Manpower Tenders

Manpower Tenders

Municipality Of La Paz, Leyte Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date18 Sep 2024
Tender AmountPHP 250 K (USD 4.4 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 24-0322 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Purchase Of One (1) Set Emergency Tower Light (see Attached In Associated Components For The Specifications In Philgeps Website) Approved Budget Of The Contract (abc) : Php 250,000.00 Address : Lgu - La Paz, Leyte Description: The Municipal Government Unit Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Suppliers For The Purchase Of One (1) Set Emergency Tower Light With An Approved Budget For The Contract Amounting To Two Hundred Fifty Thousand Pesos (php 250,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)philgeps Registration Certificate (platinum Registered) B)registration Certificate From Sec For Corporation, Dti For Sole Proprietorship Or Cda For Cooperatives C)business License Permit/valid And Current Mayor’s Permit/municipal License; D)tax Clearance Per E.o. 398, S 2005; B.technical Documents: E)statement Of Prospective Bidder Of All Its Ongoing And Completed 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; F)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 Irr Of 9184; G)bid Security In The Prescribed Form, Amount And Validity Period. H)technical Specifications, Which May Include; •organizational Chart •production / Delivery Schedule •manpower Requirements •and/or After-sales Service/parts I)omnibus Sworn Statement •it Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgu’s Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; •each 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; •letter Authorizing The Hope Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; •the Signatory Is The Duly Authorized Representative Of The Prospective Bidder And 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 Accompanied By The Duly Notarized Special Power Of Attorney, Board/partnership Resolution, Or Secretary’s Certificate, Whichever Is Applicable; •it Complies With The Responsibilities Of A Prospective Or Eligible Bidder Provided In The Pbd’s; •it Complies With Existing Labor Laws And Standards; •it Is Not Related To The Head Of Procuring Entity (hope) Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; •it 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. C.financial Documents: J)latest Audited Financial Statement “stamped Received” By The Bir Or Its Duly Accredited Or Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; (latest Quarterly Or Annual Income & Business Tax Returns) K)computation Of Net Financing Contracting Capacity (nfcc) Class “b” Documents L)valid Joint Venture Agreement In Case Of Joint Venture (if Applicable) Or Duly Notarize Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provision Of The Jva In The Instance That The Bids Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) M)[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. N)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 2.financial Component Envelope (second Envelope) •original Of Duly Signed And Accomplished Financial Bid Form; And •original Of Duly Signed And Accomplished Price Schedule(s). C.the Municipality Of La Paz, Leyte 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. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : September 11 – 18, 2024 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : September 11 – 18, 2024 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. 3.issuance And Availability Of Bidding Docs. : September 11 – 18, 2024 @ 5:00 Pm •amount Of Bidding Documents: Php 500.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : N/a Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: September 18, 2024 @ 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid. 6.opening Of Bids : September 19, 2024 @ 10:30 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson

Municipality Of Sibunag, Guimaras Tender

Philippines
Closing Soon20 Sep 2024
Tender AmountPHP 1 Million (USD 17.8 K)
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2024-067– Improvement Of Municipal Plaza 1. The Municipality Of Sibunag Through The 2024 20% Df Improvement Of Smunicipal Plaza Intends To Apply The Sum Of One Million Pesos (p 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 067– Improvement Of Municipal Covered Gym. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Sibunag Now Invites Bids For Bid No. 2024-067– Improvement Of Municipal Plaza Bids Delivery Of The Infra Is Required Within Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Within Ten (10) 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. 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. 5. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 4:30 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders September 5 To September 20, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p1,000.00). 7. The Municipality Of Sibunag Will Hold A Pre-bid Conference On September 13, 2024, 1:00 Pm At Assessor’s Office, Ground Floor, Sibunag Municipal Hall Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of September 20, 2024.all Bid Submitted Late Shall Not Be Received. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On 1:15 Pm Of September 20, 2024 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. 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. 10. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Improvement Of Municipal Plaza Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: September 20, 2024, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost I. Lay-out Sq.m. 545.80 Ii. Structure Excavation Cu.m 29.27 Iii. Reinforced Concrete A. Wall Footing Cu.m. 11.71 B. Concrete Pavement Cu.m. 30.92 Iv. Masonry Works Sq.m. 270.13 V. Cement Plaster Finish (t=0.02) Sq.m. 195.84 Vi. Steel Works W/ Painting Sq.m. 31.34 Vii. Finishes (pebbles On Bleachers) Sq.m. 18.76 Viii. Solar Lights Installation Sets 4.00 Ix. Water Lines Installation W/ Accessories Lot 1.00 X. Technical Supervision M-d 90.00 Xi. Indirect Cost Lot 1.00 Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Words, Which Shall Be: Improvement Of Municipal Plaza 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Project Engineer Construction Foreman Skilled Mason Skilled Carpenter Skilled Electrician Skilled Welder Skilled Painter Unskilled Laborer Key Personnel General Experience Relevant Experience Building Construction Within 5years Of Experience Electrical Works Within 5years Of Experience 10.5 The Minimum Equipment Requirements Are The Following: Welding Machine Electric Drill Electric Sander Bar Cutter 1 Bagger Concrete Mixer Oxy - Acytelene Six-wheeler Truck Equipment Capacity Number Of Unit At Least 1 Unit 12 [insert Valve Engineering Clause If Allowed] N/a 15.1 The Bid Securing Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P20,000.00(2%) Of P______if Bid Securing Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit: B. The Amount Of Not Less Than P50,000.00(5%) Of P_________if Bid Security Is In Surety Bond. 20.3 Each Bidder Shall Submit [one (1)] Original And [two (2)] Copies Of The First And Second Components Of Its Bid. 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.

MUNICIPALITY OF ABUCAY, BATAAN Tender

Philippines
Closing Soon24 Sep 2024
Tender AmountPHP 10 Million (USD 178.7 K)
Details: Description Terms Of Reference I. Project Title Digitalization Of Payments For Collections And Disbursements Ii. Approved Budget For The Contract (abc) The Abc For The Proposed Services Is – Ten Million Pesos (php 10,000,000.00) Inclusive Of All Professional Fees, Administrative Costs, Hardware Costs Requirements For The Project, Incidental Costs (i.e. Permits) That Are Necessary In Order To Deliver The Required Services And Documents, As Well As All Applicable Government Taxes And Charges. Iii. Objective The Local Government Unit Aims To Improve Operational Efficiency Through This Project With Simplified Features. Specifically, The Project Shall: 1. Streamline The Process Of General Revenue Collections And Voucher Disbursement Through Digitalization To Improve Efficiency And Reduce Manual Errors; 2. Capturing And Recording Of All Official Receipts And Checks Issued By The Municipal Treasurer 3. Reduce Encoding Redundancies 4. Print Receipts 5. Interconnectivity Of Concerned Lgu Departments 6. Easy Printing Of Daily And Monthly Collection Reports 7. Quick Search And Flexible Query 8. Contextual Data Filters And Data Summaries For Decision Makers And Stakeholders, I.e. A. Municipal Mayor B. Municipal Treasurer C. Municipal Accountant Iv. Scope Of Work The Contractor Shall: 1. Conduct A Comprehensive Analysis Of Existing General Collection And Voucher Disbursement To Identify Requirements For Digitalization; 2. Design A User-friendly Digital Platform For Treasury And Accounting General Collections And Voucher Disbursement That Are Secure; 3. Ensure Seamless Data Flow And Interoperability Between Different Modules And Systems To Facilitate Efficient Operations; 4. Perform User Acceptance Testing (uat) To Ensure That The System Meets The Requirements And Expectations Of Stakeholders; 5. Provide Comprehensive Training Sessions For Municipal Treasury Collectors And Other End-users To Maximize Capability Of The New Digital System; 6. Ensure Compliance With Relevant Data Protection Regulations And Security Standards, Implementing Robust Cybersecurity Measures To Prevent Data Leaks And Unauthorized Access; V. Office Equipment For Digitalization And System Preferences Hardware 1. Ten (10) Units Of Desktop Computers 2. Ten (10) Units Dot Matrix Printers 3. Ten (10) 3-in-1 Printers 4. Ten (10) Units Uninterruptible Power Supply (ups) Software 1. Browser-based 2. With History Log 3. With Capability For Regular And Continuous-form Batch Printing (for Notices And Statements Of Accounts) 4. Raw And Filtered Data Must Be Fully Exportable To .xlsx (ms Excel) And .pdf Formats 5. Maximum Compatibility For Future Expansion And Patches Vi. Timeline And Schedule Of Payment Milestones Activities % Of Contract Amount 1.1 Project Design And System Analysis The Developers Work Closely With The End-users To Map Out The Workflow, Perform Data Gathering, And Conceptualize The System Design 25% 1.2 Prototype Development Completed Demonstration Of The Functional Prototype Of The Digital System Showing Its Key Features And Functionalities. Due Date: Within Thirty (30) Days From The Receipt Of Notice To Proceed 2 Hardware And Software Installation Hardware: Installation Of Server, Workstations And Network Software: Installation, Configuration And Initial Testing Of The Software Due Date: Within Fifteen (15) Days After Milestone No. 1.2 25% 3 Training Sessions Conducted Provide Comprehensive Training Sessions For Municipal Officers, And End-users On How To Use The New Digital System Effectively. Training Should Cover Topics Such As How To Log In, Navigate The System, Perform Tasks (e.g., Tax Payments), And Troubleshoot Common Issues. Due Date: Within Fifteen (15) Days After Milestone No. 2 25% 4 System Go-live Turnover The System To The Lgu And Allow End-users To Participate In User Acceptance Testing (uat) To Validate If The System Meets Their Needs And Expectations. Due Date: Within Fifteen (15) Days After Milestone 3 25% Vii. Qualifications The Service Provider (sp) Must Possess And Be Able To Present All Documentary Requirements/permits In Operating The Business And In Providing The Required Services, Such As: I. Technical Component Envelope Legal Documents (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents (b) 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; And (c) 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; And (d) 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; And (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And (f) 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. Financial Documents (g) 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. Ii. Financial Component Envelope (h) Original Of Duly Signed And Accomplished Financial Bid Form; And (i) Original Of Duly Signed And Accomplished Price Schedule(s). *please Add Additional Requirements Deemed Necessary Viii. Warranty And After Sales Service Requirements 1. 2-year Warranty For The Hardware Components And Other Office Equipment The Sp Should Offer Warranty Coverage For The Hardware Components That Will Be Used For The Project, Including Repairs Or Replacement Of Defective Units. However, Improper Use, Negligence, And Other External Factors Such As Acts Of Nature May Void Warranty. 2. 1-year After-sales Service For The Software The Sp Should Provide Customer Support And Technical Assistance To Resolve Issues And Respond To Questions And Concerns About The Functionalities Of The System. The Sp Should Provide Their Contact Information, Including An Email Address And Phone Num

Municipality Of La Paz, Leyte Tender

Philippines
Closing Date18 Sep 2024
Tender AmountPHP 312 K (USD 5.5 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 24-0321 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Provision Of Foods And Accommodation For The Climate Disaster Risk Analysis (cdra) Training (see Attached In Associated Components For The Specifications In Philgeps Website) Approved Budget Of The Contract (abc) : Php 312,000.00 Address : Lgu - La Paz, Leyte Description: The Municipal Government Unit Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Suppliers For The Provision Of Foods And Accommodation For The Climate Disaster Risk Analysis (cdra) Training With An Approved Budget For The Contract Amounting To Three Hundred Twelve Thousand Pesos (php 312,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)philgeps Registration Certificate (platinum Registered) B)registration Certificate From Sec For Corporation, Dti For Sole Proprietorship Or Cda For Cooperatives C)business License Permit/valid And Current Mayor’s Permit/municipal License; D)tax Clearance Per E.o. 398, S 2005; B.technical Documents: E)statement Of Prospective Bidder Of All Its Ongoing And Completed 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; F)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 Irr Of 9184; G)bid Security In The Prescribed Form, Amount And Validity Period. H)technical Specifications, Which May Include; •organizational Chart •production / Delivery Schedule •manpower Requirements •and/or After-sales Service/parts I)omnibus Sworn Statement •it Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgu’s Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; •each 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; •letter Authorizing The Hope Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; •the Signatory Is The Duly Authorized Representative Of The Prospective Bidder And 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 Accompanied By The Duly Notarized Special Power Of Attorney, Board/partnership Resolution, Or Secretary’s Certificate, Whichever Is Applicable; •it Complies With The Responsibilities Of A Prospective Or Eligible Bidder Provided In The Pbd’s; •it Complies With Existing Labor Laws And Standards; •it Is Not Related To The Head Of Procuring Entity (hope) Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; •it 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. C.financial Documents: J)latest Audited Financial Statement “stamped Received” By The Bir Or Its Duly Accredited Or Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; (latest Quarterly Or Annual Income & Business Tax Returns) K)computation Of Net Financing Contracting Capacity (nfcc) Class “b” Documents L)valid Joint Venture Agreement In Case Of Joint Venture (if Applicable) Or Duly Notarize Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provision Of The Jva In The Instance That The Bids Is Successful. Other Documentary Requirements Under Ra No. 9184 (as Applicable) M)[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. N)certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 2.financial Component Envelope (second Envelope) •original Of Duly Signed And Accomplished Financial Bid Form; And •original Of Duly Signed And Accomplished Price Schedule(s). C.the Municipality Of La Paz, Leyte 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. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Sept. 11 – 18, 2024 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Sept. 11 – 18, 2024 @ 5:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. 3.issuance And Availability Of Bidding Docs. : Sept. 11 – 18, 2024 @ 5:00 Pm •amount Of Bidding Documents: Php 500.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : N/a Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: September 18, 2024 @ 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid. 6.opening Of Bids : September 19, 2024 @ 9:30 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson

BARANGAY TALUNGON BAIS CITY Tender

Philippines
Closing Soon26 Sep 2024
Tender AmountPHP 83.5 K (USD 1.4 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bais Barangay Talungon Bids And Award Committee Invitation To Apply For Eligibility And To Bid The Sangguniang Barangay Of Barangay Talungon, Bais City Invites Interested Suppliers To Apply For Eligibility And To Bid For The Supply And Delivery For The: Item Number Qty. Item Description Abc 1. 1 Purchase Of 1 Unit Motorcycle 83,557.14 The Approved Budget For The Contract Is ₱ 83,557.14 To Be Taken From The General Fund 2024. The Following Documents Are Required For Submission: C. Eligibility Requirements Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor’s Permit Where The Principal Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its On-going And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Orders Or Job Orders; And End-user’s Acceptance Of Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty Percent (50%) Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty-five Percent (25%) Of The Abc; Or The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only) 7. Batch Release Certificate From Fda. (for Medicine Only) 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 9. License To Operate (bfad). (for Medicine Only) 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf). (for Accountable Forms Only) 11. Audited Financial Statements, Showing, Among Others, The Bidder’s 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 Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder’s Computation For Its Net Financial Contracting Capacity (nfcc) Must At Least Be Equal To The Abc To Be Bid, Or Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid. 13. Valid Joint Venture Agreement (jva), In Case The Joint Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below). (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank – Two Percent (2%); (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However That Is Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank, If Issued By A Foreign Bank – Two Percent (2%); (c) Surety Bond Callable Upon Demand Issued By A Surety Of Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. – Five Percent (5%); (d) Bid Securing Declaration; Prospective Bidder May Also Submit Bid Security In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From The Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule 16. Manpower Requirements 17. After-sales Services/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representatives To The Following: (a) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies, Office Corporations, Or Lgu’s, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; (b) Each Of The Documents Submitted Is Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; (c) It Is Authorizing The Head Of The Procuring Entity Or The Duly Authorized Representative(s) To Verify All The Documents Submitted; (d) Authority Of The Signatory; (e) Disclosure Of No Relationship; (f) Certification On Bidder’s Responsibilities; (g) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; And (h) It 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 Activity. 19. Technical Specifications (with Brochures, If Applicable) 20. Certificate Of Philgeps Registration 21. Tax Clearance 22. Latest Income And Business Tax Returns (monthly Or Quarterly) Bidders Or Its Duly Authorized Representative Shall Certify Under Oath That Each Of Line Documents Submitted In Satisfaction Of The Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Or Copy Of The Original, Complete, And That All Statements And Information Provided Therein Are True And Correct. D. Financial Documents (2nd Envelope): 1. Bid Prices In The Bill Of Quantities Bid Documents Can Be Obtained At The Abc Secretariat W/o Office Of The Barangay Captain, This City, Tel. No. 402-3041,anytime During Office Hours; And Can Also Be Inquired For Further Particulars. Eligibility, Technical And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes On September 26, 2024 10:00 Am At The Bac Secretariat, Office Of The Barangay Captain, Barangay Talungon At Which Date, Place, Time, Said Envelops Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Implementing Rules And Regulation Of R.a. 9184 Otherwise Known As The Gov’t Procurement Reform Act. The Barangay Gov’t Of Barangay Talungon Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, To Waive. Jerome G. Chiu Barangay Kagawad/bac Chairman

City Of Danao Tender

Philippines
Closing Soon24 Sep 2024
Tender AmountPHP 37.2 K (USD 665)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Hardware Materials For Fabrication Of Andas, Barangay Poblacion, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The City Engineering Office Intends To Apply The Sum Of Php37,215.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Hardware Materials For Fabrication Of Andas, Barangay Poblacion, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Hardware Materials For Fabrication Of Andas, Barangay Poblacion, Danao City, As Follows; Seq. Item Description Quantity 1 Palo China 2”x3”x10’ 6 Length 2 Palo China 2”x2”x12’ 25 Length 3 Common Wire Nails 1” 0.5 Kgm 4 Common Wire Nails 3” 1 Kgm 5 Common Wire Nails 4” 1 Kgm 6 Moulding / Base Board 1/2” X 4” X 10’ 18 Length 7 Wood Screw 1” 100 Piece 8 G.i Pipe 1-1/2”ø Sch.20 4 Length 9 G.i Pipe 1-1/2”ø Sch.40 4 Length 10 Marine Plywood 1/4” 3 Piece 11 Marine Plywood 1/2” 4 Piece 12 Enamel Paint (caramel Brown) 1 Gallon 13 Enamel Paint (gold) 24 Can 14 Rectangular Tube 2” X 3’ 1 Length Php37,215.50 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On September 18-23, 2024 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On September 24, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Rosette B. Villaflor Bac Chairman

City Of Danao Tender

Philippines
Closing Soon24 Sep 2024
Tender AmountPHP 52 K (USD 930)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Various Grocery Items And Materials For Vocational Scholorship Programs To Identified Out Of School Youth And Pantawid Beneficiaries Of The City Government Of Danao The Local Government Of Danao City, Through The City Social Welfare And Development Office Intends To Apply The Sum Of Php52,030.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Various Grocery Items And Materials For Vocational Scholorship Programs To Identified Out Of School Youth And Pantawid Beneficiaries Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Various Grocery Items And Materials For Vocational Scholorship Programs To Identified Out Of School Youth And Pantawid Beneficiaries, As Follows; Seq. Item Description Quantity 1 All Purpose Flour 40 Kg 2 Bread Flour 40 Kg 3 White Sugar 20 Kg 4 Evaporated Milk 40 Cans 5 Unsalted Butter 100 Bars 6 Eggs 20 Trays 7 Powdered Sugar 5 Pack 8 Cinnamon 5 Pack 9 Yeast ( Active Dry) 1 Pack 10 Refined Salt 2 Kilo 11 Canola Oil 10 Bottles 12 Baking Powder 8 Kg 13 Baking Soda 8 Kg 14 Vanilla Extract 8 Bottles 15 Cream Of Tartar 10 Pack 16 Walnuts 1 Kg 17 Almond Nuts 1 Kg 18 Baking Sheet 5 Roll 19 Cling Wrap 5 Roll 20 Tissue Paper 10 Roll 21 Dishwashing 8 Bottles 22 Water 30 Galloons Php52,030.00 Delivery Of The Goods Is Two (2) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On September 18-23, 2024 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On September 24, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Rosette B. Villaflor Bac Chairman

City Of Danao Tender

Philippines
Closing Soon24 Sep 2024
Tender AmountPHP 1.3 Million (USD 24 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of One (1) Unit Utility Van Type Vehicle For The City Treasurers Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Treasurers Office Intends To Apply The Sum Of Php1,344,800.40 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of One (1) Unit Utility Van Type Vehicle For The City Treasurers Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of One (1) Unit Utility Van Type Vehicle For The City Treasurers Office, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Utility Van Type Vehicle 1 Unit Engine: 2,499cc, 4ja1, Direct Injection Common Rail Blue Power Diesel Engine, Max Power 78/3,900, Max Torque 176.5/1,800, Fuel Tank Capacity 50 Liters Transmission: Mua-5s, Manual Transmission Tire: Tires 195r 14c 8pr Suspension: Front-double Wishbone With Coil Spring, Rear- Semi-electrical Leaf Spring Electrical System: 65d26r X 1, Voltage & Alternator 12v-90a Capacity: Gvw 2, 950kgs Color: White Warranty: 3yrs Passenger Capacity: 18 Passengers Php1,344,800.40 Delivery Of The Goods Is Thirty (30) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On September 11-23, 2024 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On September 11, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On September 24, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Rosette B. Villaflor Bac Chairman

City Of Danao Tender

Philippines
Closing Soon24 Sep 2024
Tender AmountPHP 158.8 K (USD 2.8 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Plumbing Materials For Repair And Maintenance Of Mainline And Secondary Line, Respond Leakages, Installation Of Stand Pipe And Water Meter At Barangay Poblacion, Sitio Caputatan, Barangay Cahumayan, Barangay Dungga And Barangay Maslog, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The Waterworks Division Intends To Apply The Sum Of Php158,870.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Plumbing Materials For Repair And Maintenance Of Mainline And Secondary Line, Respond Leakages, Installation Of Stand Pipe And Water Meter At Barangay Poblacion, Sitio Caputatan, Barangay Cahumayan, Barangay Dungga And Barangay Maslog, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Plumbing Materials For Repair And Maintenance Of Mainline And Secondary Line, Respond Leakages, Installation Of Stand Pipe And Water Meter At Barangay Poblacion, Sitio Caputatan, Barangay Cahumayan, Barangay Dungga And Barangay Maslog, Danao City, As Follows; Seq. Item Description Quantity 1 G.i Mech Plug 1/2” 150 Pcs 2 G.i Nipple 1” X 3” 80 Pcs 3 G.i Nipple 1-1/2” X 3” 100 Pcs 4 G.i Nipple 2” X 3” 80 Pcs 5 G.i Nipple 2” X 6” 10 Pcs 6 G.i Union Brass 1” 80 Pcs 7 G.i Union Brass 2” 50 Pcs 8 G.i Tee Reducer 2” X 1/2” 50 Pcs 9 G.i Bushing 2 X 1- 1/2” 15 Pcs 10 Gate Valve 2” 8 Pcs 11 Pressure Gauge 200 Psi, 1/4” 5 Pcs Php158,870.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On September 18-23, 2024 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On September 24, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Rosette B. Villaflor Bac Chairman

City Of Danao Tender

Philippines
Closing Soon24 Sep 2024
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of One (1) Unit Drone And Projector For The City Environment And Natural Resources Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Environment And Natural Resources Office Intends To Apply The Sum Of Php100,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of One (1) Unit Drone And Projector For The City Environment And Natural Resources Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding One (1) Unit Drone And Projector For The City Environment And Natural Resources Office, As Follows; Seq. Item Description Quantity 1. Drone 1 Unit Specifications: Dimension-145x88x62 Mm (folded) Camera -1/1.3” Cmos Sensor, F1.7 Aperture, 24mm Video Resolution – 4k/60fps, 2.7k/120fps, 1080p/240fps Photo Resolution – 12mp Max Flight Time – 34 Minutes Max Transmission Distance – 10 Km 2. Projector 1 Unit Specifications: Brightness 4,800 Ansi Lumens (standard) 3,840 Ansi Lumens (eco) Native Resolution Svga (800 X 600) Max Supported Resolution Wuxga (1,920 X 1,200) Aspect Ratio 4:3 (native), 16:9 (supported) Optical Zoom Ratio 1.1x Keystone Correction +/-40˚ (vertical, Manual & Auto) Audio 3w Speaker X 1 Hours (extremeeco) Php100,000.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On September 18-23, 2024 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On September 24, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Rosette B. Villaflor Bac Chairman
2171-2180 of 2322 active Tenders