Manpower Tenders

Manpower Tenders

City Of Danao Tender

Civil And Construction...+2Road Construction, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.2 Million (USD 22 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 Guinsay, 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 Php1,293,290.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinsay, 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 Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinsay, Danao City, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Limestone 83 Cu.m 2. Gravel 83 Cu.m 3. 40kg Portland Cement 1,725 Bag 4. Washed Sand 96 Cu.m 5. 3/4 Crushed Sand 192 Cu.m 6. 16mm.ø X 6.0m Plain Round Bar 10 Length 7. 16mm.ø X 6.0m Deformed Bar 20 Length 8. 1/2" X 4’ X 8’ Ordinary Plywood (formworks) 20 Sheet 9. 2” X 2’ X 8’ Coco Lumber (formworks) 150 Length 10. Cwn #1-1/2” (formwork) 10 Kg 11. Cwn #3” (formwork) 10 Kg Php1,293,290.00 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 15-27, 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 Pre-bid Conference On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 28, 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

Municipality Of Caibiran, Biliran Tender

Healthcare and Medicine
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 499.1 K (USD 8.5 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Supplies And Medicines Location : Rhu, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P499,189.85 Source Of Funds : Lgu - Pcso All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 75 Boxes Amlodipine 10mg/tablet 100tabs/box 2 45 Boxes Amlodipine 5mg/tablet 100tabs/box 3 50 Boxes Amoxycillin 250mg Capsule 100caps/box 4 150 Bottles Amoxycillin 250mg/5ml 60ml/btl 5 50 Boxes Amoxycillin 500mg Capsule 100caps/box 6 150 Bottles Cefalexin 250mg/5ml 60ml Powder For Susp. 7 20 Boxes Cefalexin 250mg/capsule 100caps/box 8 75 Boxes Cefalexin 500mg/capsule 100caps/box 9 20 Boxes Cetirizine 10mg/tab 100tabs/box 10 24 Boxes Cloxacillin 500mgcapsule 100caps/box 11 30 Bottles Cotrimoxazole 200/40mg 60ml Suspension 12 30 Bottles Dicycloverine 10mg/5ml 60ml/btl 13 10 Boxes Hyoscine N Butyl Bromide Tabs 100tabs/box 14 100 Bottles Lagundi 300mg/5ml Syrup 60ml/btl 15 75 Boxes Lagundi 600mg/tab 100tabs/box 16 50 Boxes Losartan 50mg/tab 100tabs/box 17 60 Boxes Losartan 100mg/tab 100tabs/box 18 25 Boxes Mefenamic Acid 500mg Capsule 100caps/box 19 50 Bottles Metronidazole 125mg/5ml 60ml Bottle 20 54 Bottles Paracetamol 100mg/ml Drops 15 Ml 21 150 Bottles Paracetamol 250mg5ml 60ml Syrup 22 50 Boxes Paracvetamol 500mg 100tabs/box 23 20 Bottles Salbutamol 2mg/5ml 60ml/bottle 24 50 Boxes Sambong 500mg/tablet 100tabs/box 25 5 Boxes Tranexamic Acid 500mg Capsule 100tabs/box Schedule Of Activities: (1st Posting) Advertisement : January 3, 2025 To January 10, 2025 Bid Evaluation : January 14, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 4, 2025 Until January 13, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 14, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 14, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps001

Department Of Education Region Iv a calabarzon Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 658.9 K (USD 11.2 K)
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “security Services For The Year 2025 At Relc-neap Malvar, Batangas On March 1, 2025 To December 31, 2025” In Accordance With Alternative Method Of Procurement Under 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 Six Hundred Fifty-eight Thousand Nine Hundred Ninety-six Pesos And 27/100 (php658,996.27). Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than January 28, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson 1. Security Services March 1, 2025 To December 31, 2025 Php658,996.27 2 Guards Specifications (from End-user): Statement Of Compliance “comply Or Not Comply” (reminder: The Bidder Shall Only State “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter.) 2 Security Guards To Safeguard The Relc-neap Malvar, Batangas Premises For The Period Of March 1, 2025 To December 31, 2025. 12-hour Duty Inclusive Of The 13th Month And Overtime Pay A. Scope Of Work Or Services To Be Rendered: The Security Agency Shall Provide The Following Specific Services: 1. Submit The Security Plan To The Procurement Entity. 2. Protect The General Interest Of The Procuring Entity (pe). 3. Guard And Secure All Property Of The Pe Or Its Officers/employees Within Its Area Of Responsibility. 4. Strictly Implement Standing Rules, Regulations, Guidelines, And Policies Prescribed By The Pe. 5. Prohibit The Commission Of Any Unlawful Or Illegal Acts Within The Assigned Pe’s Premises Or Its Area Of Responsibility. 6. Report And Provide Assistance In Cases Of Any Sign Of Disorder, Riots, Strikes Or Any Serious Violation Of The Law. 7. Protect Pe Or Government Property From Theft, Pilferage Or Damage. 8. Report And Provide Assistance In Cases Of Any Emergency Situations, Such As Fire, Typhoon, Or Natural Calamities. 9. Shall Provide A Roving Guard Supervisor That Will Monitor The Detailed Security Guards On A Regular Basis (per Shift) 10. Perform Their Tasks In Accordance With The Eleven General Orders, Code Of Ethics And Code Of Conduct Of Security Guards As Stated In Ra 5487 (act Governing The Organization 13 And Management Of Private Security Agencies). B. Manpower Qualifications The Security Guards (sg) Shall Have The Following Qualifications: A. At Least High School Graduate B. Of Good Moral Character And Reputation, Courteous, Alert And Without Criminal Or Police Record; C. Physically And Mentally Fit; D. At Least Five Feet Two Inches (5’2”) In Height; E. Duly Licensed And Properly Screened And Cleared By The Philippine National Police (pnp), National Bureau Of Investigation (nbi), And Other Government Offices Issuing Clearances For Employment; F. In Proper Uniform And With Other Security Paraphernalia Such As Flashlight, Handheld Radio, Nightstick, Whistle, Metal Detector And Other Essential Security Paraphernalia; G. Armed With Appropriate And Functional Rifle, Shotgun, Pistol Or Revolver, With Sufficient Ammunition At All Times During Hours Of Duty; H. Must Have Passed The Pneuro-psychiatric Exam; And I. In Possession Of Such Other Qualifications Required By Republic Act (ra) No. 5487, As Amended. C. Obligations And Responsibility Of The Security Agency The Security Agency Shall Comply With The Following Obligations And Responsibilities: 1. Assume All Losses In Their Areas Of Responsibility Due To Negligence/pilferages And Negligence Of Their Security Guards After A Thorough Investigation; 2. Assume Full Responsibility For The Acts Of Its Sgs During The Performance Of Their Duties; 3. Cooperate With The Pe’s Official Investigation Of Any Suspected Criminal Activity Or In Case Of Theft Or Similar Incidents In Their Assigned Area; 4. Be Responsible For The Safety Of Their Sgs In The Performance Of Their Duties In Providing Security Services To The Pe; 5. Provide The Total Number Of Guards Required In The Assigned Area Every Shift Per Section Iii Hereof; 6. Provide Each Sg On Posts With A Firearm, Handheld Radio, And Metal Detector At All Times And Ensure That Said Equipment Conforms To The Applicable Standards And Is Covered With Appropriate And Valid Licenses And Documents; 7. Shall Conduct A Physical Security Survey And Inspection Prior To The Posting Of The Guards To Define The Areas, Buildings, And Other Structures Considered Critical And Vulnerable; 8. The Security Agency Shall Not Change Or Replace The Sg Without Prior Notice At Least Three (3) Working Days, And Approved By The Pe; 9. Have The Sg Changed Or Replaced At Any Time Upon Request Of The Pe For Justifiable Reasons; And 10. Must Provide Their Security Guards With Contact Numbers Of The Pnp, Bfp, And Hospitals For Ready Reference During Emergency Cases. D. Equipment Requirements To Be Installed At/near The Guard’s Posts. 1. Handheld 2-way Radio – 2 Units 2. Rechargeable Heavy-duty Led Flashlights – 2 Units 3. Rain Boots (for Each Security Guard) 4. Big Umbrellas – 2 Pieces 5. Raincoat – 2 Pcs 6. Night Stick – 2 Units 7. Standby Flood Light – 2 Units 8. Metal Detector – 2 Units Submit In Separate Form The Computation Of Salaries And Other Expenses In Arriving The Rates Offered Regular And Recurring Services “the Contract For Regular And Recurring Services Shall Be Subject To Renewal Subject To The Guidelines On Renewal Of Regular And Recurring Services Under Appendix 37 Of The 2016 Revised Irr Of Ra No. 9184 Which Includes The Performance Evaluation Of The Service Provider On The Requirements Under Section Vii. Technical Specifications.”

FEDERAL AVIATION ADMINISTRATION USA Tender

Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: ***market Survey Announcement*** 1. Introduction/purpose the Federal Aviation Administration (faa) Has A Requirement For Economic Consulting Services For Regulatory Analysis And Policy Support. The Period Of Performance (pop) Is For A One-year (12 Month) Base Period And Four One-year (12 Month) Option Periods, For Five Years (60 Months). The Purpose Of This Announcement Is To Identify Potential Sources That Have The Established And Minimum Capabilities To Perform The Subscription Services Outlined In The Attached Statement Of Work. 2. Description Of The Required Services: the Federal Aviation Administration’s (faa) Office Of Aviation Policy And Plans Require Economic Data To Forecast Aviation Activity And Workload For Manpower Planning, Regulatory Analysis, And Aviation Trust Fund Analysis. These Forecasts Use Econometric Models And Forecasts Of Economic Activity In The U.s. Including Territories, World, And In U.s. Metro Areas As Key Inputs. The Office Of Financial Analysis Is Responsible For Evaluating Procurements And Conferences Requiring Chief Financial Officer Approval And Making A Recommendation. This Office Receives Cost Estimates For Various Procurement Requests That Can Cover Up To 15 Years And Contain Economic Assumptions On Labor, Material, Travel And Other Direct Costs (odcs). Odcs Can Include But Are Not Limited To: Special Tooling, Travel Expenses, Relocation Expenses, Pre-production And Start-up Costs, Packaging And Transportation Costs, Royalties, Spoilage And Rework, Computer Expenses, Federal Excise Taxes, And Reproduction Costs. Evaluation Of These Estimates Require Historical And Future Escalation Information That Must Include Measures At The National, State, And Metropolitan Statistical Area Levels Respectively. In Addition, As A Forecasting Tool, The Faa Will Use It To Test The Reasonableness Of Procurement Planning Assumptions And To Help Develop Federal Government Negotiation Positions For Multi-year And Multiple Year Contracts. the Contractor Must Provide Economic Analyses Provided By A Subscription Service For Historical And Time-series Cost Services And Labor And Material Escalation Services That Can Be Used By The Office Of Financial Analysis In The Examination Of Major Acquisition Programs, Resulting In Significant Procurement Savings And Efficient Allocation Of Resources. In Addition, The Contractor Must Provide These Services To The Office Of Aviation Policy And Plans In Meeting Requirements For Short And Long-term Forecasts. 3. North American Industry Classification System (naics) Code the Faa Has Tentatively Identified North American Industry Classification Systems (naics) Code 541611 – Other Management Consulting Services As Applicable To This Procurement. The Size Standard For This Naics Code Is $24.5m. Respondents May Recommend Other Appropriate Naics Codes For Faa Consideration. 4. Nature Of Market Survey this Survey Is Being Conducted In Accordance With Faa Acquisition Management System (ams) Section 3.2.1.2.1. The Nature Of The Competition Has Not Been Determined At This Time.the Faa Will Assess The Responses To This Market Survey And Will Make Acquisition Decisions Based On Those Responses.the Faa May Decide To Conduct A Full And Open Competition, Set Aside All Or Part Of The Procurement For Small Businesses, Socially And Economically Disadvantaged Small Businesses (8a), Service-disabled Veteran-owned Small Businesses (sdvosbs), Women Owned Small Business (wosbs), Economically Disadvantaged Woman Owned Small Businesses (edwosbs) Or Hubzone Small Businesses That Are Certified By The Sba, Conduct A Direct Award As Allowed Under The Faa Acquisition Management System Unless Maximum Dollar Amounts Preclude Any Such Possibility, Or Not Conduct Any Competition. 5. General the Responses To This Market Survey Will Be Used For Informational And Planning Purposes Only And Will Not Be Released. this Is A Market Survey. This Is Not A Screening Information Request (sir) Or Request For Proposals (rfp) Of Any Kind; the Faa Is Not Seeking Or Accepting Unsolicited Proposals; all Vendors Responding To This Announcement Are Responsible For Ensuring That Documents Submitted Contain The Appropriate Proprietary Marking; the Faa Has The Option Of Conducting One-on-one Communications As Deemed Appropriate Without The Obligation To Hold Communications With All Respondents; providing A Response To This Market Survey Neither Qualifies Respondents For, Nor Excludes Respondents From, Responding To The Resulting Sir, If Any; respondent Participation In Any Informational Session Is Not A Promise Of Future Business With The Faa; the Faa Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey; And any Costs Associated With The Market Survey Submittal Is Solely At The Interested Vendor’s Expense. 6. Submittal Requirements For Market Survey interested Businesses Must Provide The Following: a.) Capability Statement As Defined Below (not To Exceed 5 Pages): the Vendor Must Provide A Capability Statement Which Demonstrates That They Have Ten (10) Years Of Experience Of Meeting The Tasks Outlined In The Draft Statement Of Work (sow). This Must Include Providing Experience For Each Of The 3 Task Areas Within The Sow (note: The Attached Sow Is A Draft And Is Subject To Change By The Time Of Any Solicitation.) Include A Brief Description Of The Work Performed, Dollar Value, Period Of Performance, Agency/organization Supported, And Individual Points Of Contact (contracting Officers Or Program Managers). b.) Name And Address Of Company, Point Of Contact (name, Title, Telephone Number, And Email Address); Large Or Small Business Designation And Any 8(a), Service-disabled Veteran-owned Small Business (sdvosb), Woman Owned Small Business (wosb), Economically Disadvantaged Women-owned Small Business (edwosb), Or Hubzone Status. As Applicable, Vendors Should Submit A Copy Of Their Certification Letter Identifying A Preferred Socio-economic Status (such As Sba 8(a), Small Business, Sdvosb, Vsb, Etc.); And c.) Unique Entity Identifier (uei) Number. The Vendor Must Provide Their Registration Number (uei) For The Federal Government System For Award Management (sam). Current And Potential Government Vendors Are Required To Be Registered And Active In Sam In Order To Be Awarded Contracts By The Government. The Website For Sam Is Www.sam.gov. 7. Delivery Of Submittals all Responses To This Market Survey Must Be Submitted By 2:00pm (eastern Time) On January 30, 2025. Submissions Received After This Time And Date Will Be Considered Late And May Not Be Reviewed. All Submittals, Including Attachments, Should Be Submitted In Electronic Format (email) To: Stephen.young@faa.gov. Please Include The Market Survey Title In The E-mail Submission. all Questions Or Inquiries Must Be Submitted On Or Before January 20, 2025. 8. Government Use Of Rfi Responses the Faa May Or May Not Provide Feedback On Any Of The Submitted Materials. The Government Does Not Intend To Release Or Distribute Any Of The Information Contained In The Market Survey Responses. responses To This Market Survey Will Not Be Viewed By The Faa As A Commitment By The Respondents To Submit A Proposal For Any Competitive Solicitations Initiated By The Faa In Relation To The Services Described In This Market Survey. 9. Attachment draft Statement Of Work/specification.

Municipality Of San Marcelino, Zambales Tender

Solid Waste Management...+1Transportation and Logistics
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 5 Million (USD 85.3 K)
Details: Description 1. The Lgu Of San Marcelino, Zambales Through The General Fund Intends To Apply The Sum Of Five Million Pesos (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”, Project Id No. Goods-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Marcelino Now Invites Bids For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”: Product Id Product Id No. Goods-2025-03 Item No. Qty Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1. 157 Containers (32 Cubic Meter/fully Loaded Container) Hauling And Disposal Of Residual Waste (solid Waste Disposal Services) 31,847.13 5,000,000.00 Total Php5,000,000.00 Delivery Period January To December 2025 Terms Of Reference: 1. The Basis Of Billing Will Be In Cubic Meter Which Will Be Determined By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. 2. Service Provider Will Utilize Hook Lift In Transporting The Waste Which Ever Necessary. 3. The Service Provider Will Provide Container Bins At The Accessible Transfer Station Of The Municipality That Has A Stable Ground Condition, Preferably Concreted. 4. All Vehicles Should Be In Good Running Conditions And Shall Be At Lgu Dispatching Area Before The Start Of The Operation Together With Driver And Loader Which Will Be Provided For Further Briefing And Discussion. 5. The Service Provider Shall Provide Dump Trucks To Be Used To Collect Garbage From Mrf Of Lgu San Marcelino, Zambales And Will Be Disposed Directly To A Sanitary Landfill. 6. Service Provider Must Provide An Environmental Compliance Certificate (ecc) Approved By Denr. 7. The Garbage Collected Must Be 12 Inches Lower Than The Edge Of The Dump Box And With Safety Net. 8. The Lgu San Marcelino Will Provide The Necessary Equipment And Manpower To Load The Residual Waste To Container Bin. 9. The Lgu Of San Marcelino, Zambales Will Issue Dispatched Tickets To Validate The Origin Of Waste Billing, Monitoring And Reporting Purposes. 10. The Weighing Of Garbage Collected Should Be Manned By Lgu Personnel. 11. Service Provider Shall Shoulder The Damage Incurred During Operation Within The Area Of Operation And Shall Observe Strictly On The Policy On Garbage Disposal Of The Lgu Of San Marcelino, Zambales. 12. Service Provider May Claim Monthly Billing. 13. For Purposes Of Payment, The Computation Shall Be As Follows: Payable- Number Of Cubic Meter By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. Unit Cost – Quoted Price During Canvass Or Public Bidding No. Of Cubic Meter- Cubic Meter Waste Collected During Operation 14. Service Provider Must Be Ready To Start Operation With Driver And Loader Immediately Upon Receipt Of Notice To Proceed. 3. Delivery Of The Goods Is Required Immediately Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Revised 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 Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders Should Be Enrolled In The Electronic Filing And Payment System (efps) Program Of The Bureau Of Internal Revenue (bir), Pursuant To Executive Order No. 398, Rr 3-2005, And Must Be Registered Under The Philippine Government Procurement System (philgeps). 5. Interested Bidders May Obtain Further Information From The Municipality Of San Marcelino, Zambales And Inspect The Bidding Documents At The Address Given Below From Monday To Friday 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 11-30, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Of Five Thousand Pesos (php 5,000.00). 6. The Municipality Of San Marcelino Will Hold A Pre-bid Conference On January 17, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 8:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be January 31, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales. 8. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents Php 5,000.00 (non-refundable) Inspection/selling Period Of Bidding Documents January 11-30, 2025 Bac Office San Marcelino, Zambales Pre-bid Conference January 17, 2025, 9:00 Am Bac Office San Marcelino, Zambales Deadline Of Submission Of Bids On Or Before January 31, 2025, 8:30 Am. Opening Of Bids January 31, 2025, 9:00 Am Bac Office San Marcelino, Zambales 9. The Municipality Of San Marcelino Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. In Case Pre-bid/bid Opening Falls On A Holiday Or If Conditions Do Not Permit The Holding Of A Bidding, It Will Be Held The Next Working Day. For Further Information, Please Refer To: Bids And Awards Committee Secretariat Municipal Hall Municipality Of San Marcelino Zambales 2207 (047)-602-2123 Engr. Armida Fabelinia Municipal Engineer Chairperson, Bids And Awards Committee

City Of Cadiz Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Republic Of The Philippines Bids And Awards Committee Cadiz City Bid Documents For The Construction Of Water Tank Stand With Plastic Water Tank & Installation Of Water Pipelines, Patricio Elementary School, Brgy. Magsaysay, Cadiz City (1) Bids And Awards Committee Cadiz City Invitation To Bid/request For Expression Of Interest The City Government Of Cadiz, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractor’s Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project : Construction Of Water Tank Stand With Plastic Water Tank & Installation Of Water Pipelines Location : Patricio Elementary School, Brgy. Magsaysay, Cadiz City Abc : P500,000.00 Contract Duration : 45 C.d. Date/time Of Bidding : January 30, 2025 – 9:30 A.m. Place Of Pre-bid/bidding : Bac Conference Room, Cadiz City Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, City Legal Office, Cadiz City, Upon Their Payment Of A Non-refundable Amount Of Five Thousand Pesos (p5,000.00) To The Cadiz City Cashier. Bac Reserves The Right To Review The Qualifications Of The Bidders After The Bidding And Before The Contract Is Executed. Should Such Review Uncover Any Misrepresentation Made In The Eligibility Statements, Or Any Changes In The Bidder’s Situation As To Materiality Downgrade The Substance Of Such Statements, The Bac Shall Disqualify The Bidder Upon Due Notice Without Any Obligation Whatsoever For Any Expense Or Loss That May Be Incurred By It In The Preparation And Submission Of Its Eligibility Statements And Bid. Bac Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bid Documents, Nor Does It Guarantee That An Award Will Be Made. Atty. Reggie C. Placido Bac Chairman (2) Bid Tender January 30, 2025 The Chairman Bids And Awards Committee Cadiz City Subject: Construction Of Water Tank Stand With Plastic Water Tank & Installation Of Water Pipelines, Patricio Elementary School, Brgy. Magsaysay, Cadiz City Sir: Following Is The Bid Schedule And The Corresponding Prices, Which We Are Offering In Connection With The Subject Bidding: Item No. Scope Of Works/description Qty. Unit Unit Price Amount A General Requirements 1 Mobilization & Demobilization 1 Lot 2 Provide Project Sign Board 1 Lot 3 Occupational Safety & Health 1 Lot B Construction Of Water Tank Stand B.1 Earthworks 1 Lot B.2 Concrete Works 1 Lot B.3 Formworks & Scaffoldings 1 Lot B.4 Steel Works 1 Lot C Pipelaying C.1 Excavation Works 1 Lot C.2 Installation Works 1 Lot Total Bid Amount In Figures: P_____________________________________ Total Bid Amount In Words: _____________________________________ _____________________________________ The Offer Is Valid For 120 Days From The Date Of The Opening Of Bids And Other Terms Of The Offer Conform With The Requirements Of The Instruction To Bidders. Very Truly Yours, Signature Of Bidder: _________________________ Name Of Bidder : _________________________ Address : _________________________ (3) The Minimum Equipment Requirement Shall Be As Follows: Type Of Equipment Required Total Remarks None Bid Tender Documents For The Aforementioned Project Will Be Available For Issuance To Interested Bidders Upon Payment Of Non-refundable Amount Of Five Hundred Pesos (p500.00) Per Set Not Later Than January 30, 2025. All Particulars Relative To Pre-qualification, Bid Security, Performance Security, Pre-bid Conference, Bidding, Evaluation On The Bid Tender And Award Of Contract Shall Be Governed By The Provisions Of The Implementing Rules And Regulations Of R.a. 9184 Governing Government Procurements Including Infrastructure Contracts. The Bids And Awards Committee (bac) Reserves The Right To Reject Any Or All Bids, Waives Any Defect Therein And Accepts The Offer Most Advantageous To The Government. Atty. Reggie C. Placido Bac – Chairman (4) Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Civil Engineer Construction Foreman Skilled Laborer Unskilled Laborer 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P10,000.00 [insert Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than P25,000.00 [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: Item No. Scope Of Works Qty. Unit Amount P A General Requirements 1 Mobilization & Demobilization 1 Lot 8,000.00 2 Provide Project Sign Board 1 Lot 4,221.00 3 Occupational Safety & Health 1 Lot 18,070.00 B Construction Of Water Tank Stand B.1 Earthworks 1 Lot 6,935.00 B.2 Concrete Works 1 Lot 25,966.80 B.3 Formworks & Scaffoldings 1 Lot 95,528.00 B.4 Steel Works 1 Lot 77,562.00 C Pipelaying C.1 Excavation Works 1 Lot 3,504.00 C.2 Installation Works 1 Lot 141,983.00 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 173.1 K (USD 2.9 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan Barangay Calabnugan -o0o- Bids And Awards Committee ______________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Barangay Calabnugan Sibulan, Negros Oriental Invites All Interested Suppliers For The Purchase Of Materials – Rehabilitation Of Day Care Center With The Following Details; Total Abcd P 173,115.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Rehabilitation Of Day Care Center A. Lot 1 Hardware 20 Lgths Spanish Gutter 24’’ Cut, Pre-painted Green 1 Ltrs All Purpose Epoxy 8 Lgths 3” ⌀ Pvc Sanitary Pipe S1000 6 Pcs 3” ⌀ Pvc Elbow 90° S1000 1 Shts L=2.44m X W=0.76m G.i. Plain Sht, Thk=0.49mm 5 Kls 4” Cw Nails 2 Cans Solvent Cement 1/4l 2 Box Blind Rivets 1/8” X 3/8” (4-4) 5 Pcs Metal Drill Bit 40mm X 70mm X 1/8” ⌀, Good Quality 6 Bags Portland Cement Type-1 2 Units 0.7m X 2.1m Pvc Door 2 Sets Stainless Door Knob Heavy Duty, Good Quality 5 Pails Latex Paint Semi-gloss Color: Pale Orange, Good Quality (for Walls) 1 Pails Latex Paint Semi-gloss Color: Light Brown, Good Quality (for Columns) 4 Gals Enamel Gloss Paint, Good Quality 4 Gals Paint Thinner 3 Pcs 1” Paint Brush 5 Pcs 2” Paint Brush 6 Pcs 7” Roller W/ Tray 1 Kl Cotton Rug Approved Budget Contract P 57,990.00 Bidders Bond 2% Of The Approved Budget P 1,159.80. B. Lot 2 Aggregates 2 Cu.m Washed Sand, River Source Approved Budget Contract P 2,200.00 Bidders Bond 2% Of The Approved Budget P 44.00 C. Lot 3 Lumber 25 Pcs 2” X 4” X 10’ Coco Lumber 15 Pcs 2” X 3” X 10’ Coco Lumber Approved Budget Contract P 6,325.00 Bidders Bond 2% Of The Approved Budget P 126.50. D. Lot 5 Glass Doors And Windows 2 Units ¼” Thk X 1.0m X 2.10m Bronze Glass Swing Door On Analok Aluminum Framing (powder Coat Black), Including Heavy Duty Lockset And Including Installation 2 Units 8 Blades Bronze Glass ¼” Thk X 0.68m X 0.5m – Jalousie Jalouplus Window Frame Heavy Duty, Including Installation 1 Unit 8 Blades Bronze Glass ¼” Thk X 0.68m X 0.68m – Jalousie Jalouplus Window Frame Heavy Duty, Including Installation 4 Units ¼” Thk X 1.33m X 1.31m Bronze Glass Sliding Window On Analok Aluminum Framing (powder Coat Black), Including Installation 2 Units ¼” Thk X 0.69m X 1.27m Bronze Glass Sliding Window On Analok Aluminum Framing (powder Coat Black), Including Installation 2 Units ¼” Thk X 1.33m X 1.31m Bronze Glass Sliding And Fix Window On Analok Aluminum Framing (powder Coat Black), Including Installation Approved Budget Contract P 106,600.00 Bidders Bond 2% Of The Approved Budget P 2,132.00 Eligibility Requirements 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. 14. License To Operate From Fda And Certificate Of Product Registration (for Drugs And Medicine Suppliers) This A Line Item Bidding. Bid Documents Shall Be Available For Issuance To Prequalified Bidders On January 15-22, 2025. Sealed Bids In One (01) Set Shall Be Received By The Bac Of Calabnugan Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 22, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The Barangay Hall, Calabnugan Sibulan, Negros Oriental. The Local Government Unit Of Calabnugan Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Eusebio C. Pis-an Bac Chairman

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 203.8 K (USD 3.4 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 Of Landslide Prone Areas At Sitio Campar Barangay Licos, 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 Php203,831.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Of Landslide Prone Areas At Sitio Campar Barangay Licos, 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 Of Landslide Prone Areas At Sitio Campar Barangay Licos, Danao City, As Follows; Seq. Item Description Quantity 1. Class A Boulder (maximum 10 Kg) 74 Cu.m 2. 40-kg Portland Cement 199 Bags 3. Mixed Sand 11 Cu.m 4. Fined Sand (for Plastering) 3 Cu.m 5. 16”ø Reinforced Concrete Culvert Pipe 2 Pcs 6. 76mm.ø X 3.00mtrs. Pvc Pipe (ordinary) 6 Lengths 7. Hacksaw Blade 6 Pcs 8. River-washed Sand 1 Cu.m 9. River-washed Gravel 2 Cu.m 10. 10mm.ø X 6.0m Deformed Bar 2 Lengths 11. #12 Welding Electrode 1 Kg 12. 4”ø Cutting Disc 4 Pcs 13. 100mm.ø X 6.00mtrs G.i Pipe Sch.-40 1 Length 14. Ga-16 X 4’ X 8’ Pre-fab Steel Plate (including Bending) 1 Sht 15. 16mm.ø X 150mm. Machine Bolt With Nut And Washer Full 4 Pairs 16. 10mm.ø X 38mm. Machine Bolt With Nut And Washer 8 Pairs 17. 14”ø Cutting Disc 2 Pcs 18. Reflectorized Rubber Based Paint (yellow) 1 Gal 19. Reflectorized Rubber Based Paint (black) 1 Gal 20. Epoxy Primer (gray) 1 Gal 21. 2” Paint Brush 2 Pcs 22. 3” Paint Brush 2 Pcs 23. Paint Thinner 1 Gal 24. Paint Tray 1 Pc 25. 20mm. X 25m. Masking Tape 2 Rolls Php203,831.00 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

Province Of Iloilo Tender

Textile, Apparel and Footwear...+1Publishing and Printing
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-05-np (sv) Reference Pr No.gov-25-05 January 11, 2025 ________________________ ________________________ ________________________ Email Add: 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 16, 2025 At 9:00 A.m. With The Bids And Awards Committee At The 5th Floor Bac Secretariat Office , Iloilo Provincial Capitol Building, Bonifacio Drive Iloilo City, After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos Only(php500.00) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: Php250,000.00 Place Of Delivery: Office Of The Governor Date Of Delivery: Before January 25, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1000 Pcs T-shirt With Print , Design To Be Supplied By Iloilo Provincial Government Size: Free Size ( Male And Female) 250.00 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. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.gov-25-05-np(sv) Reference Pr No.gov-25-05 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: Before January 25, 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. Marie Jill L. Tamudtamud Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.1 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 Kamandagan Box Culvert – Maningcao With The Following Details; Total Abc P 1,706,953.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Kamandagan Box Culvert – Maningcao Lot 1 Hardware 1547 Bags Portland Cement (type 1) Delivered On Site 24 Length 25 Mm Ø X 6.0 M Def. Rsb 162 Length 20 Mm Ø X 6.0 M Def. Rsb 170 Length 16 Mm Ø X 6.0 M Def. Rsb 430 Length 12 Mm Ø X 6.0 M Def. Rsb 18 Length 10 Mm Ø X 6.0 M Def. Rsb 256 Kls #16 Gi Tie Wire 80 Kls 4” Cw Nails 40 Kls 3” Cw Nails 25 Kls 1½” Cw Nails 41 Pcs Hacksaw Blade, Good Quality 2 Rolls Trapal, Good Quality 50 Pcs Empty Boulder 1 Kl #60 Nylon 80 Shts ½” X 4’ X 8’ Phenolic Board 60 Pcs 5/8” Ø X 1” Bolt & Nut W/ Washer 1 Gal Red Oxide 1 Gal Quick Dry Enamel Paint, Black 1 Gal Quick Dry Enamel Paint, Yellow 2 Pcs 3” Paint Brush 12 Length 2” Ø Pvc Pipe Sanitary 2 Mtrs Mesh Wire (ayagan) 2 Rolls Caution Tape Approved Budget Contract P 914,953.00 Bidders Bond 2% Of The Approved Budget 18,299.06 Lot 2 Aggregates 113 Cum Mixing Sand – River Source 46 Cum ¾” Ø Fine Gravel – River Source 94 Cum 1” Ø Round Gravel – River Source 177 Cum Head Size Boulders (0.20m – 0.30m) – River Source 50 Cum Aggregate Base Course (item 201) Approved Budget Contract P 576,400.00 Bidders Bond 2% Of The Approved Budget P 11,528.00 Lot 3 Lumber 350 Pcs 2” X 2” X 12’ Coco Lumber – Delivered On Site 470 Pcs 2” X 3” X 12’ Coco Lumber – Delivered On Site 250 Pcs 2” X 4” X 12’ Coco Lumber - Delivered On Site 50 Pcs 2” X 8” X 12’ Coco Lumber – Delivered On Site Approved Budget Contract P 210,600.00 Bidders Bond 2% Of The Approved Budget P 4,212.00 Lot 4 Signages 1 Pc Coa Tarpaulin Signage 2.4 M X 2.4 M 1 Pc Construction Tarpaulin Signage 1.2m X 2.4m 10 Pcs Construction Tarpaulin Signage 0.54m X 0.76m Approved Budget Contract P 5,000.00 Bidders Bond 2% Of The Approved Budget P 100.00 Requirements 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 Pre-bid Conference Will Be Held On January 10, 2025, 2pm At 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 13-22, 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 22, 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
4891-4900 of 5002 archived Tenders