Manpower Tenders
Manpower Tenders
Concepcion Water District Tender
Chemical Products
Philippines
Details: Description Request For Quotation Date: January 03, 2025 Quotation No. Rfq-25-01-001 Please Quote Your Lowest Lot Price On The Item(s) / Job Listed Below, Subject To The Terms And Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than January 07, 2025, 10:00 Am (sgd.) Engr. Andrew John T. Pablo Bac Chairperson The Concepcion Water District (cwd) Requires The Services Of A Doh Accredited Laboratory To Perform Physical & Chemical Water Analyses In Accordance With The Philippine National Standards For Drinking Water (pnsdw). Water Samples Shall Be Examined Only By A Doh Accredited Laboratory And Adhere To The Drinking Water Quality Parameters, As Follows: Parameters Sampling Location Price 1. Arsenic (as) Treatment Plant Outlet/source 2. Cadmium (cd) Treatment Plant Outlet/source & Consumer’s Tap 3. Lead (pb) Treatment Plant Outlet/source /source & Consumer’s Tap 4. Nitrate (no3) Treatment Plant Outlet/source 5. Color (apparent) Treatment Plant Outlet/source /source & Consumer’s Tap 6. Turbidity Treatment Plant Outlet/source /source & Consumer’s Tap 7. Ph Treatment Plant Outlet/source /source & Consumer’s Tap 8. Total Dissolved Solids (tds) Treatment Plant Outlet/source 9. Odor Treatment Plant Outlet/source 10. Taste Treatment Plant Outlet/source 11. Chloride Treatment Plant Outlet/source 12. Hardness Treatment Plant Outlet/source 13. Iron Treatment Plant Outlet/source 14. Manganese Treatment Plant Outlet/source 15. Conductivity Treatment Plant Outlet/source 16. Sulfate Treatment Plant Outlet/source 17. Disinfection Residual: - Residual Chlorine (mg/l) - Chlorine Dioxide Are 0.20- 0.40mg/l Other Than Chlorine Dioxide The Parameters Are 0.30-1.50mg/l Treatment Plant Outlet/source 18. Thermotolerant Coliform/e. Coli Treatment Plant Outlet/source 19. Pesticide Test Of One (1) Pump Station Treatment Plant Outlet/source (all Wells) Abc : Php342,000.00 (re-sampling [if Any] Excluded) The Concepcion Water District Requires The Accredited Laboratory To Make Ready Of The Physical And Chemical Analysis Results For Collection In A Semester. Subject : Laboratory Services/physical And Chemical Analysis Sampling : *nineteen (19) Wells Sample, Two (2) Times A Year *on-site Collection Of Water Sample From Distribution Well And Consumer’s Tap; *perform Water Sampling Depending On The Parameters Requested; *analyzed Water Sample Based On The Parameters Specified; *provide Bottles For Sampling; *submit/deliver Results Of Physical And Chemical Analysis Within A Month From Date Of Submission. Contract : For The Year 2025 Terms And Conditions: 1. The Contracted Accredited Laboratory Should Provide Water Sampling Bottles. 2. Provide Vehicles And Manpower To Take Water Samples At All Sites. 3. Deliver All Water Samples To The Laboratory Along With The Cwd Employee/s And Municipal Health Representative. 4. Inform And Send Via E-mail (concepcionwaterdistrict@yahoo.com) The Results Of The Physical And Chemical Test And Provide Hard Copy As Well. 5. In Case Of Re-sample (failed Result) The Contracted Party/accredited Laboratory Shall Inform The Cwd In Any Form Of Communication & Must Follow Conditions Nos. 1 – 4 As Stated And This Is/are Free Of Charge. 6. The Cwd Requires The Accredited Laboratory To Release The Physical And Chemical Analysis Result Within A Month Counting From The Day The Water Samples Were Delivered To The Laboratory With Statement Of Account And Payment Shall Be Based From The Contracted Amount In The Form Of Check. 7. Comply With Prompt Release Of The Result Via Email Along With The Statement Of Account/billing Statement. 8. Payment: Upon Results Availability. 9. Prices Are Inclusive Of 7% Gov’t Tax (to Be Deducted Upon Payment, Bir Tax Cert. 2307 Is Issued. 10. Others/documentary Requirements: A.) Doh Accreditation Certificate B.) Mayor’s/business Permit; C.) Philgeps Registration Certificate; D.) Updated Dti For Single Proprietor & Updated General Information Sheet For Corporation; E.) Annual Income Tax/business Tax Return, Paid Thru Efps Shall Be Accepted; F.) Tax Clearance Certificate. Prices Quoted By: Supplier: __________________________________ ___________________________________________ Printed Name And Signature Tel. No: ________________ Date: __________________
Closing Date7 Jan 2025
Tender AmountPHP 342 K (USD 5.8 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)
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.gov-25-19-np(sv) Reference Pr No. Gov-25-19 January 15, 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 January 21, 2024 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: ₱381,200.00 Place Of Delivery: Casa Real, Iloilo Provincial Capitol Date Of Delivery: January 25 & 26, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 200 Pax Catering Of Meals For 200 Pax @ 450.00 Per Pax For Kasadyahan Festival On January 25, 2025 (dinner) Menu: Kare-kare, Grilled Fish, Chicken Parmesan, Bam-e, Macaroni Fruit Salad, Rice And Soft Drinks 450.00 2 200 Pax Catering Of Meals For 200 Pax @ 580.00 Per Pax For Dinagyang Festival On January 26, 2025 (lunch) Menu: Pork Pochero, Grilled Fish, Chicken Alamax, Beef Brisket, Sotanghon Guisado, Fresh Lumpia, Fruits In Season Rice And Soft Drinks 580.00 3 800 Pax Snacks For 800 Pax @ 100.00 Per Pax For Kasadyahan Festival On January 25, 2025 (p.m Snacks) 100.00 Menu: Butterscotch/revel Bar, Meat Roll, Assorted Candies, Assorted Chip 4 500 Pax Snacks For 500 Pax @ 110.00 Per Pax For Dinagyang Festival On January 26, 2025 (a.m Snacks) Menu: Cheese Roll, Assorted Candies, Assorted Chip, Bottled Water 110.00 5 134 Pax Packed Meals For 134 Pax @ 300.00 Per Pax For Kasadyahan And Dinagyang Festival On January 25 & 26, 2025 300.00 Day 1 – January 25, 2025, 84 Pax, Dinner Menu: Main Dish: Pork Igado, Fish With Tartar Sauce, Roast Chicken Dessert: Brownies Rice And Soft Drinks Day 2 – January 26, 2025, 50 Pax, Lunch Menu: Main Dish: Pork Igado, Fish With Tartar Sauce, Roast Chicken Dessert: Brownies Rice And Soft Drinks 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 T He 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-25-19-np(sv) Reference Pr No. Gov-25-19 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 25 & 26, 2025 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom 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 Date21 Jan 2025
Tender AmountPHP 381.2 K (USD 6.5 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.gov-25-06-np(sv) Reference Pr No. Gov-25-06 January 10, 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 January 21, 2024 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 One Thousand Pesos (₱1,000.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱942,000.00 Place Of Delivery: Within The Vicinity Of Iloilo City Or Province Of Iloilo. Date Of Delivery: As Per Terms/conditions Stated In The Order To Deliver/ordering Agreement Until June 30, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1000 Pax Catering Of Meals For 1000 Pax @ 450.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 450.00 Menu: Main Dish: Choice Of 3 Main Dish • Kare-kare/beef Brisket/ Native Chicken Binakol/ Baby Backribs With Fruit Sauce/ Grilled Fish/ Patatim Belly/ Crispy Pata/ Lechon Kawali/ Chicken Cordon Bleu/ Seafood Chopsuey/ Fish With Tartar Sauce/ Braised Chicken With Mushroom/ Hamonado/ Ox Tongue With Mushroom Sauce/ Fried Chicken/ Chicken Stew/ Pandan Chicken/ Baked Chicken W/ Honey/ Chicken Parmesan/ Steamed Fish With Soy/ Stir Fry Seafood/ Chicken With Assorted Vegetables/kbl Side Dish: • Waldorf Salad/ Potato Salad/ Vegetable Lumpia/ Sotanghon Guisado/shanghai Lumpia/ Pad Thai Noodles/ Spaghetti Carbonara Dessert: • Buko Fruit Salad/ Fruits In Season/ Buko Mango Salad/ Leche Flan/ Fruit Salad/ Buko Pandan Salad Rice Soft Drink/ Bottled Water/ Juice 2 1200 Pax Catering Of Snacks For 1200 Pax @ 110.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 110.00 Menu: • Hamburger/sandwich/siopao • Soft Drink/ Bottled Water/ Juice 3 1200 Pax Packed Meals For 1200 Pax @ 300.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 300.00 Menu: Main Dish: Choice Of 2 Main Dish • Beef Brisket/native Beefsteak/baby Backribs With Fruit Sauce/ Hamonado/ Breaded Pork/ Garlic Pepper Porkribs/ Lechon Kawali/ Chicken Cordon Bleu/ Seafood Chopseuy/ Fish With Tartar Sauce/ Braised Chicken With Mushroom/ Ox Tounge W/ Mushroom Sauce/ Fried Chicken/ Chicken Stew/ Pandan Chicken/ Baked Chicken With Honey/fish With Chili Mango Sauce/ Steamed Fish With Soy/ Stir Fry Seafood/ Chicken With Assorted Vegetables And Nuts Dessert: • Buko Fruit Salad/ Buko Pandan Salad / Macaroni Fruit Salad / Fresh Fruit Salad/ Brownies With Nuts/fruits In Season/macaroons Rice Soft Drink/ Bottled Water/ Juice 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 T He 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-25-06-np(sv) Reference Pr No. Gov-25-06 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 Terms/conditions Stated In The Order To Deliver/ordering Agreement Until June 30, 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom 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 Date21 Jan 2025
Tender AmountPHP 942 K (USD 16 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. Peso-25-43-np(sv) Reference Pr No. Peso-25-43 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, Iloilo Provincial Capitol, Iloilo City 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: ₱580,000.00 Place Of Delivery: Any Place Within The Vicinity Of The Province Or City Of Iloilo Date Of Delivery: As Per Terms /conditions Stated In The Order Of Deliver/ordering Agreement Until December 31,2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 800 Pax Catering Of Meals & Other Incidentals For 800 Pax @500 Per Pax For Various Activities Of Public Employment Service Office Until December 31, 2025 500.00 Menu Lunch: Main Dish: Pork Sweet And Sour/ Pork Adobo/pork Hamonado/ Pork Sinigang/ Bakareta/beef Steak With Broccoli/ Beef Steak W/ Onion Rings/ Buttered Chicken/chicken Adobo/chicken Curry/ Sweet & Sour Fish/ Fish Fillet W/ Tartar Sauce/ Fried Bangus/ Chopsuey/ Bam-i/ Bihon Guisado/ Pinakbet/lemon Glazed Chicken/ Pork Estofado And Plain Rice Soup: Cream Of Mushroom Soup/ Cream Of Corn Soup/ Hototay, Soup/ Bird’s Nest Soup/ Molo Soup/ Kbl Soup/ Tinolang Manok Soup Side Dish: Lumpiang Shanghai/atsara Dessert: Buko Pandan/ Macaroni Salad/ Fruit Salad/ Brownies/ Butter Scotch/ Mixed Fruits/ Black Sambo Drinks: Canned Juice/ Bottled Juice/ Canned Soda/ Bottled Soda/ Bottled Water 2 1800 Pax Catering Of Snacks & Other Incidentals For 1800 Pax @100 Per Pax For Various Activities Of Public Employment Service Office Until December 31, 2025 100.00 Snacks: Burger/ Siopao/ Spaghetti/ Carbonara/ Sandwich/ Royal Bibingka/asado Roll/ Ensaymada/ Cheese Roll, Baked Macaroni, Pancit Molo With Bread/bam-i/ Bijon Guisado Drinks: Canned Juice/ Bot. Juice/ Canned Soda/ Bot. Soda/ Bot . Water Terms & Conditions 1.winner Bidder/supplier Must Provide Free Flowing Coffee/choco And Water In Dispenser 2. Menu Of Choice Must Include 1 Am Snacks,1 Pm Snacks,3 Main Dish,1 Soup/sidedish,1 Dessert And 1 Round Of Drinks 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. Peso-25-43-np(sv) Reference Pr No. Peso-25-43 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. Delivery Period: As Per Terms /conditions Stated In The Order Of Deliver/ordering Agreement Until December 31,2025. 2. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom 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 Date4 Feb 2025
Tender AmountPHP 580 K (USD 9.9 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Repair Of Amnay Ris (supplemental Pow Cy 2023) Pb # Occmdo-imo-2024-044 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2023 Intends To Apply The Sum Of Five Million Eight Hundred Ninety Six Thousand Two Hundred Sixty Six Pesos & 82/100 Only (₱ 5,896,266.82) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2024-occi-amnayrisgabions(cy2023pow)-5.8m-044. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Construction Of 0.058km Gabions Protection For Amnay Ris Patrick Area At Sablayan, Occidental Mindoro. Completion Of The Works Is Required One Hundred Twenty (120) 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). Equipment Requirement: One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) One (1) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) One (1) Unit – Service Vehicle (5 Sitter) One (1) Unit – Plate Compactor Two (2) Unit – Water Pump 4” Dia. Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 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 Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Ten Thousand Pesos Php. 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 11:30 A.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro 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 1:00 P.m. Of January 15, 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 2:00 P.m. January 15, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo 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. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A
Closing Date15 Jan 2025
Tender AmountPHP 5.8 Million (USD 100.9 K)
Province Of Iloilo Tender
Furnitures and Fixtures
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.peo-25-03-np (sv) Reference Pr No. Peo-25-03 January 9, 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 14, 2025 At 9:00 A.m. With The Bids And Awards Committee At The Bids And Awards Committee-secretariat, 5th Floor, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). (sgd)atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱299,190.00 Place Of Delivery: Iloilo Provincial Capitol, Iloilo City Date Of Delivery: 5 Calendar Days Upon 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 1 250 Pc Coco Lumber, 2”x4”x12’ 357.00 2 150 Pc Coco Lumber, 2”x4”x8’ 240.00 3 135 Pc Coco Lumber, 2”x4”x10’ 299.00 4 150 Pc Coco Lumber, 2”x2”x12’ 179.00 5 200 Pc Coco Lumber, 2”x2”x10’ 146.00 6 50 Pc Bamboo Poles 156.00 7 65 Pc Wooven Sawali, 8’x8’ 380.00 8 80 Lin.m. Laminated Sack, 12’ Wide 169.00 9 8 Box Common Wire Nails, 4” 1,983.00 10 10 Kilo Common Wire Nails, 1-1/2” 85.00 11 7 Box Common Wire Nails, 2-1/2” 2,113.00 Terms & Conditions 1. All Materials Shall Be Delivered At The Iloilo Provincial Capitol. 2. The Supplier Shall Inform The Office Of The Provincial Engineer And Submit Letter Of Inspection Attached With A Copy Of Approved Purchase Order (p.o.) Five (5) Days Prior To The Delivery Of The Materials. 3. Winning Bidder Shall Deliver The Materials Five (5) Days Upon Receipt Of Notice To Proceed. 4. Materials To Be Delivered Shall Be Of Good Quality. Any Material Found To Be Defective Shall Be Returned And Replaced By The Supplier At His/her Own Expense. 5. Liquidated Damages Shall Be Charged To The Supplier For Every Day Of Delay. 6. The Iloilo Provincial Government Reserves The Right To Rescind/cancel The Contract If Deemed Necessary And To The Best Interest Of The Government. 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 Procurement Projects With Abc Above ₱500,000.00; 4. 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. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. 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) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.
Closing Date14 Jan 2025
Tender AmountPHP 299.1 K (USD 5.1 K)
Department Of Tourism Region Xi Tender
Others
Philippines
Details: Description Iii. Objectives A. Assessment Objectives 1. Evaluate Current Program Status: Review Components Of Program To Determine Strengths, Weaknesses, Opportunities And Challenges; 2. Stakeholder Feedback: Gather Input From Lgus And Site Managers To Understand Experiences And Expectations; 3. Impact Measurement: Assess Program’s Success In Achieving Its Goals, Such As Promoting Travel And Adventure Tourism Of Davao; 4. Identify Gaps: Pinpoint Areas Needing Improvement, Including Logistics, Marketing, Environmental Consideration And Participant Safety. B. Planning Objectives 1. Set Goals And Objectives: Set Clear, Measurable Objectives For The Next Edition Of The Program; 2. Develop Framework: Create A Detailed Plan Outlining The Program’s Structure, Including Activities, Timeline And Roles; 3. Resource Allocation: Establish Or Reinforce Collaborations With Lgus, And Site Managers; 4. Risk Management: Plan For Safety Measures, Contingency Strategis And Sustainability Practices To Ensure Smooth And Responsible Implementation; 5. Monitoring And Evaluation Plan: Set Metrics And Benchmarks To Evaluate The Success Of The Program After Implementation. C. Team Building And Alignment 1. Foster Collaboration And Synergy Among Organizers, Partners And Volunteers; 2. Ensure Everyone Understands The Program’s Vision And Objectives. Iv. Purpose: The Department Of Tourism Region Xi Is In Need For The Services Of A Hotel / Resort Or Accommodation Facility In Davao City, With Function/meeting Room And Food & Beverage Services. V. Minimum Requirements: 1. Must Be Dotxi Accredited Hotel/ Accommodation Facility , With Overnight Rooms And Meeting/function Rooms; 2. Must Be Able To Provide Food And Beverage Services; 3. Must Be Able To Provide Food With Superior Taste; 4. Must Have Enough Manpower Wait Service Team; 5. Must Be Willing To Provide Services On Send – Bill Arrangement; 6. Must Allow Dot-xi To Finalize Food Menu For The Event; 7. Must Have Previous Experience With Government Events. Vi. Scope Of Work (a) Meeting / Function Room With Meals Date No. Of Pax Inclusions Remarks Jan. 22, 2024 40 -meals: Plated Am & Pm Snacks Buffet Lunch And Dinner -free Flowing Coffee -wait Service & Technical Personnel -basic Sound System Preferably Within Davao City, But Outside Davao City Central Business District -free Use Of Lcd Projector And Screen (b) Room Accommodation With Breakfast Date No. Of Rooms Room Type Remarks Jan. 22, 2024 10 Quad Rooms / Family Shared Rooms -rooms Inclusive Of Breakfast In Davao City -total Of 1night -2-star Hotel Or Equivalent Vii. Criteria For Rating Rating Factors Weight (%) I. Availability 100 Ii. Location And Site Condition 1. Accessibility 30 2. Parking Space 70 100 Iii. Neighborhood Data 1. Sanitation And Health Conditions 40 2. Police And Fire Station 25 3. Restaurant 30 4. Banking And Postal 5 100 Iv. Venue 1. Structural Condition 20 2. Functionality A. Conference Rooms 10 B. Room Assignments (ex. Single, Double, Etc) 5 C. Light, Ventilation And Air Conditioning 5 D. Space Requirements 5 3. Facilities A. Water Supply And Toilet 4 B. Lighting Systems 5 C. Elevators 4 D. Fire Escapes 4 E. Fire Fighting Equipment 4 F. Internet And Telecommunications 4 G. Audio Visual Equipment 5 4. Other Requirements A. Maintenance 5 B. Attractiveness 5 C. Security 5 5. Catering Services 5 6. Client’s Satisfactory Rating 5 Availability X.5 Location And Site Condition X.1 Neighborhood Data X.05 Venue X.35 100% Acceptance-passing Rate (80%) Viii. Budget: Php 96,000.00 Inclusive Of Applicable Government Taxes Ix. Terms Of Payment Dotxi Shall Be Billed On The Actual Expenses Incurred, I.e. Actual Number Of Rooms And Food Ordered, But Shall Not To Exceed The Approved Budget Contract Stated Above. X. Documentary Requirements: Company Profile List Of Previously Conducted Projects With Government Offices; Registration Certificate From Securities And Exchange Commission Or Dti Business Name. Valid And Current Mayor’s Permit. Bir Certificate Of Registration Philgeps Registration; Contact Person(s) Name : Katherine D. Anuta-rubio / Nathania Molina Address : Cope Development Building, Cm Recto St., Davao City Contact Nos. : (082) 225-1940 / 237-9288 Email : 2021dotxi.procurement@gmail.com Dot11@tourism.gov.ph
Closing Date20 Jan 2025
Tender AmountPHP 96 K (USD 1.6 K)
Department Of Education Division Of Pampanga Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid Repair Of Two Storey, Six Classrooms In Candating Hs, Arayat, Savings On Cy 2024 Basic Education Facilities Fund (beff) Repair/rehabilitation Of Classrooms 1. The Department Of Education, Schools Division Of Pampanga, Through The Deped Cy 2024 Basic Education Facilities Fund(beff) Intends To Apply The Sum Of Php 1,496,440.79, Being The Abc To Payments Under The Contract For The Project Repair Of Two Storey, Six Classrooms In Candating Hs, Arayat, Savings On Cy 2024 Basic Education Facilities Fund (beff) Repair/rehabilitation Of Classrooms. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Project Number Project Title Approved Budget Of Contract(abc) Beff-2025-001 Repair Of Two-storey, Six Classrooms In Candating Hs, Arayat, Savings On Cy 2024 Basic Education Facilities Fund (beff) Repair/ Rehabilitation Of Classrooms Php 1,496,440.79 Minimum Required Manpower: 1. Project Engineer 4. Project Manager 2. Material Engineer 5. First Aider 3. Safety Officer 6. Construction Foreman Minimum Required Equipment: 1. Self –loading Truck 5. Cutting Outfit 2. One Bagger Mixer 6. Bar Cutter 3. Welding Machine 7. Bar Bender 4. Plate Compactor Program Of Works Abc - Php 1,496,440.79 Item No. Item/description Unit Quantity 1 Facilities For The Engineer Month 2.00 2 Other General Requirements Month 2.00 3 Mobilization And Demobilization Lot 1.00 4 Steel Works, Truss Kg 5,566.27 5 Roofing Works Sq.m 399.75 6 Ceiling And Carpentry Works Sq.m 391.31 7 Electrical Works Lot 1.00 8 Painting Works 2. The Department Of Education- Schools Division Of Pampanga Now Invites Bids For Repair Of Two Storey, Six Classrooms In Candating Hs, Arayat, Savings On Cy 2024 Basic Education Facilities Fund (beff) Repair/rehabilitation Of Classrooms. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Department Of Education- Schools Division Of Pampanga And Inspect The Bidding Documents At The Address Given Below From Monday-friday 8:00 Am- 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 6-27, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Requires Interested Bidders To Present A Letter Of Intent With The Proper Company’s Letterhead, Pcab License, And A Special Power Of Attorney (spa) If The Buyer Is A Representative Of The Company. 6. The Department Of Education- Schools Division Of Pampanga Will Hold A Pre-bid Conference On January 14, 2025, At 9:00 Am, Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 8:00 Am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 8:01 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education- Schools Division Of Pampanga Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Leandro C. Canlas, Phd, Cese Department Of Education – Division Of Pampanga High School Blvd., Barangay Lourdes, City Of San Fernando, Pampanga Email Add: Bac.pampanga@deped.gov.ph January 6, 2025 ____________________________________ Leandro C. Canlas, Phd, Cese Assistant Schools Division Superintendent Bac Chairperson
Closing Date27 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
4831-4840 of 5009 archived Tenders