Manpower Tenders
Manpower Tenders
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 450.8 K (USD 7.6 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 Purok Kamanggahan Barangay Togonon, 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 Php450,867.00 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 Purok Kamanggahan Barangay Togonon, 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 Purok Kamanggahan Barangay Togonon, Danao City, As Follows; Seq. Item Description Quantity 1. Class A Boulder (maximum 10kg) 110 Cu.m 2. 40-kg Portland Cement 390 Bags 3. Mixed Sand 16 Cu.m 4. Fined Sand (for Plastering) 9 Cu.m 5. Filling Materials (limestone) 11 Cu.m 6. 76mm.ø X 3.00mtrs. Pvc Pipe (ordinary) 10 Lengths 7. Hacksaw Blade 10 Pcs 8. River-washed Sand 7 Cu.m 9. River-washed Gravel 14 Cu.m 10. 12mm.ø X 6.0m Deformed Bar 4 Lengths 11. 10mm.ø X 6.0m Deformed Bar 14 Lengths 12. #12 Welding Electrode 6 Kg 13. 4”ø Cutting Disc 5 Pcs 14. 100mm.ø X 6.00mtrs G.i Pipe Sch.-40 6 Lengths 15. Ga-16 X 4’ X 8’ Pre-fab Steel Plate (including Bending) 11 Shts 16. 16mm.ø X 150mm. Machine Bolt With Nut And Washer Full 34 Pairs 17. 10mm.ø X 38mm. Machine Bolt With Nut And Washer 128 Pairs 18. 14”ø Cutting Disc 2 Pcs 19. Epoxy Primer (gray) 4 Gals 20. Reflectorized Rubber Based Paint (yellow) 4 Gals 21. Reflectorized Rubber Based Paint (black) 2 Gals 22. 2” Paint Brush 6 Pcs 23. 3” Paint Brush 6 Pcs 24. Paint Thinner 2 Gals 25. 20mm. X 25m. Masking Tape 2 Rolls 26. Paint Tray 1 Pc Php450,867.00 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 125 K (USD 2.1 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-04-np (sv) Reference Pr No.gov-25-04 January 11, 2025 Felines Gift Shop, Inc. #44 Delgado St., Iloilo City Telephone No.09086782788 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: Php125,000.00 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 1 500 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-25-04-np(sv) Reference Pr No.gov-25-04 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 ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Municipality Of Balabac, Palawan Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 1.9 Million (USD 34 K)
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Balabac Bids And Awards Committee Invitation To Bid 1. The Municipal Government Of Balabac, Through 20% Mdf 2025 Intends To Apply The Sum Of One Million Nine Hundred Ninety Nine Thousand Five Hundred Twenty Five Pesos And 71/100 (php. 1,999,525.71), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan Solicitation Number Of (007-mun-infra-25). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipal Government Of Balabac Now Invites Bids For Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. Duration Of The Works One Hundred Fifty (150) Calendars Days. Bidders Should Have Completed, Within Five (5) 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 2. 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 Proprietorships, Partnerships Or Organization With At Least Sixty Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3. Interested Bidders May Obtain Further Information From Municipal Government Of Balabac And Inspect The Bidding Documents At The Address Given Below During 9:00am To 12:00nn And 1:00pm To 5:00pm On January 23 To February 12, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On On January 23 To February 12, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only(php 500.00). 4. The Municipal Government Of Balabac Will Hold A Pre-bid Conference Of January 31, 2025 2:00pm At Municipal Hall Balabac, Palawan, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Claus 18. Bid Opening Shall Be On February 12, 2025, 2:00pm At Municipal Hall, Balabac, Palawan. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipal Government Of Balabac 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. 7. For Further Information, Please Refer To: Montazori Mohammad Bac Secretary Municipal Hall Balabac, Palawan Cp # 09703645154 Mr. Ralih A. Belloh Bac Chairperson Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Balabac, Province Of Palawan. The Name Of The Contract Is Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. The Identification Number Of The Contract Is 007-mun-infra-25 2 The Funding Source Is 20% Mdf 2025 …. The Name Of The Project Is: Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. 3.1 No Further Instructions . 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 31, 2025, 2:00 Pm At Municipal Hall Balabac, Palawan. 10.1 The Procuring Entity’s Address Is: Poblacion Barangay 1, Balabac, Palawan Montazori Mohammad Bac Secretary And Ralih A. Belloh Bac Chairperson 10.3 No Further Instructions. 12.1 If The Procuring Entity Maintains A Registry System Using The Philgeps Or Its Own Electronic System: The First Envelop Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of His Class “a” Documents With The Procuring Entity, A Written Letter Of Intent May Be Submitted In Lieu Of The Class “a” Documents: Otherwise, It Shall Submit An Application For Eligibility And Its Latest Class “a” Documents On Or Before February 12, 2025, Any Application For Eligibility Or Updates Submitted After The Deadline For The Submission Of The Letter Of Intent Shall Not Be Considered For The Bidding At Hand. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(iv) No Further Instructions 13.1 No Additional Requirements 13.1(b) The Abc Is One Million Nine Hundred Ninety Nine Thousand Five Hundred Twenty Five Pesos And 71/100 (php. 1,999,525.71). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions 15.4 No Further Instructions 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until June 12, 2025. 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of (php 39,990.51), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of (php. 99,976.29), If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Day From The Bid Opening. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Municipal Hall, Balabac, Palawan. The Deadline For Submission Of Bids Is February 12, 2025, 1:00pm. 24.1 The Place Of Bid Opening Is Municipal Hall, Balabac, Palawan. The Date And Time Of Bid Opening Is February 12, 2025 2:00pm. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have To Submit Manually Filed Tax Returns. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) List 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, Equipments Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm.
DEPARTMENT OF TOURISM REGION V Tender
Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 420 K (USD 7.1 K)
Details: Description I. Purpose/objectives: The Department Of Tourism (dot) – Region V Is In Need Of The Services Of A Booth Contractor To Design/set-up/install As Well As Maintain, And Dismantle The Bicol Booth For The 32nd Ptaa Travel Tour Expo 2025, With The Following Eligibility: A. The Company Must Be The Official Booth Contractor Of The 32nd Ptaa Travel Tour Expo 2025, Or If Not, The Same Must Shoulder The Management And Other Required Fees Set By The Ptaa Travel Tour Expo Organizer/s (if Applicable). B. The Company Must Be Able To Collaborate, Coordinate And Cooperate With The Dot-region V Team/representatives For Inputs In The Concept, Design, Set- Up/installation And Dismantling Of The Exciting Bicol Booths. C. The Company Must Have The Capability To Invest-in, Purchase, Or Rent (and Coordinate Its Delivery To The 32nd Ptaa Travel Tour Expo Venue When Needed) Furniture, Lightings, And Other Accent Pieces Needed To Complete The Bicol Experience Through Its Booth Design. D. Company Must Have At Least Three (3) Years Of Experience In Booth Fabrication For Exhibits And Fairs The Setup Of The Aforementioned Booth Aims To Attain The Following Objectives: A. Generate Positive "name Recall" Of Bicol And Promote Its Tourist Destinations, Highlighting Nature And Cultural Tourism; B. Create An Atmosphere That Highlights The Country's "love The Philippines” New Branding And The “exciting Bicol” Regional Brand; C. Attract And Encourage Consumer, Press, And Travel Guests To Visit The Bicol Booth; D. Provide A Functional Yet Visually Appealing Area For Provision Of Bicol Tourism Information, Product Updates, And/or Audio-visual Presentations. Ii. Scope Of Services: The Philippine Department Of Tourism Region V Requires A Package Of Services Of A Booth Contractor, For The Following: 1. Provision Of Three (3) Mock Up Design For The Booth (final Design To Be Approved By Dot Region V) 2. Set-up/installation And Implementation Of The Design Including Its Maintenance During The 3-day B2c Activities, And Dismantling Of The Exciting Bicol Booths During Egress. The Design Must: • Design Of The Booth Must Be Aligned With The Theme, “beyond Borders” And Must Be Within The New Trends Of Booth Designs • Speak Up The Destination’s Attraction, Effectively Promoting Bicol’s Tourist Destination, Attractions And Activities • Maintain 75% Visibility On All Sides • Strictly Follow The Rules And Regulations Set By The Event Organizers • Be Approved By Dot Region V And The Ptaa Travel Tour Expo Organizer/s. 3. Incorporate In The Design The Following: • Bicol-inspired Lounge With Coffee Break Area • Storage For Brochures And Other Tourism Collaterals/giveaways/merch And Personal Belongings With Locks (to Be Incorporated In The Counter/tables) • Tables/counter For The Co-exhibitors • Space For The Ice Cream Cart And Freezer Of 1st Colonial Grill • Space For Alden Therese Wine (h 41” X W 17” Top 7” Flat Top) • Six (6) Spaces For Co-exhibitors (1 Meter Each) (if You Will Integrate Separate Tables For Each Exhibitor, However If Long Counter Will Be Used No Need For Spaces) 4. Provide The Following Booth Elements: • One (1) Long Counter With Cabinet And Lock / Seven (7) Tables With Cabinet And Lock • Eighteen (18) High Chairs For The Exhibitors Chairs Must Complement The Overall Look Of The Pavilion Including The Tables • One (1) Cubicle To Conceal The Freezer Photo/design/text For The Flat Panel Will Be Provided By Dot V Dimension Of The Freezer Will Be Provided By Dot • One (1) Sala Set With Center Table • One (1) Tv (55-75 Inches) • 3d Texts Of “#excitingbicol,” “love The Philippines” (photo/design Will Be Provided By Dot V) (to Be Installed On Walls/associated In The Overall Design Of The Booth) • Six (6) Brochure Racks (color/design Should Match/complement The Info Counters And High Chairs) • Oak Wood-colored (or Any Similar Color) Carpeted Flooring • Other Accents/decors Of Indigenous/native Materials/design With Bicol Touch, As Well As Green/fresh Plants, If Applicable Only • Flowers As Center Piece In The Lounge Area And Info Counters • Coffee Area With Coffee Maker • Water Dispenser With Supply Of Drinking And Hot Water For 3 Days From February 7-9, 2025 (water Dispenser Must Be Concealed) • Appropriate Lightings And Ample Supply Of Electricity, Extension Power Outlets For The Duration Of The Event, Taking Into Consideration The Electricity Requirements Of The Freezer For The Sili Ice Cream; • Overnight Electricity Starting February 6 Until February 9, 2025 For The Freezer/sili Ice Cream • Other Accessories Deemed Appropriate, If Applicable 5. Provide The Following Supplies Needed In The Booth Including: • Three (3) White Boards (note: 1 Board Per Day) Size: 60cm X 40cm • Supply Of Assorted 3 N 1 Coffee Including Sugar Free, Biscuits/cookies, Candies, Nuts, Etc. With Disposable/paper Cups, Stirrer, Containers For The “pica-pica” And Tissue Papers For 3 Days From Feb.7-9, 2025. • Eight (8) Pieces Of 300ml 70% Solution Alcohol Spray • Garbage Bag (black) For 3 Days • At Least Five (5) Waste Bins • Craft Materials Such As: Scissors, Stapler, Packaging Tapes, Masking Tapes, And Ball Pens 6. Securing Of Necessary Permits And Payment Of Management Fee And Other Related Fees/surcharges That May Be Incurred As Set By The Ptaa Tte If Applicable. 7. Strict Adherence To The Timeline To Ensure Timely Completion, Good Quality And Use Of The Required/desired Materials, So As To Avoid Overtime Fee If Any. Overtime Fee Shall Be Shouldered By The Supplier. 8. Completion Of Booth, Delivery And Turn-over To Dot Region V Not Later Than 5:00pm Of February 6, 2025 To Give Ample Time For The Ingress/arrangements/set-up Of The Exhibitor And Co-exhibitors’ Tourism Collaterals, Brochures, And Other Products At The Booth. 9. Ensure Timely Delivery/transport Of Goods And Materials From And To Supplier Storage To The Venues. 10. Ensure That The Materials Used Are Of Good Quality. 11. Ensure That Electrical Wiring And Connections In The Bicol Booths Are Concealed And Safe, And That There Is Sufficient Power Supply As Required. 12. Dispose And Dismantle Booths/parts During Egress And/or On The Dates Designated By The Event Organizer/s. 13. All Materials Used For The Booth Design May Be Considered As Waste Materials After The Event, Except For Those Which Can Still Be Reused Or Recycled; These Shall Be Turned Over To Dot-region V. 14. Provision Of Photo Documentation Specially During Ingress. 15. Provision Of Necessary Manpower Supply And Support In The Implementation Of The Project To Ensure That Delivery Is Met As Required; Moreover, Delivery Shall Not Exceed The Given Time-frame By The Organizer. 16. Provision Of Other Pertinent Inclusions Deemed Necessary By Both Parties To Improve The General Look And Function Of The Stand And Other Logistical Services As Needed. Iii. Others Dot-region V Gives Utmost Consideration Of And Importance To The Overall Aesthetic Beauty/design And Functionality Of The Booth In The Award Of Contract. Documents For Submission: 1. Duly Accomplished Rfq 2. Proposed Booth Layout Design • Three (3) Mock Up Designs (final Design To Be Approved By Dot Region V) 3. Company Profile 4. Philgeps Certificate/membership 5. List Of Large Scale Local/ International Events Serviced In The Past Three (3) Years 6. Sec/dti Certificates Or Its Equivalent 7. Mayor’s/business Permit/certification Or Its Equivalent 8. Latest Income/ Business Tax Return 9. Tin Certificate/registration Or Its Equivalent 10. Tax Clearance Certificate 11. Omnibus Sworn Statement (revised)
National Academy Of Science And Technology Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Dark Tint Film And Frosted Film With Cutting On Glass Panels At The Pshc Phase Dark Tint Film Specifications: • Blocks High Percentage Of Uv Rays And Other Harmful Rays • High Performance Heat Rejection Technology • High Glare-blocking Capacity And Daytime Privacy • Helps Prevent Glass From Shattering In Case Of Acciddents • Visible Light Transmission: 5% • Color: Super Black Clear Frost Film Specifications: • Brilliant Visual Frosted Effect • Blocks High Percentage Of Uv Rays And Other Harmful Rays • Machine-cut G-1: 4 Panels, Fixed Glass Window 1200mmw X 2350mmh G-2: 4 Panels, Automatic Sliding Glass Door 1150mmw X 2300mmh Frosted Film With Cutting: Design File Will Be Attached, 4pcs. Beexscitech Logo –500mmw X 300mmh Overall 4pcs. Pshc Logo - 50cm ⌀ Of The Logo Scope Of Work: 1. Mobilization Of Manpower, Tools And Materials To Be Used For The Project. 2. Preparation Of The Working Area. 3. Provision Of The Supervision Of The Project. 4. Preparation Of Glass Walls Before The Installation Of The Tinted Films. 5. Installation Of Tinted Films By Trained Installers And Applicators Using Applicable Methods As Prescribed On The Materials To Be Used. 6. Clearing Of Debris And Any Other Waste In The Workplace. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P68,773.58 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 20, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: The Medical Readiness Contracting Office West (mrco) Is Issuing This Sources Sought Notice To Findpotential Sources To Provide Chemiluminescent Immunoassay (clia) Kits Compatible With Thegovernment’s Current Clia Instrumentation For The Brooke Army Medical Center (bamc) Department Ofpathology And Area Laboratory Services – Immunology Laboratory, Fort Sam Houston, Texas. Requiredassays Are Listed Below. A Base Period Of Performance From 01 October 2025 Through 30 September2030 Will Be Required For This Action. this Is Not A Solicitation Announcement – This Is A Sources Sought Notice And Is Issued Solely Forinformation And Planning Purposes – It Does Not Constitute A Request For Quote (rfq) Or A Promiseto Issue An Rfq In The Future. Solicitations Are Not Available At This Time And Requests For Asolicitation Will Not Receive A Response. This Notice Does Not Constitute A Commitment By Theunited States Government To Contract For Any Supply Or Service Whatsoever. All Informationsubmitted In Response To This Announcement Is Voluntary; The United States Government Will Not Payfor Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developinginformation Provided To The United States Government. Not Responding To This Sources Sought Noticedoes Not Preclude Participation In Any Future Rfq, Should One Be Issued. It Is The Responsibility
of The Potential Offerors To Monitor This Site For Additional Information Pertaining To Thisrequirement. the Government Will Use Responses To This Notice In Formulating Its Acquisition Strategy. If Thegovernment Does Not Receive Sufficient Information In Response To This Notice To Verify Thepotential For Competition Exists, It Is Possible That A Sole- Source Contract, Supported By Ajustification And Approval Document, Will Be Issued To Support The Government's Requirement. Mrco-w
is Seeking The Following Information (please Answer Paragraph Below With Your Response): 1. Company Name, Cage Code, And Point Of Contact Information (including Phone Number And Emailaddress), And Socio-economic Category(ies) As Related To Naics 325413 (in-vitro Diagnosticsubstance Manufacturing), Such As 8(a), Hubzone, Women-owned, Service-disabled Veteran-owned,small, Or Other-than-small. 2. Capability Statement (limited To Ten Pages), Describing How Your Company Meets The Belowobjectives, Providing Additional Proof (such As Fda Approval) Where Appropriate: requirements Of Services To Be Provided: basic Requirements: Chemiluminescent Immunoassay Applicable Kits Must Be Fda-approved Andcompatible With The Government’s Current Clia Instrumentation. Training Must Be Provided Forreagent Kits/assay Kits Provided.test Menu And Special Requirements For Awarded Contractor: Vendor Must Meet, Or Improve, Eachlaboratory's Existing Turn-around Times As A Minimum, By Any Change In Instrumentation. Listedtesting Requirements Must Becapable Of Completion In Under 60 Minutes From Start Time (time Of Loading Onto Instrument). proposal Shouldinclude Automated Clia Processing For: • Calprotectin (fecal)
• Cytomegalovirus Igg
• Cytomegalovirus Igm
• Epstein-barr Virus
o Ebv Igm
o Vca Igg
o Ebna Igg
o Ea Igg
• Herpes Simplex Virus ½, Type Specific Igg For Each
• Measles Igg
• Mumps Igg
• Rubella Igg
• Rubella Igm
• Toxoplasma Gondii Igm
• Toxoplasma Gondii Igg
• Treponema Pallidum (igg/igm)
• Varicella Zoster Virus Igg
• Zika Virus Igm
• Lyme
o Lyme Total Antibody
o Lyme Igg
o Lyme Igm
• Memed Bv (or Similar Structure)
o Immune System-based Protein Signature To Differentiate Between Bacterial And Viral Infectionsmethod Performance/comparison Shall Be At The Expense Of The Vendor, Shall Include Linearitymaterial And Reagents, And Be Consistent With Current Clsi Standards And Related Documents, Capstandards And Federal Regulations, For The Following: 1. Correlation Studies For Each Analyte. A Minimum Of 20 Samples, Spanning The Reportable Range,shall Be Run By The Present And The New Contracted Method. Vendor Shall Analyze Numbers And Providestatistical Data To Accept The New Method. Statistics Shall Consist Of At Least Mean, Bias, Slope,y-intercept, Correlation Coefficient, And Meet Current Standards Defined By Clsi. 2. Linearity Analysis Shall Be Performed On New Contracted Instrument(s) For Each Analyte Todetermine Reportable Range With Data Reduction In Accordance With Clsi Guidelines. 3. Precision Study Shall Be Performed Utilizing Normal And Abnormal Control Material. This Shouldconsist Of A Within Run Precision Study Of 10 Normal And 10 Abnormal Controls And A Day-to-dayprecision Study Of Normal And Abnormal Controls. 4. Sensitivity: Sensitivity May Be Validated Concurrently With The Linearity Verifications. 5. Specificity Studies: Adverse Effects For Increased Bilirubin, Hemolysis, Lipemia, Or Otherinterrupting Substances Including Blood Container Are Evaluated For Interfering Substances For Eachmethod Performed. 6. Reference Range: Determine A Reference Range For Each Test Following Clsi Guideline C-23a.samples Used For The Reference Range Study Must Be Representative Of The Patient Population Beingtested. Reference Range Assessment Must Be Performed For Each Lab. One Of The Following Protocolsshould Be Used: a. If The Suggested Manufacturer's Range Is Not Appropriate For The Patient Population, A Referencerangemust Be Established And May Require Additional Reference Individuals. b. If A Laboratory Is Currently Using The Proposed Instrument/reagent System, The "in-use"reference Range Can Be Transferred To The "new" System If A Method Comparison Study Between The Twosystems Proves To Be Acceptable. If Comparison Studies Are Not Acceptable, Then An Alternate Testmust Be Provided. 7. Analytical Measurement Range Validation Studies Must Be Performed By Vendor For Applicableanalytes, 8. All Technical Procedures Must Be Provided Electronically By Vendor In Clsi Format, Usingsoftware Compatible With Each Laboratory's Computer System, For Local Modification (editable) Tomeet Cap Requirements. 9. Carryover Studies Must Be Performed, As Applicable, As Part Of The Initial Evaluation Of Theinstrument. Vendor Shall Provide Interpretation Of Raw Data For Each Instrument Installed Andvalidate No Carryover Exists Within The Test Platforms. 10. Vendor Must Provide All Reagents, Calibrators, And Controls Needed Along With Technicalassistance To Perform Correlation Studies From A Single Lot At No Additional Cost For New Testmethods Or Changes In Test Menus. (i.e., Vendor Is To Provide All Manpower And Reagents/supplies Todo Correlation Studies). 11. Vendor Must Provide Hands-on Training To Staff Onsite Prior To Or During Instrument Integrationat The Facility. Expert/advanced User Training Should Be Offered At Vendor/manufacturer Site At Aminimum Of Two (2) Staff Per Instrument. analytical Systems:
• Not Applicable. Vendor Will Not Provide Instrumentation. The Government’s Instrumentation Willbe Used. reagents And Supplies: 1. Vendor Must Describe Kit Size Options Available For Applicable Tests.
2. Vendor Reagents Must Be 99% Liquid Ready To Use From Storage, Requiring No Reconstitution Ormixing. List All Reagents That Are Not Liquid, Ready To Use. 3. Vendor Calibrators Must Be At Least 95% Liquid Ready To Use From Storage, Requiring Noreconstitution Or Mixing. List All Assay Calibrators That Are Not Liquid, Ready To Use. 4. Quality Of Reagents, Supplies And Disposables: The Contractor Shall Assure That All Suppliesprovided/ordered For Use On Their Equipment Will Be Of The Quality Necessary To Produce A Qualityproduct. The Reagent Quality Must Be High Enough To Satisfy Proficiency Testing Standards Of Thecollege Of American Pathologists (cap) And The Joint Commission. In The Event That Supplies Arefound To Be Defective And Unsuitable For Use With The Contractor's Equipment Or The Contractor Hasfailed To Comply With The Requirements Herein, The Contractor Is Required To Deliver The Supplieswithin 24 Hours Of Receipt Of The Verbal Order. 5. Vendor Must Provide 5 Years Of Fda Field Action Notifications. table 1. Workload Data. All Volumes Are In Tests Per Year Included In The Attached Chart On A Different Document.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Details: Description Ib: 24df0323 Page 1 Of 3 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building At Barangay Cabuco, Trece Martires, Cavite Contract Id No. : 24df0323 (re-advertised) Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Unprogrammed Funds – Support For Infrastructure Projects And Social Programs – Interest Income – E.o. 211 Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8 - 28 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Prebid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, Which Shall Be Open To Prospective Bidders. Ib: 24df0323 Page 2 Of 3 Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite Ib: 24df0323 Page 3 Of 3 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 8, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Municipality Of Balabac, Palawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 399.1 K (USD 6.8 K)
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Balabac Bids And Awards Committee Invitation To Bid 1. The Municipal Government Of Balabac, Through 20% Mdf 2025 Intends To Apply The Sum Of Three Hundred Ninety Nine Thousand One Hundred Forty Pesos And 39/100 (php. 399,140.39), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Repair Of Comfort Room Of Evacuation Center At Barangay Poblacion I, Balabac, Palawan Solicitation Number Of (006-mun-infra-25). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipal Government Of Balabac Now Invites Bids For Repair Of Comfort Room Of Evacuation Center At Barangay Poblacion I, Balabac, Palawan. Duration Of The Works Sixty (60) Calendars Days. Bidders Should Have Completed, Within Five (5) 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 2. 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 Proprietorships, Partnerships Or Organization With At Least Sixty Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3. Interested Bidders May Obtain Further Information From Municipal Government Of Balabac And Inspect The Bidding Documents At The Address Given Below During 9:00am To 12:00nn And 1:00pm To 5:00pm On January 23 To February 12, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On On January 23 To February 12, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only(php 500.00). 4. The Municipal Government Of Balabac Will Hold A Pre-bid Conference Of January 31, 2025 2:00pm At Municipal Hall Balabac, Palawan, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Claus 18. Bid Opening Shall Be On February 12, 2025, 2:00pm At Municipal Hall, Balabac, Palawan. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipal Government Of Balabac 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. 7. For Further Information, Please Refer To: Montazori Mohammad Bac Secretary Municipal Hall Balabac, Palawan Cp # 09703645154 Mr. Ralih A. Belloh Bac Chairperson Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Balabac, Province Of Palawan. The Name Of The Contract Is Repair Of Comfort Room Of Evacuation Center At Barangay Poblacion I, Balabac, Palawan. The Identification Number Of The Contract Is 006-mun-infra-25 2 The Funding Source Is 20% Mdf 2025 …. The Name Of The Project Is: Repair Of Comfort Room Of Evacuation Center At Barangay Poblacion I, Balabac, Palawan. 3.1 No Further Instructions . 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 31, 2025, 2:00 Pm At Municipal Hall Balabac, Palawan. 10.1 The Procuring Entity’s Address Is: Poblacion Barangay 1, Balabac, Palawan Montazori Mohammad Bac Secretary And Ralih A. Belloh Bac Chairperson 10.3 No Further Instructions. 12.1 If The Procuring Entity Maintains A Registry System Using The Philgeps Or Its Own Electronic System: The First Envelop Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of His Class “a” Documents With The Procuring Entity, A Written Letter Of Intent May Be Submitted In Lieu Of The Class “a” Documents: Otherwise, It Shall Submit An Application For Eligibility And Its Latest Class “a” Documents On Or Before February 12, 2025, Any Application For Eligibility Or Updates Submitted After The Deadline For The Submission Of The Letter Of Intent Shall Not Be Considered For The Bidding At Hand. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(iv) No Further Instructions 13.1 No Additional Requirements 13.1(b) The Abc Is Three Hundred Ninety Nine Thousand One Hundred Forty Pesos And 39/100 (php. 399,140.39). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions 15.4 No Further Instructions 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until June 12, 2025. 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of (php 7,982.81), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of (php. 19,957.02), If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Day From The Bid Opening. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Municipal Hall, Balabac, Palawan. The Deadline For Submission Of Bids Is February 12, 2025, 1:00pm. 24.1 The Place Of Bid Opening Is Municipal Hall, Balabac, Palawan. The Date And Time Of Bid Opening Is February 12, 2025 2:00pm. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have To Submit Manually Filed Tax Returns. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) List 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, Equipments Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm.
National Academy Of Science And Technology Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Dark Tint Film And Frosted Film With Cutting On Glass Panels At The Pshc Dark Tint Film Specifications: • Blocks High Percentage Of Uv Rays And Other Harmful Rays • High Performance Heat Rejection Technology • High Glare-blocking Capacity And Daytime Privacy • Helps Prevent Glass From Shattering In Case Of Accidents • Visible Light Transmission: 5% • Color: Super Black Clear Frost Film Specifications: • Brilliant Visual Frosted Effect • Blocks High Percentage Of Uv Rays And Other Harmful Rays • Machine-cut G-1: 4 Panels, Fixed Glass Window 1200mmw X 2350mmh G-2: 4 Panels, Automatic Sliding Glass Door 1150mmw X 2300mmh Frosted Film With Cutting: Design File Will Be Attached, 4pcs. Beexscitech Logo –500mmw X 300mmh Overall 4pcs. Pshc Logo - 50cm ⌀ Of The Logo Scope Of Work: 1. Mobilization Of Manpower, Tools And Materials To Be Used For The Project. 2. Preparation Of The Working Area. 3. Provision Of The Supervision Of The Project. 4. Preparation Of Glass Walls Before The Installation Of The Tinted Films. 5. Installation Of Tinted Films By Trained Installers And Applicators Using Applicable Methods As Prescribed On The Materials To Be Used. 6. Clearing Of Debris And Any Other Waste In The Workplace. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P68,773.58 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 27, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
BARANGAY BANCALAAN PUERTO PRINCESA, PALAWAN Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 494.2 K (USD 8.4 K)
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Balabac Barangay Bancalaan Bids And Awards Committee Invitation To Bid 1. The Barangay Local Government Unit Of Bancalaan, Balabac, Palawan, Through 20% Bdf 2024 Intends To Apply The Sum Of Four Hundred Ninety-four Thousand Two Hundred Twenty-three Pesos And 89/100 (php. 494,223.89), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Concreting Road Phase I At Sitio Tabodniayo Barangay Bancalaan, Balabac, Palawan Solicitation Number Of (004-ban-infra-25). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Barangay Local Government Unit Of Bancalaan, Balabac, Palawan Now Invites Bids For Construction Of Concreting Road At Sitio Centro Barangay Bancalaan, Balabac, Palawan. Duration Of The Works Thirty-three (33) Calendars Days. Bidders Should Have Completed, Within Five (5) 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 2. 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 Proprietorships, Partnerships Or Organization With At Least Sixty Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3. Interested Bidders May Obtain Further Information From Barangay Local Government Unit Of Bancalaan, Balabac And Inspect The Bidding Documents At The Address Given Below During 9:00am To 12:00nn And 1:00pm To 5:00pm On January 28 To February 17, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 28 To February 17, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). 4. The Barangay Local Government Unit Of Bancalaan, Balabac Will Hold A Pre-bid Conference Of February 5, 2025 2:00pm At Bancalaan Barangay Hall Balabac, Palawan. Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before February 17, 2025 At 1:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Claus 18. Bid Opening Shall Be On February 17, 2025, 2:00pm At At Bancalaan Barangay Hall Balabac, Palawan. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Barangay Local Government Unit Of Bancalaan, Balabac 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. 7. For Further Information, Please Refer To: Berlyn D. Pailon Bac Secretary Bancalaan Barangaya Hall Balabac, Palawan Cp # 09302511279 Mr. Jainory Ottom Bac Chairperson Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Barangay Local Government Unit Of Bancalaan, Balabac, Palawan The Name Of The Contract Is Construction Of Concreting Road Phase I At Sitio Tabodniayo Barangay Bancalaan, Balabac, Palawan. The Identification Number Of The Contract Is 004-ban-infra-25 2 The Funding Source Is 20% Bdf 2024 …. The Name Of The Project Is: Construction Of Concreting Road Phase I At Sitio Tabodniato Barangay Bancalaan, Balabac, Palawan. 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 5, 2025, 2:00 Pm At Bancalaan Barangay Hall Balabac, Palawan. 10.1 The Procuring Entity’s Address Is: Bancalaan Barangay Hall Balabac, Palawan. Berlyn D. Pailon Bac Secretary And Jainory Ottom Bac Chairperson 10.3 No Further Instructions. 12.1 If The Procuring Entity Maintains A Registry System Using The Philgeps Or Its Own Electronic System: The First Envelop Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of His Class “a” Documents With The Procuring Entity, A Written Letter Of Intent May Be Submitted In Lieu Of The Class “a” Documents: Otherwise, It Shall Submit An Application For Eligibility And Its Latest Class “a” Documents On Or Before February 17, 2025. Any Application For Eligibility Or Updates Submitted After The Deadline For The Submission Of The Letter Of Intent Shall Not Be Considered For The Bidding At Hand. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(iv) No Further Instructions 13.1 No Additional Requirements 13.1(b) The Abc Is Four Hundred Ninety-four Thousand Two Hundred Twenty-three Pesos And 89/100 (php. 494,223.89), Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions 15.4 No Further Instructions 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until June 17, 2025 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of (php 9,884.48), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of (php. 24,711.19), If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionates To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Day From The Bid Opening. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Barangay Hall, Balabac, Palawan. The Deadline For Submission Of Bids Is February 17, 2025, 1:00pm. 24.1 The Place Of Bid Opening Is Barangay Hall, Balabac, Palawan. The Date And Time Of Bid Opening Is February 17, 2025 2:00pm. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have To Submit Manually Filed Tax Returns. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) List 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 Department Of Labor And Employment, And Pert/cpm.
4901-4910 of 5001 archived Tenders