Requirements For The Vehicle: • Type Of Vehicle: Van • Must Be At Least 2018 Model • Capacity: At Least Twelve (12) Seater Per Van Service Provider Must: • Provide Professional, Courteous And Punctual Drivers For The Vehicle/s; • Must Allow A Maximum Of Nine (9) Passenger (excluding The Driver) Per Travel To Comply With Social Distancing; • Must Provide At Least One (1) Standby Driver As Replacement In Case The Assigned Duty Driver Got Sick/not Fit To Drive In The Activity Period; • Must Have Portable Fire Extinguisher For Each Vehicle; • Must Conduct Routine Vehicle Check-up Using Blowbagets (stands For Battery, Lights, Oil, Water, Brake, Air, Gas, Engine, Tire, And Self) Checklist Prior To Usage; • Provide Food And Accommodation For The Driver/s As Necessary; • Provide Insurance For Passengers; • Cover All Expenses For Emergency Repairs / Check-up During The Period Covered. Other Terms: • The Procuring Entity Reserves The Right To Terminate The Contract In Case Of Poor Performance, Or In The Event That The Need For Such Service Becomes Unnecessary. Payment • Payment Will Be Processed Upon Completion Of Each Activity And Receipt Of Service Invoice • Payment Will Be Via Send Bill Policy • Quoted Price Must Include All Government Taxes, Duties And Fees. Chargeability • Cdti Apb: Drrm Fund (fy 2025) No. Of Vehicle On Standby For 12 Hours: January To November 2025 – 55 Vehicles
Closing Date6 Feb 2025
Tender AmountPHP 323.1 K (USD 5.5 K)
LUGAIT SENIOR HIGH SCHOOL Tender
Publishing and Printing
Philippines
Details: Description 1 . 10 Piece , Sign Pen, Extra Fine Tip, Black , Abc , Php 222.00 2 . 10 Piece , Sign Pen, Fine Tip, Blue , Abc , Php 447.20 3 . 30 Pack , Battery, Dry Cell, Size Aa , Abc , Php 614.70 4 . 10 Pack , Baterry, Dry Cell, Size Aaa , Abc , Php 183.40 5 . 25 Pouch , Detergent Powder, All Purpose , Abc , Php 1,352.00 6 . 5 Can , Disinfectant Spray , Abc , Php 699.45 7 . 26 Can , Floor Wax, Paste-type, Red , Abc , Php 8,053.76 8 . 5 Bottle , Hand Soap, Liquid 500ml , Abc , Php 214.75 9 . 5 Kilo , Rags , Abc , Php 347.35 10 . 20 Roll /pack , Trashbag, Xxl Size , Abc , Php 2,600.00 11 . 1 Unit , Digital Voice Recorder , Abc , Php 7,339.16 12 . 6 Unit , Fire Extinguisher, Dry Chemical , Abc , Php 6,864.00 13 . 50 Piece , Correction Tape , Abc , Php 675.00 14 . 3 Box , Envelope, Documentary, A4 , Abc , Php 2,489.76 15 . 3 Box , Envelope, Mailing , Abc , Php 1,297.56 16 . 50 Box , Fastener/metal , Abc , Php 4,732.00 17 . 10 Box , Folder, Pressboard , Abc , Php 9,526.40 18 . 10 Pack , Folder With Tab, Legal , Abc , Php 4,139.20 19 . 26 Piece , Marker, Permanent, Black , Abc , Php 215.02 20 . 26 Piece , Marker, Permanent, Blue , Abc , Php 215.02 21 . 10 Piece , Marker, White Board, Black , Abc , Php 96.50 22 . 10 Box , Paper Clip,vinly/plastic Coated, 33mm , Abc , Php 88.20 23 . 50 Ream , Paper, Multipurpose A4 , Abc , Php 6,887.00 24 . 50 Ream , Paper, Multipurpose Legal , Abc , Php 7,945.50 25 . 10 Book , Record Book, 500 Pages , Abc , Php 1,245.60 26 . 30 Cart , Ink Cartridge, Epson C13t664100 (t6641), Black , Abc , Php 6,957.00 27 . 20 Cart , Ink Cartridge, Epson C13t664200 (t6642), Cyan , Abc , Php 4,844.00 28 . 20 Cart , Ink Cartridge, Epson C13t664300 (t6643), Magenta , Abc , Php 4,844.00 29 . 20 Cart , Ink Cartridge, Epson C13t664400(t6644), Yellow , Abc , Php 4,844.00 30 . 1 Unit , Smart Television 42inches , Abc , Php 25,000.00 31 . 10 Piece , Light-emitting Diode(led) Light Bulb, 7 Watts , Abc , Php 756.10 32 . 5 Piece , Light-emitting Diode(led) Linear Tube, 18 Watts , Abc , Php 1,029.10 33 . 10 Bottle , Glue, All-purpose , Abc , Php 621.40 34 . 5 Box , Staple Wire, Standard , Abc , Php 118.80 35 . 10 Roll , Tape, Electrical , Abc , Php 194.50 36 . 10 Roll , Tape, Electrical 24mm , Abc , Php 176.80 37 . 10 Roll , Tape/ Transparent 48mm , Abc , Php 225.70 38 . 5 Gallon , Muriatic Acid/hydrochloric Acid , Abc , Php 1,680.00 39 . 10 Pack , Folder Tagboard , Abc , Php 3,213.60 40 . 3 Piece , Extension Chord, Wheel , Abc , Php 7,500.00 41 . 20 Unit , Double Sided Tape , Abc , Php 2,000.00 42 . 2 Each , Staple Wire Remover, Plier-type,stainless Material , Abc , Php 400.00 43 . 30 Piece , Ink, Epson 003, Cyan , Abc , Php 7,791.00 44 . 30 Piece , Ink, Epson 003, Magenta , Abc , Php 7,791.00 45 . 30 Piece , Ink, Epson 003, Yellow , Abc , Php 7,791.00 46 . 50 Piece , Ink, Epson 003, Black , Abc , Php 12,985.00 47 . 1 Box , Ballpen , Abc , Php 259.45 48 . 5 Piece , Certificate Frame , Abc , Php 750.00 49 . 350 Piece , Certificate Holder , Abc , Php 19,250.00 50 . 10 Box , Notarial Seal, #23 , Abc , Php 700.00 51 . 290 Piece , Medals , Abc , Php 14,500.00 52 . 10 Ream , Vellum Board Paper, 100's , Abc , Php 5,000.00 53 . 8 Pack , Envelope For Report Card (6 X 9) 100pcs , Abc , Php 1,720.00 54 . 20 Box , Thumbtacks , Abc , Php 490.00 55 . 4 Roll , Ribbon, Satin, 2", Blue , Abc , Php 719.00 56 . 3 Roll , Ribbon, Satin, 2", Yellow , Abc , Php 539.25 57 . 4 Roll , Ribbon, Satin, 2", Red , Abc , Php 719.00 58 . 4 Roll , Ribbon, Satin, 2", Green , Abc , Php 719.00 59 . 3 Roll , Ribbon, Satin, 2", Purple , Abc , Php 539.25 60 . 3 Roll , Ribbon, Satin, 2", Pink , Abc , Php 539.25 61 . 40 Set , Safety Pins, Arpilen, Small , Abc , Php 606.00 62 . 45 Pcs , Glue Sticks 1/2" , Abc , Php 450.00
Closing Date10 Feb 2025
Tender AmountPHP 216.7 K (USD 3.7 K)
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-139 Location Of The Project – Tuguegarao City Request For Quotation Date:02/24/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am February 28, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost Supply Of Board And Lodging For 3 Days Batch 1 1 Pax 30 33,750.00 Day 0 (march 16, 2025) - Supply Of Meal And Accomodation 2 Pax 50 100,000.00 Day 1 (march 17,2025) Actual Head Count - Supply Of Board And Lodging 3 Pax 10 6,750.00 Day 1 (march 17,2025) - Supply Of Lunch, Am & Pm Snack 4 Pax 50 100,000.00 Day 2 (march 18,2025) Actual Head Count Supply Of Board And Lodging 5 Pax 10 6,750.00 Day 2 (march 18,2025) Supply Of Lunch, Am & Pm Snack 6 Pax 60 40,500.00 Day 3 (march 19,2025) - Supply Of Lunch, Am & Pm Snack 7 Pax 150 78,750.00 For Return Demo Particiants (1 Lunch And 1 Snack) ***please See Attached Menu Batch 2 8 Pax 30 33,750.00 Day 0 (march 25,2025) - Supply Of Meal And Accomodation 9 Pax 50 100,000.00 Day 1 (march 26,2025) Actual Head Count - Supply Of Board And Lodging 10 Pax 10 6,750.00 Day 1 (march 26,2025) Supply Of Lunch, Am & Pm Snack 11 Pax 50 100,000.00 Day 2 (march 27, 2025) Actual Head Count - Supply Of Board And Lodging 12 Pax 10 6,750.00 Day 2 (march 27,2025) - Supply Of Lunch, Am & Pm Snack 13 Pax 60 40,500.00 Day 3 (march 28,2025) - Supply Of Lunch, Am & Pm Snack 14 Pax 150 78,750.00 For Return Demo Participants (1 Lunch And 1 Snack) ***please See Attached Menu Terms And Conditions >1st Batch Venue Should Be In Tuguegarao City,cagayan >all Participants Should Be Accomodated In The Hotel >with Parking Area That Can Accommodate Around 15 Vehicles >no Guests Should Sleep On The Floor >clean Restroom With Soap And Tissue >rooms Must Have Ho/cold Shower >venue Must Have First Aid Kits And Fire Extinguisher/fire Exit >room Accomodation Is Limited To 2 To 3 Pax Only >with Standby Generator In Case Of Power Interruption >with Free Use Of One (1) Big Fully Airconditioned Function Room To Accommodate The Number Of Participants, With Bottled Water/water Dispense >free Used Of Venue Lcd/white Screen, With Complete And Good Sound System, Projector, 3 Wireless Microphone, 2 Microphones With Stand And 2 Hand-held Wire Microphone >with Whiteboard,white Board Marker And Eraser >with Free Internet Connection >smoke-free Environmet >strictly Follow Attached Menu >soa And Guest Folio Shall Be Submitted To End User After The Conduct Of Activity To Be Used During The Training Competency In Cervical Cancer Screening At The Primary Care Level (for Municipal Health Officers And Doctors Of Bucas And Other Facilities) On March 17-19,2025 And March 26-28,2025 In Tuguegarao City,cagayan "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-02-0373 Page 1 Of 1 /kevin `
Closing Date28 Feb 2025
Tender AmountPHP 733 K (USD 12.6 K)
City Of Valencia Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 11-2025 01/28/2025 Invitation To Bid For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Twenty-eight Million Five Hundred Thousand Four Hundred Twenty-nine Pesos And 74/100 (php 28,500,429.74) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, 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 Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Multi-purpose Building (city Engineering Office Building) See Attached Plan And Specifications Php28,500,429.74 Scope Of Works: Construction Of City Engineering Office (ceo): Scope; 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, E.) Clearing And Grubbing, F.) Structure Excavation, Embankment And Gravel Fill Of Concrete Structures, G.) Construction Of Reinforced Concrete Structures With Metal Reinforcement Such As Footing, Wall Footing, Columns, Beams, Floor Slab And Roof Deck, H.) Fabrication And Installation Of Formworks And Falseworks, I.) Laying Of 100mm Chb With Cement Plaster Finish, J.) Installation Of Doors And Windows, K.) Installation Of Spandrel Ceiling With Metal Frame, L.) Installation Of Unglazed Tiles, M.) Application Of Waterproofing Cement Base, N.) Painting Of Concrete And Steel Structures, O.) Fabrication And Installation Of Structural Steel Roof Framing, Metal Roofing Sheet And Accessories, P.) Fabrication And Installation Of Stainless Steel Built-up Letters, Fascia Frame And Board, Q.) Installation Of Sanitary Pipes And Fittings, Water Supply Pipes And Fittings (including Water Pump And 2 Stainless Steel Water Tank) And Storm Drainage And Downspout, R.) Installation Of Electrical Conduits And Boxes, Wires And Wiring Devices, Panel Boards And Lighting Fixtures (which Also Include Wirings And Devices For The Preparation Of All Air Conditioners), S.) Installation Of Fire Alarm System, Network Cabling, Closed-circuit Television (cctv) And Fire Extinguisher As Per Approved Pow, Plans, And Specifications. Part I Other 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 A Earthwork 800 (1) 880.90 Sq.m Clearing And Grubbing 803 (1) A 402.96 Cu.m. Structure Excavation (common Soil) 804 (1) A 382.71 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 68.82 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 460.94 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 76,634.61 Kg. Reinforcing Steel (deformed, Grade 40 Main Bar & Grade 33 Shear Reinforcement ) 903 (2) 2,655.87 Sq.m. Formworks And Falseworks C.1 Masonry Works 1046 (2) A1 1,211.07 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.2 Fabricated Materials 1006 (5) 3.00 Set Fire Rated Fire Exit Steel Door 1007 (1) B 25.20 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) C 161.53 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 111.13 Sq.m. Aluminum Glass Windows (fixed Type) 1010 (2) B 38.43 Sq.m. Doors (wooden Panel) C.3 Finishing Works 1003 (1) E2 167.45 Sq.m. Ceiling (prepainted Metal Panel On Metal Frame)-spandrel 1003 (1) H 176.17 Sq.m. Ceiling (pvc Panel On Metal Frame) 1003 (1) E1 73.62 Sq.m. Ceiling (gypsum Board On Metal Frame) 1003 (11) A1 30.65 M Fascia Board (9mm Thk. Fiber Cement Board) 1018 (5) 312.54 Sq.m. Glazed Tiles 1018 (2) 219.42 Sq.m. Unglazed Tiles 1021 (1) A 13.64 Sq.m. Cement Floor Finish (plain Non-skid) 1021 (1) C 1,001.44 Sq.m. Cement Floor Finish (with Floor Hardener) 1027 (1) 2,885.44 Sq.m. Cement Plaster Finish 1016(1)a 601.14 Sq.m. Waterproofing Cement Base C.4 Painting Works 1032 (1) A 2,959.06 Sq.m. Painting Works (masonry) 1032 (1) C 933.80 Sq.m. Painting Works (steel) C.5 Roof Framing And Roofing Works 1013 (2) F 45.00 L.m. Fabricated Metal Roofing Accessory - End Capping, 0.4mm Thk. 1013 (2) B1 17.00 L.m. Fabricated Metal Roofing Accessory - Gutter, 0.4mm Thk. 1014 (1) B2 233.10 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) 1047 (6) 9,193.43 Kg Structural Steel 1047 8) B 1,638.34 Kg. Structural Steel (purlins) 1047 (4) 88.00 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 162.63 Kg. Metal Structure Accessories (steel Plates) 1047 (4) A 37.72 Kg. Metal Structure Accessories (bolts) 1047 (5) B 72.71 Kg. Metal Structure Accessories (sagrods) - 12mmø 1047 (8) A 1,416.80 Kgs Structural Steel (trusses) Spl-i 1.00 L.s. Stainless Steel Built Up Letters C.6 Plumbing Works 1001 (5) B 6.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1001 (9) 1.00 L.s. Storm Drainage And Downspout 1001 (11) 1.00 L.s. Septic Vault (concrete) 1002 (4) 1.00 L.s. Plumbing Fixtures 1002(24) 1.00 L.s. Cold Water Lines 1002 (27) 1.00 L.s. Plumbing Works Part D Electrical Work 1100 (10) 1.00 L.s. Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (2) B 1.00 L.s. Panel Board With Main/branch Breakers 1103 (1) 1.00 L.s Lighting Fixture And Lamps 1109 (1) 1.00 L.s Grounding System 1111 1.00 L.s. Miscellaneous Electrical/civil Works 1200 1.00 L.s. Air Conditioning And Ventilating System Part E Mechanical Work 1208 (1) 1.00 L.s Fire Alarm System (fdas) 1106 (1) 1.00 L.s. Closed-circuit Television (cctv) 1105 (20) 1.00 L.s. Network Cabling 1202 (6) A1 1.00 Set Fire Extinguisher (10 Lbs., Abc With Bracket) Php28,500,429.74 Required Number Of Days For Completion Is 300 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 January 29, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Twenty-five Thousand Pesos (php 25,000.00). 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 February 3, 2025 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 February 6, 2025 (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) February 20, 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) February 20, 2025at 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 Date20 Feb 2025
Tender AmountPHP 28.5 Million (USD 492.7 K)
SAN AGUSTIN HIGH SCHOOL CASTILLEJOS ZAMBALES Tender
Others
Philippines
Details: Description Item No. Item Description No. Of Items Statement Of Compliance (state “compliant” Or “not Compliant”) Total Bidprice Procurement Of School And Office Supplies 1. Alcohol, Ethyl, 500 Ml 11 Bottle 2. Alcohol, Ethyl, 1 Gallon 12 Gallon 3. Clearbook, 20 Transparent Pockets, A4 6 Piece 4. Clearbook, 20 Transparent Pockets, Legal 8 Piece 5. Eraser, Plastic/ Rubber 3 Piece 6. Sign Pen, Extra Fine Tip, Black 10 Piece 7. Sign Pen, Fine Tip, Black 22 Piece 8. Sign Pen, Medium Tip, Black 12 Piece 9. Sign Pen, Medium Tip, Blue 1 Piece 10. Sign Pen, Fine Tip, Red 10 Piece 11. Air Freshener 13 Can 12. Broom, Soft (walis Tambo) 2 Piece 13. Broom, Stick (walis Ting-ting) 3 Piece 14. Disinfectant Spray 5 Can 15. Dust Pan 1 Piece 16. Liquid Hand Soap,500ml 22 Bottle 17. Rags 4 Bundle 18. Scouring Pad 5 Pack 19. Trashbag,large Size 8 Pack/roll 20. Trashbag,xl Size 26 Pack/roll 21. Wastebasket 6 Piece 22. Acetate 2 Roll 23. Fire Extinguisher, Dry Chemical 10 Unit 24. Electric Fan, Ceiling Mount, Orbit Type 3 Unit 25. Electric Fan, Stand Type 5 Unit 26. Electric Fan, Wall Mount 1 Unit 27. Glue, All-purpose 8 Jar 28. Staple Wire, Standard 13 Box 29. Tape, Electrical 2 Roll 30. Tape, Masking, 24mm 4 Roll 31. Tape, Masking, 48 Mm 5 Roll 32. Tape, Transparent, 24mm 28 Roll 33. Twine, Plastic 3 Roll 34. Ruler, Plastic, 450 Mm 4 Piece 35. Calculator, Compact 5 Unit 36. Clip, Backfold, 19mm 6 Box 37. Clip, Backfold, 25mm 6 Box 38. Clip, Backfold, 32mm 6 Box 39. Clip, Backfold, 50mm 5 Box 40. Correction Tape 40 Piece 41. Cutter/utility Knife, For General Purpose 1 Piece 42. Data File Box 8 Piece 43. Eraser, Felt, For Blackboard/whiteboard 6 Piece 44. Paper Fastener 5 Box 45. File Organizer, Expanding, Plastic, Legal 2 Piece 46. Folder, L-type, A4 2 Pack 47. Folder With Tab, A4 1 Pack 48. Marker, Permanent, Black 17 Piece 49. Marker, Permanent, Blue 5 Piece 50. Marker, Permanent, Red 5 Piece 51. Marker, Whiteboard, Black 20 Piece 52. Paper Clip, Vinly/plastic Coated, 33mm 9 Box 53. Paper Clip, Vinly/plastic Coated, Jumbo, 50mm 10 Box 54. Pencil, Lead/graphite, With Eraser, One (1) Dozen Per Box 6 Box 55. Pencil Sharpener 2 Piece 56. Puncher, Paper, Heavy Duty 3 Piece 57. Scissors, Symmetrical Or Asymmetrical 8 Pair 58. Stapler, Standard Type 6 Piece 59. Tape Dispenser, Table Top 6 Piece 60. Note Pad, Stick On, 2" X 3", 100 Sheets Per Pad 3 Pad 61. Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 4 Pad 62. Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 3 Pad 63. Notebook, Stenographer 2 Piece 64. Paper, Multicopy A4 8 Ream 65. Paper, Multicopy Legal 3 Ream 66. Paper, Multipurpose A4 87 Ream 67. Paper, Multipurpose Legal 25 Ream 68. Record Book, 300 Pages 2 Book 69. Record Book, 500 Pages 11 Book 70. Tissue, Interfolded Paper Towel 19 Pack 71. Toilet Tissue Paper, 2 Ply 25 Pack 72. Hand Sanitizer 19 Bottle 73. Insecticide 4 Can 74. Ballpen 25 Piece 75. Sticker Paper 6 Pack 76. Double Sided Tape 9 Pc 77. Photo Paper 5 Pack 78. Bleaching Solution 5 Gal 79. Dishwashing Liquid 5 Gal 80. Plastic Fastener 4 Box 81. Steel Filing Cabinet 2 Pc 82. Extension Cord 3 Unit 83. Push Pin 3 Pack 84. Door Mat 3 Piece 85. Glue Stick (for Gglue Gun) 2 Pack 86. Office Chair 2 Unit 87. Storage Box 9 Pc 88. Face Mask 5 Box 89. Folder, Pressboard 15 Pc 90. Electric Fan, Desk Fan 2 Unit 91. Epson Ink 003 ( Black ) 5 Bottle 92. Epson Ink 003 ( Cyan ) 5 Bottle 93. Epson Ink 003 ( Yellow ) 5 Bottle 94. Epson Ink 003 ( Magenta ) 5 Bottle 95. Epson Ink 664 ( Black ) 5 Bottle 96. Epson Ink 664 ( Cyan ) 5 Bottle 97. Epson Ink 664 ( Yellow ) 5 Bottle 98. Epson Ink 664 ( Magenta ) 5 Bottle 99. Epson Ink 001 ( Black ) 1 Bottle 100. Epson Ink 001 ( Cyan ) 1 Bottle 101. Epson Ink 001 ( Yellow ) 1 Bottle 102. Epson Ink 001 ( Magenta ) 1 Bottle 103. Genuine Brother Ink Btd60 - Black 4 Bottle 104. Genuine Brother Ink Bt500-magenta 2 Bottle 105. Genuine Brother Ink Bt500-cyan 2 Bottle 106. Genuine Brother Ink Bt500-yellow 2 Bottle 107. Toilet Brush 5 Piece 108. Long Cleaning Broom (pang-agiw Na Walis) 5 Piece 109. Linoleum, Thick,(light Color)- Submit Sample Picture For Reference 12 Meter **nothing Follows** Approved Budget For The Contract (abc) – Php 136,302.46 *inclusive Of 12% Evat Office Address For Delivery: Purok 4,san Agustin, Castillejos, Zambales
Closing Date18 Feb 2025
Tender AmountPHP 136.3 K (USD 2.3 K)
SAN AGUSTIN HIGH SCHOOL CASTILLEJOS ZAMBALES Tender
Others
Philippines
Details: Description Item No. Item Description No. Of Items Statement Of Compliance (state “compliant” Or “not Compliant”) Total Bid Price Procurement Of School And Office Supplies 1. Alcohol, Ethyl, 500 Ml 11 Bottle 2. Alcohol, Ethyl, 1 Gallon 12 Gallon 3. Clearbook, 20 Transparent Pockets, A4 6 Piece 4. Clearbook, 20 Transparent Pockets, Legal 8 Piece 5. Eraser, Plastic/ Rubber 3 Piece 6. Sign Pen, Extra Fine Tip, Black 10 Piece 7. Sign Pen, Fine Tip, Black 22 Piece 8. Sign Pen, Medium Tip, Black 12 Piece 9. Sign Pen, Medium Tip, Blue 1 Piece 10. Sign Pen, Fine Tip, Red 10 Piece 11. Air Freshener 13 Can 12. Broom, Soft (walis Tambo) 2 Piece 13. Broom, Stick (walis Ting-ting) 3 Piece 14. Disinfectant Spray 5 Can 15. Dust Pan 1 Piece 16. Liquid Hand Soap,500ml 22 Bottle 17. Rags 4 Bundle 18. Scouring Pad 5 Pack 19. Trashbag,large Size 8 Pack/roll 20. Trashbag,xl Size 26 Pack/roll 21. Wastebasket 6 Piece 22. Acetate 2 Roll 23. Fire Extinguisher, Dry Chemical 10 Unit 24. Electric Fan, Ceiling Mount, Orbit Type 3 Unit 25. Electric Fan, Stand Type 5 Unit 26. Electric Fan, Wall Mount 1 Unit 27. Glue, All-purpose 8 Jar 28. Staple Wire, Standard 13 Box 29. Tape, Electrical 2 Roll 30. Tape, Masking, 24mm 4 Roll 31. Tape, Masking, 48 Mm 5 Roll 32. Tape, Transparent, 24mm 28 Roll 33. Twine, Plastic 3 Roll 34. Ruler, Plastic, 450 Mm 4 Piece 35. Calculator, Compact 5 Unit 36. Clip, Backfold, 19mm 6 Box 37. Clip, Backfold, 25mm 6 Box 38. Clip, Backfold, 32mm 6 Box 39. Clip, Backfold, 50mm 5 Box 40. Correction Tape 40 Piece 41. Cutter/utility Knife, For General Purpose 1 Piece 42. Data File Box 8 Piece 43. Eraser, Felt, For Blackboard/whiteboard 6 Piece 44. Paper Fastener 5 Box 45. File Organizer, Expanding, Plastic, Legal 2 Piece 46. Folder, L-type, A4 2 Pack 47. Folder With Tab, A4 1 Pack 48. Marker, Permanent, Black 17 Piece 49. Marker, Permanent, Blue 5 Piece 50. Marker, Permanent, Red 5 Piece 51. Marker, Whiteboard, Black 20 Piece 52. Paper Clip, Vinly/plastic Coated, 33mm 9 Box 53. Paper Clip, Vinly/plastic Coated, Jumbo, 50mm 10 Box 54. Pencil, Lead/graphite, With Eraser, One (1) Dozen Per Box 6 Box 55. Pencil Sharpener 2 Piece 56. Puncher, Paper, Heavy Duty 3 Piece 57. Scissors, Symmetrical Or Asymmetrical 8 Pair 58. Stapler, Standard Type 6 Piece 59. Tape Dispenser, Table Top 6 Piece 60. Note Pad, Stick On, 2" X 3", 100 Sheets Per Pad 3 Pad 61. Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 4 Pad 62. Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 3 Pad 63. Notebook, Stenographer 2 Piece 64. Paper, Multicopy A4 8 Ream 65. Paper, Multicopy Legal 3 Ream 66. Paper, Multipurpose A4 87 Ream 67. Paper, Multipurpose Legal 25 Ream 68. Record Book, 300 Pages 2 Book 69. Record Book, 500 Pages 11 Book 70. Tissue, Interfolded Paper Towel 19 Pack 71. Toilet Tissue Paper, 2 Ply 25 Pack 72. Hand Sanitizer 19 Bottle 73. Insecticide 4 Can 74. Ballpen 25 Piece 75. Sticker Paper 6 Pack 76. Double Sided Tape 9 Pc 77. Photo Paper 5 Pack 78. Bleaching Solution 5 Gal 79. Dishwashing Liquid 5 Gal 80. Plastic Fastener 4 Box 81. Steel Filing Cabinet 2 Pc 82. Extension Cord 3 Unit 83. Push Pin 3 Pack 84. Door Mat 3 Piece 85. Glue Stick (for Gglue Gun) 2 Pack 86. Office Chair 2 Unit 87. Storage Box 9 Pc 88. Face Mask 5 Box 89. Folder, Pressboard 15 Pc 90. Electric Fan, Desk Fan 2 Unit 91. Epson Ink 003 ( Black ) 5 Bottle 92. Epson Ink 003 ( Cyan ) 5 Bottle 93. Epson Ink 003 ( Yellow ) 5 Bottle 94. Epson Ink 003 ( Magenta ) 5 Bottle 95. Epson Ink 664 ( Black ) 5 Bottle 96. Epson Ink 664 ( Cyan ) 5 Bottle 97. Epson Ink 664 ( Yellow ) 5 Bottle 98. Epson Ink 664 ( Magenta ) 5 Bottle 99. Epson Ink 001 ( Black ) 1 Bottle 100. Epson Ink 001 ( Cyan ) 1 Bottle 101. Epson Ink 001 ( Yellow ) 1 Bottle 102. Epson Ink 001 ( Magenta ) 1 Bottle 103. Genuine Brother Ink Btd60 - Black 4 Bottle 104. Genuine Brother Ink Bt500-magenta 2 Bottle 105. Genuine Brother Ink Bt500-cyan 2 Bottle 106. Genuine Brother Ink Bt500-yellow 2 Bottle 107. Toilet Brush 5 Piece 108. Long Cleaning Broom (pang-agiw Na Walis) 5 Piece 109. Linoleum, Thick,(light Color)- Submit Sample Picture For Reference 12 Meter **nothing Follows** Approved Budget For The Contract (abc) – Php 136,302.46 *inclusive Of 12% Evat Office Address For Delivery: Purok 4,san Agustin, Castillejos, Zambales
Closing Date11 Feb 2025
Tender AmountPHP 136.3 K (USD 2.3 K)
Municipality Of San Miguel, Surigao Del Sur Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Surigao Del Sur Municipality Of San Miguel Bids And Awards Committee Request For Quotation Section 53.10 (negotiated Procurement – Lease Of Real Estate And Venue) Name Of Company: Address: Name Of Hotel/establishment: Address: Philgeps Registration No.: The Municipal Government Of San Miguel, Surigao Del Sur, Through Its Bids And Awards Committee (bac), Intends To Procure The Following Contract Indicated In This Request For Quotation (rfq) In Accordance With Section 53.10 (negotiated Procurement - Lease Of Real Property And Venue) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Contract: Lease Of Venue, Meals And Accomodation For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Report And Gad Plan And Budget Fy 2026 Approved Budget For The Contract: ₱ 500,500.00 Mode Of Procurement: Sec. 53.10 (negotiated Procurement - Lease Of Real Property And Venue) Rfq No.: 100-25-01-16 App Cy 2025 Reference No.: 2025 App End-user Unit: Mio/gfps Delivery Period: 30 Days Deadline For Submission Of Quotations: February 17-19,2025 Source Of Funds: 2025 Annual Budget Interested Bidders Are Hereby Invited To Submit Their Sealed Quotations, Signed By Their Duly Authorized Representative, On Or Before The Deadline Indicated Above, Subject To The Terms And Conditions Provided In This Rfq. Quotations May Be Submitted Physically Or Via Email Through The Contact Information Indicated Below: "the Bac Chairperson Bids And Awards Committee Municipal Government Of San Miguel, Surigao Del Sur Email: Meosanmiguel.sds01@gmail.com" Please Submit The Following Requirements Along With Your Sealed Proposals: 1. Latest Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; 2. Valid Philgeps Registration Number/organization Id/philgeps Certificate Of Registration (platinum Membership); And 3. Latest Income Or Business Tax Return Filed And Paid Through The Electronic Filing And Payment System And Printed Through The Tax Inquiry Facility Of The Bir The Municipal Government Of San Miguel, Surigao Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Proponents For Any Expenses Incurred In The Preparation Of The Proposal. The Municipal Government Of San Miguel, Surigao Del Sur Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Necessary. For Further Information, You May Contact The Bids And Awards Committee (bac) Through Email Address Meosanmiguel.sds01@gmail.com, Or At Mobile No. 09510908704. (sgd) Nazarre M. Jimenez, Ce Bac Chairperson Date: __________________________ The Bac Chairperson Municipal Government Of San Miguel Surigao Del Sur Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Technical Specifications Statement Of Compliance (yes/no) Remarks (e.g. Brand Name, Model, Etc.) I. Availability A. Hotel/venue Must Be Available On February 15-17, 2025 For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Report And Gad Plan And Budget Fy 2026 Ii. Location A. Within Davao City* B. Free Parking Space Within Or Near Venue* Iii. Neighborhood Data A. Proper Waste Management System Such As Regular Garbage Collection And With Sanitary Permit From Appropriate Authority* B. Proximity To Police And Fire Stations* Iv. Venue A. Structural Condition: Structure Must Be Made Of Concrete And Structural Steel Materials Or Combination Of Both* B. Functionality Of Function Room/hall: Availability Of One (1) Function Hall For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Repoet And Gad Plan And Budget Fy 2026 1. Amenities* A. Availability Of Secretariat Table* B. Availability Of At Least 3 Microphone Units (preferably Wireless)* C. Availability Of One (1) Lcd Projector With Table And Projector Screen* D. Availability Of One (1) Podium, One(1) Philippine Flag And Pole* E. Free And Steady Wi-fi Connections At The Function Room/s* F. Waived Electricity Charges For Use Of Laptops And Projector* G. Audible/operational Sound System 2. Function Room: Should Accommodate 70 Participants For The Workshop 3. Accommodation For The Participants: A. Guaranteed Minimum Of Double Sharing Rooms, Or Equivalent To 70 Pax* A.1. Deluxe Twin Room* A.2. Triple Deluxe Room A.3. Quadruple Deluxe Room C. Facilities: A. Continuous Water Supply And Accessible Comfort Rooms* B. At Least One (1) Operational Elevator Available 24/7 If Applicable* C. Accessible Emergency Exit And Alarm, Standby Fire Extinguisher And Automatic Sprinkler System* D. Other Requirements: A. Provision Of Technical, Janitorial And Maintenance Services* B. Adequate Security Service 24/7* E. Catering Services A. Location Must Be Inside The Function Hall, Or Outside But Near The Function Hall* B. Meals For A Guaranteed 70 Participants Stated In This Form, Composed Of The Following: Snacks Morning X 3 Day 1: Chicken Siopao & Juice Day 2: Burger And Juice Day 3: Banana Turon And Juice Lunch X 3 Day 1: Rice, Fried Chicken, Chopsuey, & Fish Fillet, Fruits, Softdrinks Day 2: Rice, Humba, Pakbet, Fish Tinola, Fruits, Softdrinks Day 3: Rice, Ginataang Puso Ng Saging, Pork Adobo, Pancit, Fruits, Softdrinks Snacks Afternoon X 2 Day 1: Pizza And Coke Day 2: Tuna Sandwich And Juice Breakfast X 2 Day 2: Rice, Scrambled Egsg, Tocino, Coffee Day 3: Rice, Bacon, Hotdog, Coffee Dinner X 2 Day 1: Rice, Adobo Chicken, Beef Steak, Mixed Vegetables, Softdrinks, Fruits Dinner 2: Rice, Lumpia, Pakbet, Porkchop, Fruits, Softdrinks F. Passing Rate: Rating* Responsive* Not Responsive * I. (50%) Ii. (10%) Iii. (5%) Iv. (35%) Schedule For Opening Of Quotations: Opening Of Bids Shall Be Open On January 29, 2025 At 10:00 O'clock In The Morning, The Venue Will Be Held At Bac Conference Room, Office Of The Municipal Engineer, Tina, San Miguel, Surigao Del Sur.
Closing Date27 Jan 2025
Tender AmountPHP 500.5 K (USD 8.5 K)
BARANGAY CAMPALANAS LAZI SIQUIJOR Tender
Others
Philippines
Details: Description Barangay Government Of Campalanas Project Reference Number: Name Of The Project: Provision Of Communication Devices And Purchase Of Emergency Supplies. Standard Form Number: Sf-good-05 Location Of Project: Campalanas, Lazi, Siquijor Revised On: May 24, 2004 Invitation To Bid The Barangay Campalanas Of Lazi, Siquijor Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project: Provision Of Communication Devices And Purchase Of Emergency Supplies. Location: Campalanas, Lazi, Siquijor Brief Description: Purchase Of Handheld Radio, First Aid Kit, Tent, Refilling Of Fire Extinguisher, Raincoat And Fuel For Generator Set. The Approved Budget For The Contract (abc) Is Php 134,645.12. All Bids In Excess Of The Abc Shall Be Automatically Rejected. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Revised Implementing Rules And Regulations Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. Only Submissions From Bidders Who Pass The Eligibility Check Will Be Opened. I. General Requirements This Document Presents The Instructions, Minimum Requirements, And Prescribed For Required For Eligibility To Bid. All The Documents To Be Submitted For Eligibility To Bid Should Be Separated By Appropriately Labeled Tabs. All Bidders/proponents Are Required To Follow The Suggested Format And Presentation Of The Documents. All Documents Must Be In Legal Size Bond Paper And Must Be Placed In Sealed Long Envelopes And Labeled As Follows: • Envelope 1 - Eligibility Requirements And Technical Components Of The Bid • Envelope 2 - Financial Component Of The Bid The Bidder/proponent Must First Comply With The Following Requirements And Provide Documentary Proof And/or Certifications To Support Claims Made, And Place Such Documents In Envelope 1. The Basic Documents Must Be Separated By Dividers, E.g., Colored Paper, Cardboard, Etc. With Tabs As Assigned Below: 1. Valid Philippine Contractors Accreditation Board (pcab) License And Registration; 2. Board Resolution/special Power Of Attorney Authorizing The Representative/signatory To Sign And Submit Bid Proposals And Other Documents 3. Certified True Copy Of Department Of Trade And Industry (dti) Business Name Registration Or Sec Registration Certificate, Whichever May Be Appropriate Under Existing Laws Of The Philippines 4. Certified True Copy Of Valid And Current Mayor’s Permit/municipal License; 5. Certified True Copy Of Bir Registration Or Taxpayer’s Identification Number; 6. Certified True Copy Of Philgeps Registration; 7. Latest Tax Clearance; 8. Income Tax Return; 9. Statement Of The Prospective Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Government Procurement Policy Board (gppb), Once Released In Accordance With The Guidelines To Be Issued By The Gppb; 10. Audited Financial Statements For The Preceding Year; 11. Computation Of Net Financial Computation Capacity (nfcc); 12. Statement Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts During The Past Three Years, Where Applicable, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall State For Each Contract Whether Said Contract Is: Ongoing, Completed, Or Awarded But Not Yet Started: Within The Past Three Years, Where Applicable. The Statement Shall Include, For Each Contract, The Following: O Name Of The Contract; O Date Of The Contract; O Kinds Of Goods Sold; O Amount Of Contract And Value Of Outstanding Contracts; O Date Of Delivery; O End User’s Acceptance, If Completed; And O Specification Whether Prospective Bidder Is A Manufacturer, Supplier, Or Distributor; 13. Bid Security/bid-securing Declaration 14. Organizational Chart For The Contract 15. Personnel To Be Assigned To The Contract 16. List Of Equipment 17. Notarize Omnibus Sworn Statement; 18. Affidavit Of Site Inspection Ii. General Evaluation Methods/criteria The Bids And Awards Committee (bac) Will Initially Evaluate The Eligibility Requirements Submitted By Each Bidder Based On The Completeness Of Submitted Documents. Bac Members Shall Check For The Completeness, Organization, And Accuracy Of Information Provided. Envelopes 1 And 2 Will Only Be Opened On January 14, 2025 During The Opening Of Bids. (see Section Iii For The Complete Schedule.) Late Or Incomplete Submission And/or Inaccurate Information Shall Automatically Disqualify The Bidder/proponent. Only Bidders/proponents With Complete And Accurate Background Information Shall Be Evaluated Based On The Following: 1. Legality Of Existence Of The Bidder/proponent, Whether The Bidder/proponent Is A Legitimate And Duly Authorized Entity. 2. Financial Capability, Whether The Bidder/proponent Is In Good Financial Standing And Is Capable Of Financing The Requirements Of The Contract. 3. Service Capability, Whether The Bidder/proponent Has The Organizational Capability To Deliver The Services And To Provide Assistance/support. 4. User Acceptance Of Services Or Track Record Based On Solicited Feedback From Selected Clients Served Or Accredited By The Bidder/proponent; And 5. Other Criteria As May Be Recommended/prescribed By The Bac And The Commission On Audit. Iii. Schedule For The Bidding 21 December 2024 Issuance Of Bid Documents 2 January 2025 Pre-bid Conference 14 January 2025 Opening Of Bids 15 January 2025 Bid Evaluation 16 January 2025 Post-qualification 17 January 2025 Notice Of Award Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 500.00 To The Barangay Treasurer. The Pre-bid Conference Is Scheduled On January 2, 2025 2:00 P.m. At The Campalanas Barangay Session Hall, Campalanas, Lazi, Siquijor. All Bidders Are Encourage To Attend The Meeting To Discuss Relevant Issues Pertaining To The Whole Exercise Of The Bidding Procedure As Well As Clarifications Of Eligibility Requirements And Other Related Matters. The Opening Of Bids Shall Follow The Procedure Prescribed In Ra 9184 And Shall Take Place On Opening January 14, 2025 2:00 P.m. Iv. Inquiries And Submission Of Bidding Forms All Documents To Be Submitted Should Be Logged In By The Bac Secretariat Indicating The Exact Time Of Receipt. The Head Of Bac Secretariat, Ms. Cineza Mae L. Bucol Must Receive All Bid Proposals Not Later Than 1:50 P.m. (campalanas Time) On January 14, 2025 Addressed To The Bids And Awards Committee. For Further Inquiries, Please Contact Cineza Mae L. Bucol Or Edsil S. Taroc At Cellphone Numbers 09056788502,09757247664 Or At Email Address Cinezameabucol@gmail.com Respectively. Approved By: Antonio M. Am-is Jr. Barangay Kagawad/bac Chairman
Closing Date14 Jan 2025
Tender AmountPHP 134.6 K (USD 2.3 K)
Department Of Tourism Tender
Others
Philippines
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
2221-2230 of 2301 archived Tenders