Manpower Tenders

Manpower Tenders

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php281,254.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Slope Protection Near Barangay Hall At Barangay Cagat, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 325 Bags 2. Washed Sand 26 Cu.m 3. Crushed Gravel 5 Cu.m 4. 12mm.ø X 6.00mtrs Deformed Bar 42 Lengths 5. #16 G.i Tie Wire 4 Kg 6. Cutting Disc 5 Pcs 7. Class-a Boulder 76 Cu.m 8. Fine Sand 8 Cu.m 9. 2”ø X 3.0m Pvc Pipe 14 Lenghts 10. 2” X 2” X 10’ Coco Lumber 20 Lengths 11. Cwn 4” 3 Kg Php281,254.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date21 Jan 2025
Tender AmountPHP 281.2 K (USD 4.8 K)

City Of Danao Tender

Civil And Construction...+2Road Construction, Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php991,048.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangays, Barangay Sandayong Sur, Danao City, As Follows; Seq. Item Description Quantity 1. Gravel 96 Cu.m 2. Portland Cement 1,296 Bags 3. Washed Sand 72 Cu.m 4. Crushed Gravel 144 Cu.m 5. 12mm.ø X 6.00mtrs Deformed Bar 46 Lengths 6. Asphalt Sealant (bitumen Seal) 49 Kg 7. 1” X 6” X 10’ Coco Lumber 81 Lengths 8. 4” Common Wire Nail 3 Kg 9. Hacksaw Blade 3 Pcs Php991,048.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date21 Jan 2025
Tender AmountPHP 991 K (USD 16.9 K)

DEPARTMENT OF TOURISM REGION I Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Terms Of Reference Project: Procurement Of Event Management Services For The Participation Of Region 1 In The Philippine Travel Agencies Association (ptaa) 32nd Travel Tour Expo On February 7-9, 2025 Project Background The 32nd Ptaa Travel Tour Expo 2025 Will Take Place From February 7 To 9, 2025, At Halls 1- 4 And Function Rooms 1-4 Of The Smx Convention Center, Mall Of Asia, Pasay City. With The Theme “beyond Borders,” This Year’s Travel Tour Expo Aims To Inspire And Connect The World Through The Transformative Power Of Travel, Highlighting The Unparalleled Wonders That Lie Beyond Our Borders. This Premier Event Offers An Exceptional Platform To Explore Cutting-edge Innovations, Discover Opportunities, And Forge Connections That Transcend Geographical And Cultural Boundaries. Widely Regarded As A Cornerstone Event In The Travel And Tourism Calendar, The Travel Tour Expo Gathers A Remarkable Array Of Industry Players. These Include Travel Agents, Tour Operators, Airlines, Hotels, Resorts, Entertainment And Theme Parks, Providers Of Travel Essentials, Food Businesses, And Other Travel-related Establishments. The Expo Has Consistently Shattered Records In Terms Of Exhibitor Participation, Visitor Attendance, And Production, Solidifying Its Reputation As The Philippines’ Leading Event For Showcasing The Best In Tourism, Travel, Hospitality, And Allied Industries From Both Local And International Markets. As Part Of Its Ongoing Mission To Strengthen, Intensify, And Sustain Marketing And Promotional Efforts, Dot Region 1 Will Proudly Showcase The Rich Offerings Of Its Four Provinces. Representatives From Provincial And Municipal Tourism Offices, Along With Travel And Tour Operators, Hotels, Resorts, And Other Tourism-related Entities, Will Join The Dot Region 1 Team To Highlight Newly Developed Products, Destinations, And Tourism Circuits. The Region 1 Booth Will Feature An Inviting Lounge And Food-tasting Corner, Where Visitors Can Sample The Region’s Vibrant Culinary And Gastronomy Offerings. As Part Of Product Activation Efforts, A Region 1 Presentation Is Scheduled On Either The Second Or Third Day Of The Event. This Will Include Product Showcases, Engaging Displays, And Interactive Games To Captivate And Inspire Attendees. Booth Size: 12 Sqm (2 Units- 3m X 2m ) Booth Height: 8 Ft (max) Approved Budget Of The Contract The Approved Budget Of The Contract Is One Hundred Twenty-four Thousand Eight Hundred Fifty Pesos Only (php 124,850.00) Inclusive Of Tax. Mode Of Payment – (government Procedure) One-time Direct Bank Payment Through List Of Due And Demandable Accounts Payable-advise To Debit Account (lddap-ada) Or Check Upon Completion Of All Deliverables And Receipt Of Statement Of Account Based On Actual Utilization/number Of Pax Utilized Inclusive Of Applicable Taxes. Scope Of Service The Service Provider Shall Provide The Necessary Logistical Requirements For The Implementation Of The Participation Of The Department Of Tourism Region 1 In The 32nd Travel Tour Expo 2025 With Requirements And Details As Specified Below: Expenses Particulars Unit/pax Frequency Region 1 Booth Enhancement Provision And Supply Of Labor, Materials, And Professional Services To Execute The Concept, Design, Layout, Creatives, Installation And Dismantling Of The Department Of Tourism Region 1 (dot Ro1) – Ilocos And Pangasinan Region Including Payment Of Any Fees During The Ingress A. Tv With Stand 55 To 60 Inches B. Customized Background Walls And Ceiling Featuring Major Destinations C. All Photos Should Be Highresolution Printed And Mounted In Sintraboard Or Its Equivalent D. Artificial Grass For Flooring E. To Incorporate The Dot Logo And Love The Philippines In The Design F. #findtheoneinregion1 Marquee Letter G. 2 Customized Counter With Cabinet For Storage And High Chairs That Can Accommodate 2 Pax Per Table H. Strategically Located Electrical Outlets And Storeroom I. Quality Led Lighting Or Pin Light For The Booth And Displays And Photos J. Provision Of Standby Manpower For Booth Maintenance Note: Pls Submit 2 Designs For Approval Of Dot Region 1 Note: Pls See Attached Floor Plan Lot Ingress/egress Installation And Dismantling Promotional Materials Tokens Of R1 Products For Vvip Guests With Customized Packaging 30 Pcs Customized Find The One T-shirt For The Dot Guests 20 Pcs Food Tasting Provision And Supply Of Curated R1 Food Products For The Food Tastings For 3 Days Good For 100 Pax Per Day 3 Days Other Requirements Include:  The Supplier To Process And Shoulder Necessary Permits, Fees And Other Papers Relative To The Installation And Dismantling Of The Region 1 Booth. The Service Provider Shall Work In Coordination With The Dot Region 1 Project Team In The Implementation And Facilitation Of The Project Under A Pre-approved Itinerary. Any Changes In The Itinerary And Logistical Requirements Shall Be Coordinated By Dot R1 To The Service Provider For Necessary Adjustment Which Shall Be Agreed Upon By Both Parties At No Additional Cost. Reminders To Bidders: 1. Please Note That Projects Will Be Awarded As One Lot. 2. All Bidders Must Submit A Copy Of Their Mayor’s/business Permit (business Permit Application, If Applicable), Philgeps Certificate/number, And Original Omnibus Sworn Statement (notarized) With Their Original Copy Of Quotations/proposals On Or Before The Indicated Deadline On The Philgeps Website In Order For Proposals To Be Considered And Qualified. 3. Shall There Be Any Clarifications Or Questions, You May Contact The Bac Secretariat Through Dot1@tourism.gov.ph Or Cp No. 09171564250. 4. Please Send Your Quotation And Bid Documents To Mr. Bon Derryl G. Pugal- Bac Secretariat At 2/f Nisce Business Center Bldg., Barangay Catbangen, San Fernando City, La Union. You May Send An Advance Copy Of Your Documents Through The Bac Secretariat At The Email Address: Dotregion1bac@gmail.com. Please Note That We Still Need To Receive The Original Documents For Us To Consider Your Bids.
Closing Date21 Jan 2025
Tender AmountPHP 124.8 K (USD 2.1 K)

Cooperative Development Authority Tender

Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Details: Description Purpose: For The Official Use Of Cda Head Office - Ictd 1. Security Information And Event Management Solution Specifications 1.1. Cloud-based Machine Data Analytics Software As A Service (saas) Focusing On Security, Operations, And Business Intelligence Use Cases. 1.2. A Cloud-native Security Operations Center (soc) Tool That Automatically Analyzes And Correlates Threat Alert Data. 1.3. Uses Modernized Approach In Soc Feature. 1.4. Threat Hunting And Response As A Service: 1.4.1. Force Multiplier; 1.4.2. Advanced Hunting; 1.4.3. Collective Defense; 1.4.4. Rapid Response; And 1.4.5. Correlation-based Detection. 1.5. Automated Prioritization And Alert Triage That Uses Adaptive Signal Clustering (asc) Engine. 1.6. Alert Analytics Generating Signals From Logs. 1.7. Automate Manual Work For Soc Team. 1.8. Compatible With Cda It Infrastructure. 2. Scope Of Work And Services 2.1. The Contractor Shall Provide A One (1) Year Subscription Of An Adaptive Cloud Siem And Support Services Within Thirty (30) Calendar Days From The Receipt Of Notice To Proceed (ntp); 2.2. The Contractor Shall Provide Assistance In Deploying And Integrating The Cda It Infrastructure To Siem; 2.3. The Contractor Shall Provide Training In Managing, Deployment, And Operation Of The Siem To Ictd Personnel; 2.4. The Contractor Shall Provide/render Technical Support Services Twenty-four Hours A Day, Seven Days A Week (24x7). Technical Support Can Be Delivered In The Form Of Telephone Calls, Electronic Mail, Online, And/or On-site Support; 2.5. The Contractor Must Turn Over And Provide The Full Functionality And Management Of The Service Account For Security Purposes; 2.6. The Contractor Shall Provide One (1) Subscription Account; 2.7. The Contractor Shall Provide A Post-migration Report Within 15 Working Days; 2.8. The Contractor Shal Provide Service And Support Coverage For One (1) Year From The Successful Delivery And Acceptance. 3. Warranties Of The Contractor 3.1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Tor; 3.2. The Contractor Warrants, Represents, And Undertakes The Reliability Of The Services And That Its Manpower Complements Are Hardworking, Qualified/reliable, And Dedicated To Do The Service Required To The Satisfaction Of The Cda. It Shall Employ Well-behaved And Honest Employees With Id Displayed Conspicuously While Working Within The Compound. It Shall Not Employ Cda Employees To Work In Any Category Whatsoever; 3.3. The Contractor, In The Performance Of Its Services, Shall Secure, And Maintain At Its Own Expense All Registration, Licenses, Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And Commissions; 3.4.the Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Therein; 3.5.the Contractor Shall Provide Services, Including Technical Support, Which Shall Be Covered By A Performance Security Bond Equivalent To 10% Of The Total Contract Price. The Said Amount Shall Be Released After The Lapse Of The Subscription Period. Provided That All Conditions Imposed Under The Contract Have Been Fully Met; 3.6.the Subscription Period Shall Commence When The Cda Issues The Certificate Of Acceptance. 4. Confidentiality Of Data 4.1. All Project Personnel Of Contractor Shall Be Required To Sign A Non-disclosure Agreement (nda); 4.2. The Contractor Agrees To Hold The Proprietary Information In Strict Confidence; And 4.3.the Contractor Agrees Not To Reproduce, Translate Or Disclose The Proprietary Information To 3rd Parties Without The Prior Written Approval Of The Cda. 5. Terms Of Payment 5.1. The Contractor Shall Be Paid Upon Provision Of Subscription Account Of This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%); 5.2. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules, And Regulations: 5.2.1.sales Invoice/billings; 5.2.2.certificate Of Acceptance Issued By Cda Ictd Chief; 5.2.3.non-disclosure Agreement; And 5.2.4.no Advance Payment Shall Be Made As Provided For In Section 88 Of Pd 1445. 5.3. A Certificate Of Acceptance Shall Be Issued By The Chief Of Information And Communication Technology Division (ictd) Once The Contractor Fully Meets All The Requirements. 6. Pre-termination Of Contract 6.1.the Contract For The Subscription Of An Adaptive Security And Event Management (siem) Service May Be Pre-terminated By The Cda For Any Violation Of The Terms Of The Contract. In Case Of Pre-termination, The Contractor Shall Be Informed By The Cda Thirty (30) Days Before Such Pre-termination; 6.2. In Case Of Pre-termination, The Contractor Shall Be Liable To Additional Liquidated Damage Equivalent To One Percent (1%) Of The Contract Price As Provided By The Government Accounting Manual (gam) And Forfeiture Of The Performance Security; And 6.3. The Cda Shall Have The Right To Blacklist The Contractor In Case Of Pre-termination. 7. Training 7.1. Administration Management Console Technical Training For 5 Designated It Personnel; 7.2. All Trainings Should Be Done Virtually Using Zoom Or Google Meet; And 7.3. Must Provide A Certificate Of Training To The Attendees. 8. Deliveyr Period And Completion 8.1. Delivery Of One (1) Year Subscription Account, Migration And Submission Of Post-migration Report, And User Management Training - 60 Working Days. 9. Qualification Of Bidder "9.1. A Company With Expertise In Deploying On-premise Or Cloud Siem; And 9.3. Philgeps Registered" 10. Billing And Payment 10.1. 100% - Upon Completion Of The Delivery And Configuration Of Siem And Upon Completion Of Users Account Management Training. 11. Delivery Period 11.1. The Configuration/setup Must Be Completed Within Seven (7) Days Prior To March 14, 2025, Which Marks The Expiration Of Our Current Subscription, Subject To The Issuance Of The Notice To Proceed.
Closing Date30 Jan 2025
Tender AmountPHP 850 K (USD 14.4 K)

BARAGAY SANDAYONG SUR DANAO CITY CEBU Tender

Civil And Construction...+1Road Construction
Corrigendum : Tender Amount Updated
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy. Sandayong Sur Invitation To Apply For Eligibility And To Bid Concreting Of Barangay Road At Sandayong Sur, Danao City The Brgy.sandayong Sur, Tends To Apply The Sum Of Php991,048.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Barangay Road @ Brgy.sandayong Sur, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Sandayong Sur Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Concreting Of Barangay Road Of Brgy.sandayong Sur, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 96 Cu.m Base Course(gravel)- Compacted 2,100.00 201,600.00 2. 1296 Bags Portland Cement 228.00 295,488.00 3. 72 Cu.m Washed Sand 2,100.00 151,200.00 4. 144 Cu.m Crushed Gravel 2,100.00 302,400.00 5. 46 Lengths 12mm X 6.00mtrs. Deformed Bar 318.00 14,628.00 6. 49 Kgs. Asphalt Sealant (bitumen Seal) 268.00 13,132.00 7. 81 Lengths 1 X 6 X 10 Coco Lumber 150.00 12,150.00 8. 3 Kgs. 4 Common Wire Nails 81.00 243.00 9. 3 Pcs. Hacksaw Blade 69.00 207.00 Php. 991,048. 00 Delivery Of The Goods Is Required Not Later Than Febuary 29, 20245.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On January 30- Febuary 6, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration Submission And Receipts Of Bids On Febuary 06, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Sandayong Sur, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’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 1year 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 Ll 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 Whos 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, Nelia J. Cañas Brgy.bac Chairman Sandayong Sur, Danao City
Closing Date6 Feb 2025
Tender AmountPHP 991 K (USD 16.9 K)

City Of Danao Tender

Automobiles and Auto Parts
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy.maslog Invitation To Apply For Eligibility And To Bid Purchase Of Spareparts, Materials For Brgy. Garbage Truck Of Brgy.maslog, Danao City The Brgy.maslog, Tends To Apply The Sum Of Php121,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Of Spareparts, Materials For Brgy. Garbage Truck Of Brgy.maslog, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Maslog Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Purchase Of Spareparts, Materials For Brgy. Garbage Truck Of Brgy.maslog, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost Isuzu Elf Mini Dump Truck 1. 1` Body Repair & Dump Box Extension 45,000.00 45,000.00 2. 1 Body Repair 40,000.00 40,000.00 3. 1 Brake System Repair 15,000.00 15,000.00 4. 1 Upholstery Driver Seat 5,000.00 5,000.00 5. 1 T- Light Replacement 2,500.00 2,500.00 6. 1 Electrical Wiring 10,000.00 10,000.00 7. 1 Sticker Decals 3,500.00 3,500.00 Php121,000.00 Delivery Of The Goods Is Required Not Later Than March 01, 2025. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements To Be Submitted On January 31- Febuary 07, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacture, Supplie, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On Febuary 07, 2025at 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy.maslog, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’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 1year 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 Ll 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, Hon.alberto A. Olivar Brgy. Chairman Maslog,danao City
Closing Date7 Feb 2025
Tender AmountPHP 121 K (USD 2 K)

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
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 Area At 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 Php166,218.00 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 Area At 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 Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Guinsay, Danao City, As Follows; Seq. Item Description Quantity 1. Limestone (backfill) 40 Cu.m 2. Class A-boulders 34 Cu.m 3. 40-kg Portland Cement 146 Bag 4. Washed Sand 13 Cu.m 5. 3/4 Crushed Gravel 5 Cu.m 6. 12mm X 6m Deformed Bar 35 Length Php166,218.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 09-14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date15 Jan 2025
Tender AmountPHP 166.2 K (USD 2.8 K)

Municipality Of Caibiran, Biliran Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Vehicle Parts & Accessories For Maintenance Location : Lgu, Caibiran, Biliran Delivery Period : 20 Days Abc : P256,450.00 Source Of Funds : Lce Capital 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 1 Pc Accelerator 2 1 Pc Alternator Assembly 3 4 Pcs Battery 25mf Maintenance Free 4 1 Pc Battery 35mf Maintenance Free 5 2 Pcs Battery N70 Maintenance Free 6 4 Set Battery Terminal (positive/negative) Heavy Duty 7 20 Pcs Bolt For Backhoe 8 1 Pc Clutch Lining For Van 9 1 Pc Fuel Filter Primary Heavy 10 1 Pc Fuel Filter Secondary Heavy 11 1 Pc Fuel Filter For Van 12 1 Pc Fuel Filter 13 1 Pc Fuel Filter F5052 14 1 Pc Fuel Water Separator 15 3 Ltr Gasoline Engine Oil Synthetic 16 1 Ltr Gear Oil 90 Synthetic 17 1 Pc Hand Brake Cable 18 1 Set Handtaps 19 2 Pcs Hydraulic Fabricated Hose 20 3 Pail Hydraulic Oil # 10 21 7 Ltr Oil 40 Fully Synthetic 22 1 Pc Oil Filter 23 1 Pc Release Bearing 24 1 Pc Throttle Cable Backhoe 25 6 Pcs Tire 165/65 R13 Apv 26 2 Pcs Transmission Linkage 27 4 Pcs Wheel Cylinder Rubber Cap Advertisement : January 8, 2025 To January 15, 2025 Bid Evaluation : January 17, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 16, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 17, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 17, 2025 At Exactly 10:00 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 2025philgeps005
Closing Date17 Jan 2025
Tender AmountPHP 256.4 K (USD 4.3 K)

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+1Construction Material
Philippines
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 Maslog-baybay Road With The Following Details; Total Abc P 1,496,483.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Maslog-baybay Road Lot 1 Hardware 2339 Bags Portland Cement Type 1 (delivered On Site) 65 Length 16 Mm Ø X 6.0 M Def. Rsb (delivered On Site) 50 Kls 4” Cw Nails 22 Kls 3” Cw Nails 15 Pcs Hacksaw Blade, Good Quality 2 Rolls Trapal, Good Quality 1 Roll Caution Tape 20 Pcs Empty Container Approved Budget Contract P 693,483.00 Bidders Bond 2% Of The Approved Budget P 13,869.66 Lot 2 Aggregates 396 Cum Aggregates Base Course (item 201) (60% Gravel – 40% Binders) Ratio 50 Cum Aggregate Subbase Course (item 200) 192 Cum Mixing Sand 256 Cum 1” Ø Round Gravel 35 Cum Head Size Boulders (0.20m) Approved Budget Contract P 759,050.00 Bidders Bond 2% Of The Approved Budget P 15,181.00 Lot 3 Lumber 60 Pcs 2” X 8” X 12’ Coco Lumber 30 Pcs 2” X 6” X 12’ Coco Lumber Approved Budget Contract P 39,600.00 Bidders Bond 2% Of The Approved Budget P 792.00 Lot 4 Signage 1 Pc Coa Tarpaulin Signage 2.4 M X 2.4 M 15 Pcs Construction Tarpaulin Signage 0.54 M X 0.76 M Approved Budget Contract P 4,350.00 Bidders Bond 2% Of The Approved Budget P 87.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Pre-bid Conference Will Be Held On January 22, 2025, 2pm At The 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 23-february 3, 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 February 3, 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
Closing Date3 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)

Misamis Occidental Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Municipal Government Of Concepcion Bids And Awards Committee Invitation To Bid For: Improvement Of Water System 1. The Municipal Government Of Concepcion, Through Its 20% Mdf (fy 2022) Intends To Apply The Sum Of P 353,760.00 Being The Abc To Payments Under The Contract For 2023-03-010-goods-improvement Of Water System. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Concepcion Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 10 Days After Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within The Last Three (3) 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 (instructions To Bidders). 3. 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) No. 9184. 4. Prospective Bidders May Obtain Further Information From The Municipal Government Of Concepcion And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 25, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Before Dropping The Sealed Envelopes. 6. The Municipal Government Of Concepcion Will Hold A Pre-bid Conference On (pre-bid Conference Not Required) At ___________which Shall Beopen To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 05, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Items To Bid: Item No. Quantity Unit Of Issue Item Description 1 19 Rolls Hdpe Pipe Pe100 #2 50m 2 8 Rolls Hdpe Pipe Pe100 #1 100m 3 10 Pcs Coupling Reducer 2”x1” 4 17 Pcs Coupling #2 5 18 Pcs Coupling #1 6 2 Pcs Blue Tank 2 Cu. 7 17 Bags Cement 8 1 Cu. Sand 9 2 Cu. Gravel 10 6 Pcs 12 Dsb 11 3 Kgs Tie Wire 12 1 Roll Cyclone Wire 9. Bid Opening Shall Be On February 05, 2023 At 10:15am The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Supported By The Project Owner’s Certificate Of Acceptance. Failure Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (k) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (m) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 10. The Municipal Government Of Concepcion 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Mr. Joen R. Pacoy Chairman, Bids And Awards Committee Municipal Building, Poblacion Concepcion, Misamis Occidental Cp No. 0930-500-0150 (sgd) Mr. Joen R. Pacoy Chairman, Bids And Awards Committee
Closing Date5 Feb 2025
Tender AmountPHP 353.7 K (USD 6 K)
5361-5370 of 5520 archived Tenders