Manpower Tenders
Manpower Tenders
Province Of Iloilo Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-28-np(sv) Reference Pr No. Gov-25-28 January 17, 2025 The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 21, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱148,500.00 Place Of Delivery: Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City Date Of Delivery: January 23-26, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Rental Of Led Wall, Audio Equipments, Lights, Bandgears & Stage Trusses For The 2025 Kasadyahan Sa Kabanwahahan With A Theme “fun, Foodie, Friendly Iloilo: A Celebration Of Culture And Eco-tourism Para Sa Bagong Pilipinas” On January 23-26, 2025 For 4 Days ₱300,000.00 List Of Equipments Led Wall: 1 Set – Led Wall (8.2ft X 11.48ft Center Stage Or 8.2ft Left And Right Set Up Video Processor, Laptop 1 Lot – Scaffoldings, Counter Weight 1 Lot – Cables, Connectors, Breakers Main House Speaker And Monitors: 8 Units – Das Aero12a Line Array Speaker System 4 Units – Dual 18in Subwoofers 6 Units – Qsc Kw Monitor Mixer/processors/microphones: 1 Unit – Digital Mixer With D-snake 2 Units – Driverack Pa 1 Unit – Playback Cdj350 Bandgears: 1 Set – Drumset With Cymbals 1 Unit – Bass Amp 2 Units – Guitar Amp 1 Unit – Keyboard Amp 1 Lot – Cables And Connectors Lightning Equipments And Accessories: 28 Units – Parled And Stormy (wash Amber And Rgbw) 8 Units – Sharpy Moving Heads 6 Units – Mac Aura 1 Unit – Mini Pearl Light Controller 2 Unit – Smoke Machine 1 Lot – Cables, Wires, Breakers Stage, Trusses, Roofing: 1 Set – Stage 24ft X 16ft X 5ft (h) 1 Set – Trusses With Roofing Inclusions: Hauling And Set-up (ingress And Egress) Crew/operator Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gov-25-28-np(sv) Reference Pr No.gov-25-28 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: January 23-26, 2025 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2.
Closing Date21 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
Province Of Iloilo Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.spo-25-27-np(sv) Reference Pr No.spo-25-27 The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 28, 2025 At 9:00 A.m. At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee After Payment Of The Rfq Form In The Amount Of One Thousand Pesos (₱1,000.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱650,000.00 Place Of Delivery: Sp Session Hall, 6th Floor, Iloilo Provincial Capitol Date Of Delivery: As Per Schedule Of The Activity X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 2 1000 1000 Pax Pax Catering Of Meals For 1000 Pax @ 500.00 Per Pax For Various Legislative Activities Of The Sangguniang Panlalawigan, Province Of Iloilo Until August 31, 2025. Menu: Choice Of 3 Main Dish Main Dish: Beef Steak With Mushroom Sauce, Beef Afritada, Kare-kare, Patatim, Baby Back Ribs W/ Bbq Sauce, Pork Sisig , Breaded Pork Chop W/ Tartar Sauce, Grilled Spare Ribs, Chicken Alexander, Special Fried Chicken, Chicken Cordon Bleu, Chicken Lollipop, Chicken Ala King, Grilled Fish, Fish Fillet W/ Sauce (thousand Island, Tartar Sauce), Boneless Grilled Bangus, Fish Sinigang, Mixed Vegetables Choice Of 1 Side Dish, Dessert And Drinks Side Dish: Soup, Pasta, Noodles Lumpia, Siomai Dessert: Salad, Cakes, Fruits, Leche Flan Drinks: Soft Drinks, Bottled Water, Juice Catering Of Snacks For 1000 Pax @ 150.00 Per Pax For Various Legislative Activities Of The Sangguniang Panlalawigan, Province Of Iloilo Until August 31, 2025. Menu: Choice Of 1 Snack Hamburger, Sandwich, Pasta, Siopao, Bihon, Sotanghon Guisado Choice 1 Of Drinks Drinks: Soft Drinks, Bottled Water, Juice Terms And Conditions 1. The Use Of Low Density Plastics And Styrofoam As Food Container Or Wrapper Shall Not Be Allowed Except As First Packaging. 2. Caterers Are Required To Use Paper, Table Napkins, Banana Leaves And Other Biodegradable/organic Materials To Wrap/package The Food Items. 3. Refillable Water Containers Shall Be Provided Instead Of Individual Bottled Mineral Water. 4. Use Of Plastic Straws And Stirrers Is Strictly Prohibited. 5. Partial Billing Is Allowed. 500.00 150.00 Total Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: _____________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.spo-25-27-np(sv) Reference Pr No. Spo-25-27 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Of The Activity Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 3. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 4. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 5. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 6. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 7. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 8. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 9. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 10. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 11. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 12. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 13. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 14. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 15. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.
Closing Date28 Jan 2025
Tender AmountPHP 650 K (USD 11 K)
Province Of Iloilo Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-40-np (sv) Reference Pr No. Gov-25-40 January 28, 2025 _____________________ ____________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 4, 2025 At 9:00 A.m. At The 5th Floor Bids And Awards Committee Office, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱398,207.00 Place Of Delivery: 3rd Floor Office Of The Governor, Iloilo Provincial Capitol, Iloilo City Date Of Delivery: Within Fourteen (14) Calendar Days From Receipt Of Notice To Proceed X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Unit Video Switcher 8-channel 3g-sdi Live Streaming Switcher Supports Up To 1080p60 Rtmp Streaming Via Ethernet Or Usb – C Record Program Out And Individual Inputs 11 – Input, 2 – Channel Audio Mixer Input Frame Rate And Format Converter Re-sync On All 3g – Sdi Inputs Hd Multiview Output With Up To 16 Views Local And Software Switching 4 X Upstream, 2 X Downstream Keyers 199,800.00 2 1 Unit Decoder 4k (3840 X 2160 @ 30 Hz) Via Hdmi Output Interfaces 8-ch Decoding At 24 Mp Resolution Input: Vga, Dvi-i Input Resolution: Vga, Dvi-i: 1080p: 1920 X 1080 @ 50/60hz, 720: 1280 X 720@ 50 Hz/60hz Output: Hdmi X 16, Bnc X 8 (db15x2) 198,407.00 Terms And Conditions -with Installation Of The System -with Installation Of Application Software -with 2 Years Warranty And Has A Service Center Within City -within 30 Days From Receipt Of Notice To Proceed Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gov-25-40-np (sv) Reference Pr No. Gov-25-40 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date4 Feb 2025
Tender AmountPHP 398.2 K (USD 6.8 K)
City Of Tabaco Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Installation/ Rehabilitation Of Various Infrastructure Projects (streetlighting Project & Roadways), Various Barangays, Tabaco City Contract Id No. 006-01-2025-infra-pb 1. The City Government Of Tabaco, Through The 20% City Development Fund 2025, Intends To Apply The Sum Of Thirty-eight Million Pesos (php 38,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Installation/ Rehabilitation Of Various Infrastructure Projects (streetlighting Project & Roadways), Various Barangays, Tabaco City Under Contract Id No. 006-01-2025-infra-pb. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tabaco Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 240 Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The City Government Of Tabaco And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. To 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27-february 17, 2025 From Given Address And Website/s 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 Twenty-five Thousand Pesos (p25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The City Government Of Tabaco Will Hold A Pre-bid Conference On February 04, 2025, 9:30am, Bac Conference Room, 2f Annex Bldg., Tabaco City Hall, Tabaco City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00am, February 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 17, 2025, 9:30am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Necessary Information: Minimum Pcab License Category: General Engineering Project Size Range: Electrical Works And Roadways – Medium A Minimum Manpower Requirements: • 1 Project Manager • 3 Safety Officer • 1 Project Engineer • 6 First Aider • 1 Materials Engineer I • 7 Skilled Laborer • 6 Construction Foreman • 24 Common Laborer Minimum Equipment Required: • 3 Units Concrete Cutter • 4 Units Bar Cutter • 4 Units Bar Bender • 7 Units Concrete Mixer, One Bagger • 5 Units Concrete Vibrator • 2 Boom Truck, Telescopic Hydraulic • 4 Units Stake Truck • 3 Units Jackhammer With Generator • 1 Unit Welding Machine With Genset • 3 Units Backhoe, Wheel Type • 1 Unit Road Grader • 1 Unit Road Roller, Vibratory • 1 Unit Water Truck (1000 Gallons) • Enough Hand Tools 11. The City Government Of Tabaco Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Jovito Bron Coderis, Jr. Bac Chairman / City Legal Office Bac Office / City Legal Office 2f Annex Bldg., Tabaco City Hall, Tabaco City Email: Bactabaco16@gmail.com Website: Tabacocity.gov.ph 13. You May Visit The Following Website: For Downloading Of Bidding Documents: Www.tabacocity.com.ph January 27, 2025 (sgd.) Atty. Jovito Bron Coderis, Jr. Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 38 Million (USD 649.9 K)
BARANGAY BIASONG HINUNANGAN, SOUTHERN LEYTE Tender
Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Corrigendum : Closing Date Modified
Philippines
Details: Description Section I. Invitation To Bid Republic Of The Philippines Province Of Southern Leyte Municipality Of Hinunangan Barangay Biasong Invitation To Bid For The Restoration/installation Of Barangay Street Lighting Project Id: 2024edf-1 The Barangay Biasong, Of Hinunangan, Through The Edf Cy 2024 Intends To Apply The 1. Sum Of Three Hundred Thousand Pesos (php 300,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Restoration/installation Of Barangay Street Lighting. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Barangay Biasong, Of Hinunangan Now Invites Bids For The 2. Restoration/installation Of Barangay Street Lighting Located At Barangay. Biasong, Hinunangan, Southern Leyte With The Following Scope Of Works: Item No. Description Quantity Unit 1.0 Concrete Works 4.10 Cu.m. A. Materials Cement 37 Bags Sand 2 Cu. M. Gravel 3 Cu. M. B. Manpower Foreman 1 M-p Skilled Mason 1 M-p Labor 2 M-p 2.0 Reinforcing Steelbar 79.95 Kgs. A. Materials 12mm Rsb 15 Lengths #16 G.i Tie Wire 5 Kgs 3.0 4.0 3. 4. 5. 6. 7. Formworks A. A. Materials Plywood ¼ Thick Coco Lumber 2x2x12 Cwn (assorted) Solar Lights Materials Lamp Post Solar Lights 1.0 2 10 20 20 20 Lot Sheets Feet Pcs Pcs Pcs Completion Of The Works Is Required 30 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. Interested Bidders May Obtain Further Information From The Barangay Biasong, Of Hinunangan, Southern Leyte And Inspect The Bidding Documents At The Address Given Below From 8am – 5pm During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 29- December 6 2024 (from Posting – Bid Opening) 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 Five Hundred Pesos (php 500.00). The Barangay Biasong, Of Hinunangan Will Hold A Pre-bid Conference1 On December 9, 2024 At 2:00 Pm At The Brgy.biasong Barangay Hall, Hinunangan, Southern Leyte Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before December 19, 2024 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 8. Bid Opening Shall Be On December 19, 2024 At 2:00 Pm At The Biasong Barangay Hall, Hinunangan, Southern Leyte. 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. 9. 10. The Barangay Biasong, Of Hinunangan 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: Hon. Arnulfo B. Ladica Chairman Committee On Infrastructure Biasong, Hinunangan So. Leyte Contact No.: 09851716444 Email Address: Barangaybiasonghinunangan1946@gmail.com Hon. Francisco Ladica Jr. Punong Barangay Hon.antonio A. Cumapon Bac Chairma
Closing Date3 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Municipality Of Caibiran, Biliran Tender
Others
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Citizens Charter Information System Location : Lgu, Caibiran, Biliran Delivery Period : 20 Days Abc : P450,000.00 Source Of Funds : Lce Capital 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description I 1.00 Set Citizens Charter Info Kiosk System • 1 Unit 32” Interactive Kiosk With Power Adapter & Penguin Base Including Software Schedule Of Activities: (1st Posting) Advertisement : January 8, 2025 To January 15, 2025 Bid Evaluation : January 17, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. 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”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 16, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 17, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 17, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran 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. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps004
Closing Date17 Jan 2025
Tender AmountPHP 450 K (USD 7.7 K)
Municipality Of Caibiran, Biliran Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Expanded Newborn Screening Collection Kits Location : Rhu, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P175,000.00 Source Of Funds : Philhealth Trust Fund All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 100 Pcs Expanded Newborn Screening Collection Kits Schedule Of Activities: (1st Posting) Advertisement : January 14, 2025 To January 21, 2025 Bid Evaluation : January 23, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. 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”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 Until January 22, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 23, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 23, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran 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. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps010
Closing Date23 Jan 2025
Tender AmountPHP 175 K (USD 2.9 K)
4821-4830 of 5009 archived Tenders