Manpower Tenders
Manpower Tenders
Department Of Tourism Region Xi Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description I. Background And Rationale The Philippine Travel Tour Expo (ptte) Is One Of The Country's Leading Tourism Events, Organized Annually By The Philippine Travel Agencies Association (ptaa) At The Smx Convention Center In Pasay City. The Expo Serves As A Major Platform For Promoting Both Local And International Travel Offerings, Bringing Together Travel Industry Professionals, Businesses, And Enthusiasts To Explore The Diverse Tourism Opportunities In The Philippines. The Event Aims To Foster Growth Within The Tourism Sector While Providing A Venue For Business Networking And Collaboration. Since Its Inception In 1994, The Ptte Has Significantly Grown In Scope, Attracting A Wide Range Of Participants Such As Travel Agents, Tour Operators, Hotels, Resorts, And Individual Travellers. The Expo Showcases A Variety Of Travel-related Services, Including Vacation Packages, Flights, Accommodations, And Emerging Travel Technologies. It Also Highlights Different Regions And Destinations Across The Philippines, Emphasizing The Country’s Cultural Heritage, Natural Beauty, And Unique Tourism Experiences. The Event Offers Exclusive Deals And Promotions, Making It A Popular Destination For Both Business And Leisure Travellers. The Department Of Tourism Xi Views Ptte As A Valuable Opportunity To Promote The Davao Region’s Tourism Products And Attractions. With The Goal Of Boosting Tourism Recovery, Dot Xi, Alongside Local Government And Private Sector Partners, Will Participate In The Expo By Setting Up A Dedicated Booth To Showcase Davao’s Destinations And New Tourism Circuits. This Initiative Aligns With Their Efforts To Strengthen Domestic Tourism In The Region And Market It Effectively To The National Capital Region (ncr) Audience, Helping Ensure The Sustainable Growth Of The Local Tourism Industry. Ii. Objectives 1. To Showcase And Promote The Davao Region Tourism Products And Services In The National Capital Region And Other Regions In The Philippines 2. To Provide Opportunities For Trade Expansion And Consumer Engagement For Davao Region Tourism Stakeholders 3. To Provide An Avenue For Davao Tour Operators To Connect, Build A Network And Create New Businesses With Their Counterparts In Central Philippines 4. To Support The Sustainability Of The Existing Davao To Ncr Routes And Other Regional Air Routes Iii. Program Design The Dot Regional Office Xi Will Participate As Exhibitor And Will Conduct Customer-to-customer And Business-to-business Engagements. Event Components • Main Booth Exhibit: Showcase Of The Davao Region Provinces Partnered With Local Tour Operators • B2b Activity: Participation Of The Delegation To The Main B2b Activity By The Ptaa Iv. Scope Of Work A. Booth Construction And Design 1. Coordinate With The Organizer For Guidelines/ Instructions On Booth Installation. 2. Supervise And Facilitate Ingress And Egress, Booth Set-up And Installation, Maintenance And Dismantling; 3. Secure Required Forms And Permits For The Smooth Installation Of The Booth. 4. Assignment Of Stand-by Manpower For The Duration Of The Event To Manage On-site Problems; 5. Design And Construction Of The Dot Davao Booth, With The Following Details And Inclusions To Wit: All Design And Landscaping Materials And Procedures For A Two (2m Deep) (3m Long) Or 12 Sqm Booth With Platform Raw Space Booth; Led Wall Or Maximum Size Television For Audio-visual Presentations In The Booth Back Printed High-resolution Tarpaulins Sintra Boards/ Lighted Build Up Up Lights And Floodlights Counters With Storage (number Of Counters To Be Identified) Additional Storage Area For Safekeeping Of Items. Column Fabricated Wall-type Design Décor, Chairs And Tables (dependent On The Design) Provision Of Sound System Provision Of Water Dispenser With Daily Supply Water Gallon Installation And Disassemble Services Freight Services For Any Items/elements To Be Owned By Dot Xi B. Deliverables Of The Contracting Party: 1. Activity Report 2. Photo Documentation 3. Statement Of Account 4. Official Receipt C. Design Pegs: V. Project Requirement And Scope Of Deliverables Terms During The Service And Expected Output (a) The Supplier Shall Propose Design Incorporating The Aesthetic Elements And Components That Depict The Icons And Destinations Of Davao Region; To Incorporate New Davao Region Branding (b) The Proposed Design & Lay-out And Other Elements Shall Be For Approval Of Dot Xi Vi. Proposed Budget Of The Contract (abc): • The Total Approved Budget For The Procurement For The Services Of A Booth Contractor For The Davao Region Booth For The 32nd Ptaa Travel Tour Expo Is Two Hundred Thousand Pesos Only (php 200,000.00) Inclusive Of All Applicable Government Taxes” • Terms Of Payment: Government Procedure/willing To Provide Services On A Send Bill Arrangement Payable Within Thirty (30) Working Days. Vii. Minimum Requirements Requirements: (to Submit Sufficient Documents) 1. Company Profile Or Portfolio; 2. Must Have Handled Dot Accounts And Must Provide A List Of Previously Conducted Events/service For “booth Contractor” (within The Last 3-6 Months); (contracts/po) 3. Must Be Smx Convention Center Accredited (accreditation Certificate) 4. Valid Bidding Documents (as Required By The Procurement Law/dot Xi Procurement Division) A. Valid Philgeps Registration B. Valid Mayor’s Permit C. Dti/sec Registration Certificate D. Tin Certification E. Other Applicable Documents As Required 5. Must Be A Manila-based Company (not A Subsidiary Company) Viii. Payment Procedure Send-bill Arrangement: (payable Within 15-30 Days Upon Receipt Of The Statement Of Account From The Supplier) Official Billing Details: Tanya Rabat-tan Regional Director, Department Of Tourism-xi Unit 1-5, Ground Floor, Cope Development Corporation Building 2, Cm Recto St., Davao City Ix. Project Officers/contact Persons: Marketing & Promotion Division: Kamille M. Araneta Procurement Division: Bon Jovi Cabreros/nathania Molina Contact Nos: 09171696215/09472506686 Email: 2021dotxi.procurement@gmail.com/dot11mpd@gmail.com Other Information: Dot Xi Rbac Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. It Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation.
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 281.2 K (USD 4.8 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php281,254.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 325 Bags 2. Washed Sand 26 Cu.m 3. Crushed Gravel 5 Cu.m 4. 12mm.ø X 6.00mtrs Deformed Bar 42 Lengths 5. #16 G.i Tie Wire 4 Kg 6. Cutting Disc 5 Pcs 7. Class-a Boulder 76 Cu.m 8. Fine Sand 8 Cu.m 9. 2”ø X 3.0m Pvc Pipe 14 Lenghts 10. 2” X 2” X 10’ Coco Lumber 20 Lengths 11. Cwn 4” 3 Kg Php281,254.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
DEPARTMENT OF TOURISM REGION I Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 124.8 K (USD 2.1 K)
Details: Description Terms Of Reference Project: Procurement Of Event Management Services For The Participation Of Region 1 In The Philippine Travel Agencies Association (ptaa) 32nd Travel Tour Expo On February 7-9, 2025 Project Background The 32nd Ptaa Travel Tour Expo 2025 Will Take Place From February 7 To 9, 2025, At Halls 1- 4 And Function Rooms 1-4 Of The Smx Convention Center, Mall Of Asia, Pasay City. With The Theme “beyond Borders,” This Year’s Travel Tour Expo Aims To Inspire And Connect The World Through The Transformative Power Of Travel, Highlighting The Unparalleled Wonders That Lie Beyond Our Borders. This Premier Event Offers An Exceptional Platform To Explore Cutting-edge Innovations, Discover Opportunities, And Forge Connections That Transcend Geographical And Cultural Boundaries. Widely Regarded As A Cornerstone Event In The Travel And Tourism Calendar, The Travel Tour Expo Gathers A Remarkable Array Of Industry Players. These Include Travel Agents, Tour Operators, Airlines, Hotels, Resorts, Entertainment And Theme Parks, Providers Of Travel Essentials, Food Businesses, And Other Travel-related Establishments. The Expo Has Consistently Shattered Records In Terms Of Exhibitor Participation, Visitor Attendance, And Production, Solidifying Its Reputation As The Philippines’ Leading Event For Showcasing The Best In Tourism, Travel, Hospitality, And Allied Industries From Both Local And International Markets. As Part Of Its Ongoing Mission To Strengthen, Intensify, And Sustain Marketing And Promotional Efforts, Dot Region 1 Will Proudly Showcase The Rich Offerings Of Its Four Provinces. Representatives From Provincial And Municipal Tourism Offices, Along With Travel And Tour Operators, Hotels, Resorts, And Other Tourism-related Entities, Will Join The Dot Region 1 Team To Highlight Newly Developed Products, Destinations, And Tourism Circuits. The Region 1 Booth Will Feature An Inviting Lounge And Food-tasting Corner, Where Visitors Can Sample The Region’s Vibrant Culinary And Gastronomy Offerings. As Part Of Product Activation Efforts, A Region 1 Presentation Is Scheduled On Either The Second Or Third Day Of The Event. This Will Include Product Showcases, Engaging Displays, And Interactive Games To Captivate And Inspire Attendees. Booth Size: 12 Sqm (2 Units- 3m X 2m ) Booth Height: 8 Ft (max) Approved Budget Of The Contract The Approved Budget Of The Contract Is One Hundred Twenty-four Thousand Eight Hundred Fifty Pesos Only (php 124,850.00) Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Scope Of Service The Service Provider Shall Provide The Necessary Logistical Requirements For The Implementation Of The Participation Of The Department Of Tourism Region 1 In The 32nd Travel Tour Expo 2025 With Requirements And Details As Specified Below: Expenses Particulars Unit/pax Frequency Region 1 Booth Enhancement Provision And Supply Of Labor, Materials, And Professional Services To Execute The Concept, Design, Layout, Creatives, Installation And Dismantling Of The Department Of Tourism Region 1 (dot Ro1) – Ilocos And Pangasinan Region Including Payment Of Any Fees During The Ingress A. Tv With Stand 55 To 60 Inches B. Customized Background Walls And Ceiling Featuring Major Destinations C. All Photos Should Be Highresolution Printed And Mounted In Sintraboard Or Its Equivalent D. Artificial Grass For Flooring E. To Incorporate The Dot Logo And Love The Philippines In The Design F. #findtheoneinregion1 Marquee Letter G. 2 Customized Counter With Cabinet For Storage And High Chairs That Can Accommodate 2 Pax Per Table H. Strategically Located Electrical Outlets And Storeroom I. Quality Led Lighting Or Pin Light For The Booth And Displays And Photos J. Provision Of Standby Manpower For Booth Maintenance Note: Pls Submit 2 Designs For Approval Of Dot Region 1 Note: Pls See Attached Floor Plan Lot Ingress/egress Installation And Dismantling Promotional Materials Tokens Of R1 Products For Vvip Guests With Customized Packaging 30 Pcs Customized Find The One T-shirt For The Dot Guests 20 Pcs Food Tasting Provision And Supply Of Curated R1 Food Products For The Food Tastings For 3 Days Good For 100 Pax Per Day 3 Days Other Requirements Include: The Supplier To Process And Shoulder Necessary Permits, Fees And Other Papers Relative To The Installation And Dismantling Of The Region 1 Booth. The Service Provider Shall Work In Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Project Under A Pre-approved Itinerary. Any Changes In The Itinerary And Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Reminders To Bidders: 1. Please Note That Projects Will Be Awarded As One Lot. 2. All Bidders Must Submit A Copy Of Their Mayor’s/business Permit (business Permit Application, If Applicable), Philgeps Certificate/number, And Original Omnibus Sworn Statement (notarized) With Their Original Copy Of Quotations/proposals On Or Before The Indicated Deadline On The Philgeps Website In Order For Proposals To Be Considered And Qualified. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250. 4. Please Send Your Quotation And Bid Documents To Mr. Bon Derryl G. Pugal- Bac Secretariat At 2/f Nisce Business Center Bldg., Barangay Catbangen, San Fernando City, La Union. You May Send An Advance Copy Of Your Documents Through The Bac Secretariat At The Email Address: Dotregion1bac@gmail.com. Please Note That We Still Need To Receive The Original Documents For Us To Consider Your Bids.
City Of Danao Tender
Civil And Construction...+2Road Construction, Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 991 K (USD 16.9 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php991,048.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City, As Follows; Seq. Item Description Quantity 1. Gravel 96 Cu.m 2. Portland Cement 1,296 Bags 3. Washed Sand 72 Cu.m 4. Crushed Gravel 144 Cu.m 5. 12mm.ø X 6.00mtrs Deformed Bar 46 Lengths 6. Asphalt Sealant (bitumen Seal) 49 Kg 7. 1” X 6” X 10’ Coco Lumber 81 Lengths 8. 4” Common Wire Nail 3 Kg 9. Hacksaw Blade 3 Pcs Php991,048.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Cooperative Development Authority Tender
Software and IT Solutions
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 850 K (USD 14.4 K)
Details: Description Purpose: For The Official Use Of Cda Head Office - Ictd 1. Security Information And Event Management Solution Specifications 1.1. Cloud-based Machine Data Analytics Software As A Service (saas) Focusing On Security, Operations, And Business Intelligence Use Cases. 1.2. A Cloud-native Security Operations Center (soc) Tool That Automatically Analyzes And Correlates Threat Alert Data. 1.3. Uses Modernized Approach In Soc Feature. 1.4. Threat Hunting And Response As A Service: 1.4.1. Force Multiplier; 1.4.2. Advanced Hunting; 1.4.3. Collective Defense; 1.4.4. Rapid Response; And 1.4.5. Correlation-based Detection. 1.5. Automated Prioritization And Alert Triage That Uses Adaptive Signal Clustering (asc) Engine. 1.6. Alert Analytics Generating Signals From Logs. 1.7. Automate Manual Work For Soc Team. 1.8. Compatible With Cda It Infrastructure. 2. Scope Of Work And Services 2.1. The Contractor Shall Provide A One (1) Year Subscription Of An Adaptive Cloud Siem And Support Services Within Thirty (30) Calendar Days From The Receipt Of Notice To Proceed (ntp); 2.2. The Contractor Shall Provide Assistance In Deploying And Integrating The Cda It Infrastructure To Siem; 2.3. The Contractor Shall Provide Training In Managing, Deployment, And Operation Of The Siem To Ictd Personnel; 2.4. The Contractor Shall Provide/render Technical Support Services Twenty-four Hours A Day, Seven Days A Week (24x7). Technical Support Can Be Delivered In The Form Of Telephone Calls, Electronic Mail, Online, And/or On-site Support; 2.5. The Contractor Must Turn Over And Provide The Full Functionality And Management Of The Service Account For Security Purposes; 2.6. The Contractor Shall Provide One (1) Subscription Account; 2.7. The Contractor Shall Provide A Post-migration Report Within 15 Working Days; 2.8. The Contractor Shal Provide Service And Support Coverage For One (1) Year From The Successful Delivery And Acceptance. 3. Warranties Of The Contractor 3.1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Tor; 3.2. The Contractor Warrants, Represents, And Undertakes The Reliability Of The Services And That Its Manpower Complements Are Hardworking, Qualified/reliable, And Dedicated To Do The Service Required To The Satisfaction Of The Cda. It Shall Employ Well-behaved And Honest Employees With Id Displayed Conspicuously While Working Within The Compound. It Shall Not Employ Cda Employees To Work In Any Category Whatsoever; 3.3. The Contractor, In The Performance Of Its Services, Shall Secure, And Maintain At Its Own Expense All Registration, Licenses, Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And Commissions; 3.4.the Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Therein; 3.5.the Contractor Shall Provide Services, Including Technical Support, Which Shall Be Covered By A Performance Security Bond Equivalent To 10% Of The Total Contract Price. The Said Amount Shall Be Released After The Lapse Of The Subscription Period. Provided That All Conditions Imposed Under The Contract Have Been Fully Met; 3.6.the Subscription Period Shall Commence When The Cda Issues The Certificate Of Acceptance. 4. Confidentiality Of Data 4.1. All Project Personnel Of Contractor Shall Be Required To Sign A Non-disclosure Agreement (nda); 4.2. The Contractor Agrees To Hold The Proprietary Information In Strict Confidence; And 4.3.the Contractor Agrees Not To Reproduce, Translate Or Disclose The Proprietary Information To 3rd Parties Without The Prior Written Approval Of The Cda. 5. Terms Of Payment 5.1. The Contractor Shall Be Paid Upon Provision Of Subscription Account Of This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%); 5.2. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules, And Regulations: 5.2.1.sales Invoice/billings; 5.2.2.certificate Of Acceptance Issued By Cda Ictd Chief; 5.2.3.non-disclosure Agreement; And 5.2.4.no Advance Payment Shall Be Made As Provided For In Section 88 Of Pd 1445. 5.3. A Certificate Of Acceptance Shall Be Issued By The Chief Of Information And Communication Technology Division (ictd) Once The Contractor Fully Meets All The Requirements. 6. Pre-termination Of Contract 6.1.the Contract For The Subscription Of An Adaptive Security And Event Management (siem) Service May Be Pre-terminated By The Cda For Any Violation Of The Terms Of The Contract. In Case Of Pre-termination, The Contractor Shall Be Informed By The Cda Thirty (30) Days Before Such Pre-termination; 6.2. In Case Of Pre-termination, The Contractor Shall Be Liable To Additional Liquidated Damage Equivalent To One Percent (1%) Of The Contract Price As Provided By The Government Accounting Manual (gam) And Forfeiture Of The Performance Security; And 6.3. The Cda Shall Have The Right To Blacklist The Contractor In Case Of Pre-termination. 7. Training 7.1. Administration Management Console Technical Training For 5 Designated It Personnel; 7.2. All Trainings Should Be Done Virtually Using Zoom Or Google Meet; And 7.3. Must Provide A Certificate Of Training To The Attendees. 8. Deliveyr Period And Completion 8.1. Delivery Of One (1) Year Subscription Account, Migration And Submission Of Post-migration Report, And User Management Training - 60 Working Days. 9. Qualification Of Bidder "9.1. A Company With Expertise In Deploying On-premise Or Cloud Siem; And 9.3. Philgeps Registered" 10. Billing And Payment 10.1. 100% - Upon Completion Of The Delivery And Configuration Of Siem And Upon Completion Of Users Account Management Training. 11. Delivery Period 11.1. The Configuration/setup Must Be Completed Within Seven (7) Days Prior To March 14, 2025, Which Marks The Expiration Of Our Current Subscription, Subject To The Issuance Of The Notice To Proceed.
Amadeo Water District Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 319 K (USD 5.4 K)
Details: Description Office Of The Bids And Awards Committee ________________________________________ Request For Quotation Procurement Of Security Services For Amadeo Water District For Cy 2025 (rfq # 2025 – 002) The Amadeo Water District, Herein Referred To As The “purchaser”, Through Its Bids And Awards Committee (bac), Intends To Procure “security Services For Amadeo Water District For Cy 2025” In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Three Hundred Nineteen Thousand Pesos (php 319,000.00). The Period For The Performance Of Obligations Shall Not Go Beyond The Validity Of The Appropriations For This Project. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than January 23, 2025, 9:00 Am At Amadeo Water District. Quotations May Also Be Submitted Through Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of Mayor’s/business Permit. The Omnibus Sworn Statement (gppb Prescribed Forms), Income/business Tax Return (for Abc’s Above Php 500k) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (046) 483-1508 Or Email Address At Amadeowd@yahoo.com. Moneth G. Baybay Bac Secretariat Technical Specification 1. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. 2. Bidders Must State “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Item Description/specifications Total Quantity Bidder’s Statement Of Compliance Total Amount Per Month Total Amount For 11 Months 1 Manpower Requirement One (1) Security Guard, Preferably Male, On 12-hour Shift Daily (7am To 7pm), Seven (7) Days A Week (inclusive Of Holidays), Who Shall Inspect, Monitor, Secure And Guard The Areas Occupied By The Amadeo Water District Office. Contract Period: Eleven (11) Months From February 1, 2025 To December 31, 2025 (include Also A Breakdown Of Costs Specifying The Minimum Daily Wage, Amount Paid Directly To Guard And Amount Paid To Government In Favor Of Guard). 1 Lot Terms Of Reference A. Scope Of Work 1. Objective: • To Safeguard All Assets Owned By Awd Against Theft, Pilferage, Vandalism, Robbery, And Any Form Of Harm To Awd Staff Within The Office Premises. 2. Security Personnel Requirements: • Provide Awd With A Specified Number Of Security Guards Possessing The Following Qualifications: • Filipino Citizenship. • High School Graduation Or Ex-servicemen Status. • Aged Between 21 And 50 Years. • Demonstrated Good Moral Character Without Any Criminal Or Police Record. • Successful Completion Of A Neuropsychiatric Test. • Screening By The Philippine National Police (pnp). 3. Responsibilities: • Ensure Continuous Presence And Coverage Of The Designated Area Of Responsibility (aor) Throughout The Contract Duration. • Maintain Available Relievers And/or Replacements As Needed. • Submit Monthly Status And Incident Reports To Awd. 4. Liability: • Indemnify Awd For Any Loss, Damage, Or Expenses Resulting From The Security Guard's Failure To Perform Duties, Subject To Conditions Outlined In The Contract. B. Equipment/supplies Requirements 1. Basic Equipment: • Prescribed Basic Uniform, Nightstick, Whistle, Timepiece, Writing Pen, Log Book, Flashlight, Service Firearm, And Handcuff. • The Security Agency Is Responsible For Ensuring Availability And Issuance Of Basic Equipment To Its Guards. 2. Equipment Maintenance: • Security Agency Must Ensure Regular Inspection And Operability Of Basic Equipment Issued To Guards. C. Qualifications Of The Security Agency 1. License Requirements: • Hold A Valid License To Operate From The Supervisory Office For Security And Investigation Agency (sosia). • Possess A Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate. D. Responsibilities Of The Security Agency 1. Compliance: • Ensure Discipline, Administration, And Operations Of Security Guards Comply With Relevant Laws, Regulations, And Awd Policies. 2. Employment Relationship: • Clarify That No Employer-employee Relationship Exists Between Awd And Security Agency Personnel. 3. Financial Obligations: • Timely Remittance Of Employee Contributions To Relevant Government Agencies. E. Additional Terms And Conditions Of The Contract 1. Personnel Information: • Provide Awd With Individual Personnel Profiles, Technical Qualifications, And Training Certificates Of Assigned Security Guards. 2. Performance Monitoring: • Maintain Satisfactory Performance Based On Defined Criteria. • Allow Awd To Remove Guards Found Unsatisfactory. 3. Incident Reporting: • Report Any Unusual Occurrences Immediately To Awd. 4. Legal Compliance: • Adherence To Labor Laws, Rules, And Regulations Governing Employer-employee Relationships. 5. Financial Accountability: • Assume Liability For Any Loss Or Damage To Awd's Property Within Guarded Premises. F. Payment Terms • Monthly Payment Upon Submission Of Required Documents, Including Dtrs, Proof Of Remittances, And Billing Statements. G. Liquidated Damages And Litigation Expenses • Security Agency Liable For Liquidated Damages In Case Of Breach. • Security Agency To Reimburse Awd For Litigation Expenses In Case Of Legal Action Due To Non-compliance Or Negligence. *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter The Delivery Date To The Project Site. Item Description Total Quantity Delivery 1 Procurement Of Security Services For Amadeo Water District For Cy 2025 One (1) Security Guard, 12-hour Shift Daily (7am To 7pm), Seven (7) Days A Week, Inclusive Of Holidays 1 Lot Within Eleven (11) Months From Receipt Of Notice To Proceed
BARANGAY BONE SOUTH, ARITAO, NUEVA VIZCAYA Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 96.1 K (USD 1.6 K)
Details: Description Republic Of The Philippines Province Of Nueva Vizcaya Municipality Of Aritao Barangay Banganan Bids And Awards Committee Itb – Banganan Goods - 25-01-01 Invitation To Bid For Rehabilitation Of Materials Recovery & Vermin Facility At Barangay Hall Banganan, Aritao, Nueva Vizcaya 1. The Barangay Local Government Unit Of Banganan, Aritao, Nueva Vizcaya, Through Its 2020-2024 Barangay Development Fund Intends To Apply The Sum Of Ninety-six Thousand One Hundred Eighty-seven Pesos & 39/100 (p 96,187.39) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Said Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Local Government Unit Of Banganan, Aritao, Nueva Vizcaya Now Invites Bids For The Furnishing And Delivery Of Goods For The Above Project. Delivery Of Goods Is Required Within Thirty Days. Bidders Should Have Completed A Contract Similar To The Project Within Three (3) Years From The Date Of Submission And Receipt Of Bids. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of The Country The Laws And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 9184 And Subject To Commonwealth Act 138. Technical And Financial Documents: I. Technical Component Envelope: Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 4. Prospective Bidders May Obtain Further Information From The Bac Secretariat Of Barangay Banganan, Aritao, Nueva Vizcaya, And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am – 5:00 Pm (monday To Friday) 5. Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025, From The Bac Secretariat And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees If Bidding Documents Were Downloaded Through The Website. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 27, 2025, At 10:00 Am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In A Prescribed Amount. 8. Bid Opening Shall Be On January 27, 2025, At 1:30 In The Afternoon At Barangay Hall, Banganan, Aritao, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Local Government Unit Of Banganan, Aritao, Nueva Vizcaya Reserves The Right To Accept 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 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ms. Marie P. Tabayoyong Bac Secretariat Banganan, Aritao, Nueva Vizcaya You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website January 17, 2025 Lorena C. Caldito Bac Chairperson Noted: Godilla D. Gaduang Punong Barangay
Municipality Of Sibulan, Negros Oriental Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 884 K (USD 15 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Materials – Construction Of Drainage Canal Cover (existing Drainage Canal) – Brgy. Tubtubon With The Following Details; Total Abc P 884,095.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Drainage Canal Cover (existing Drainage Canal) – Brgy. Tubtubon Lot 1 Hardware 720 Bags Portland Cement (type 1) Delivered To Ajong Warehouse 420 Length 16 Mm Ø X 6.0 M Def. Rsb 405 Length 12 Mm Ø X 6.0 M Def. Rsb 150 Kls #16 Gi Tie Wire 25 Pcs Hacksaw Blade, Good Quality 50 Kls 4” Cw Nails 40 Kls 3” Cw Nails 20 Kls 1½” Cw Nails 2 Rolls Trapal, Good Quality 30 Length 4” Ø Pvc Pipe, Sanitary S500 2 Mtrs Mesh Wire (ayagan) 40 Shts ½” Thk X 4’ X 8’ Marine Plywood 25 Pcs Empty Boulder 2 Kls #80 Nylon 2 Rolls Caution Tape (yellow) Approved Budget Contract P 596,145.00 Bidders Bond 2% Of The Approved Budget P 11,922.90 Lot 2 Aggregates 60 Cum Mixing Sand – River Source 85 Cum 1” Ø Round Gravel – River Source Approved Budget Contract P 139,000.00 Bidders Bond 2% Of The Approved Budget P 2,780.00 Lot 3 Lumber 250 Pcs 2” X 2” X 12’ Coco Lumber 250 Pcs 2” X 3” X 12’ Coco Lumber 200 Pcs 2” X 4” X 12’ Coco Lumber 45 Pcs 2” X 8” X 12’ Coco Lumber Approved Budget Contract P 144,600.00 Bidders Bond 2% Of The Approved Budget P 2,892.00 Lot 4 Signage 1 Pc Coa Tarpaulin Signage 2.4m X 2.4m 1 Pc Construction Tarpaulin Signages 0.54m X 0.76m Approved Budget Contract P 4,350.00 Bidders Bond 2% Of The Approved Budget P 87.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 21-28, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 28, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 207.9 K (USD 3.5 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php207,983.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City, As Follows; Seq. Item Description Quantity 1. Limestone 13 Cu.m 2. Gravel 13 Cu.m 3. 40kg Portland Cement 270 Bag 4. Washed Sand 15 Cu.m 5. 3/4 Crushed Sand 30 Cu.m 6. 16mm.ø X 6.0m Deformed Bar 2 Length 7. 16mm.ø X 6.0m Plain Round Bar 11 Length 8. 1/2" X 4’ X 8’ Ordinary Plywood (formworks) 5 Sheet 9. 2” X 2’ X 8’ Coco Lumber (formworks) 20 Length 10. Cwn #1-1/2” (formwork) 2 Kg 11. Cwn #3” (formwork) 2 Kg Php207,983.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 248.9 K (USD 4.2 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Malapoc, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php248,938.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Malapoc, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Malapoc, Danao City, As Follows; Seq. Item Description Quantity 1. Limestone 15 Cu.m 2. Gravel 15 Cu.m 3. 40-kg Portland Cement 294 Bag 4. Washed Sand 17 Cu.m 5. 3/4 Crushed Gravel 33 Cu.m 6. 16mmø X 6.0m Deformed Bar 11 Length 7. 16mmø X 6.0m Plain Round Bar 1 Length 8. 1/2"x 4’x 8 Ordinary Plywood (formworks) 4 Sheet 9. 2”x 2’x 8’ Coco Lumber (formworks) 50 Length 10. Cwn #1-1/2” (formworks) 2 Kg 11. Cwn #3” (formworks) 2 Kg Php248,938.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 09-14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
4871-4880 of 5008 archived Tenders