Manpower Tenders

Manpower Tenders

Province Of Iloilo Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-19-np(sv) Reference Pr No. Gov-25-19 January 15, 2025 __________________________ __________________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 21, 2024 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱381,200.00 Place Of Delivery: Casa Real, Iloilo Provincial Capitol Date Of Delivery: January 25 & 26, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 200 Pax Catering Of Meals For 200 Pax @ 450.00 Per Pax For Kasadyahan Festival On January 25, 2025 (dinner) Menu: Kare-kare, Grilled Fish, Chicken Parmesan, Bam-e, Macaroni Fruit Salad, Rice And Soft Drinks 450.00 2 200 Pax Catering Of Meals For 200 Pax @ 580.00 Per Pax For Dinagyang Festival On January 26, 2025 (lunch) Menu: Pork Pochero, Grilled Fish, Chicken Alamax, Beef Brisket, Sotanghon Guisado, Fresh Lumpia, Fruits In Season Rice And Soft Drinks 580.00 3 800 Pax Snacks For 800 Pax @ 100.00 Per Pax For Kasadyahan Festival On January 25, 2025 (p.m Snacks) 100.00 Menu: Butterscotch/revel Bar, Meat Roll, Assorted Candies, Assorted Chip 4 500 Pax Snacks For 500 Pax @ 110.00 Per Pax For Dinagyang Festival On January 26, 2025 (a.m Snacks) Menu: Cheese Roll, Assorted Candies, Assorted Chip, Bottled Water 110.00 5 134 Pax Packed Meals For 134 Pax @ 300.00 Per Pax For Kasadyahan And Dinagyang Festival On January 25 & 26, 2025 300.00 Day 1 – January 25, 2025, 84 Pax, Dinner Menu: Main Dish: Pork Igado, Fish With Tartar Sauce, Roast Chicken Dessert: Brownies Rice And Soft Drinks Day 2 – January 26, 2025, 50 Pax, Lunch Menu: Main Dish: Pork Igado, Fish With Tartar Sauce, Roast Chicken Dessert: Brownies Rice And Soft Drinks Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for T He Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gov-25-19-np(sv) Reference Pr No. Gov-25-19 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: January 25 & 26, 2025 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date21 Jan 2025
Tender AmountPHP 381.2 K (USD 6.5 K)

Province Of Iloilo Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-06-np(sv) Reference Pr No. Gov-25-06 January 10, 2025 __________________________ __________________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 21, 2024 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of One Thousand Pesos (₱1,000.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱942,000.00 Place Of Delivery: Within The Vicinity Of Iloilo City Or Province Of Iloilo. Date Of Delivery: As Per Terms/conditions Stated In The Order To Deliver/ordering Agreement Until June 30, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1000 Pax Catering Of Meals For 1000 Pax @ 450.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 450.00 Menu: Main Dish: Choice Of 3 Main Dish • Kare-kare/beef Brisket/ Native Chicken Binakol/ Baby Backribs With Fruit Sauce/ Grilled Fish/ Patatim Belly/ Crispy Pata/ Lechon Kawali/ Chicken Cordon Bleu/ Seafood Chopsuey/ Fish With Tartar Sauce/ Braised Chicken With Mushroom/ Hamonado/ Ox Tongue With Mushroom Sauce/ Fried Chicken/ Chicken Stew/ Pandan Chicken/ Baked Chicken W/ Honey/ Chicken Parmesan/ Steamed Fish With Soy/ Stir Fry Seafood/ Chicken With Assorted Vegetables/kbl Side Dish: • Waldorf Salad/ Potato Salad/ Vegetable Lumpia/ Sotanghon Guisado/shanghai Lumpia/ Pad Thai Noodles/ Spaghetti Carbonara Dessert: • Buko Fruit Salad/ Fruits In Season/ Buko Mango Salad/ Leche Flan/ Fruit Salad/ Buko Pandan Salad Rice Soft Drink/ Bottled Water/ Juice 2 1200 Pax Catering Of Snacks For 1200 Pax @ 110.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 110.00 Menu: • Hamburger/sandwich/siopao • Soft Drink/ Bottled Water/ Juice 3 1200 Pax Packed Meals For 1200 Pax @ 300.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 300.00 Menu: Main Dish: Choice Of 2 Main Dish • Beef Brisket/native Beefsteak/baby Backribs With Fruit Sauce/ Hamonado/ Breaded Pork/ Garlic Pepper Porkribs/ Lechon Kawali/ Chicken Cordon Bleu/ Seafood Chopseuy/ Fish With Tartar Sauce/ Braised Chicken With Mushroom/ Ox Tounge W/ Mushroom Sauce/ Fried Chicken/ Chicken Stew/ Pandan Chicken/ Baked Chicken With Honey/fish With Chili Mango Sauce/ Steamed Fish With Soy/ Stir Fry Seafood/ Chicken With Assorted Vegetables And Nuts Dessert: • Buko Fruit Salad/ Buko Pandan Salad / Macaroni Fruit Salad / Fresh Fruit Salad/ Brownies With Nuts/fruits In Season/macaroons Rice Soft Drink/ Bottled Water/ Juice Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for T He Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gov-25-06-np(sv) Reference Pr No. Gov-25-06 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Terms/conditions Stated In The Order To Deliver/ordering Agreement Until June 30, 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date21 Jan 2025
Tender AmountPHP 942 K (USD 16 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Repair Of Amnay Ris (supplemental Pow Cy 2023) Pb # Occmdo-imo-2024-044 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2023 Intends To Apply The Sum Of Five Million Eight Hundred Ninety Six Thousand Two Hundred Sixty Six Pesos & 82/100 Only (₱ 5,896,266.82) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2024-occi-amnayrisgabions(cy2023pow)-5.8m-044. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Construction Of 0.058km Gabions Protection For Amnay Ris Patrick Area At Sablayan, Occidental Mindoro. Completion Of The Works Is Required One Hundred Twenty (120) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Equipment Requirement: One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) One (1) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) One (1) Unit – Service Vehicle (5 Sitter) One (1) Unit – Plate Compactor Two (2) Unit – Water Pump 4” Dia. Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Ten Thousand Pesos Php. 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 11:30 A.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 1:00 P.m. Of January 15, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 2:00 P.m. January 15, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A
Closing Date15 Jan 2025
Tender AmountPHP 5.8 Million (USD 100.9 K)

Province Of Iloilo Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-30-np (sv) Reference Pr No. Gov-25-30 January 18, 2025 ________________________ ________________________ _________________________ The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 21, 2025 At 9:00 A.m. With The Bids And Awards Committee At The Bids And Awards Committee-secretariat, 5th Floor, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). (sgd) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱117,240.00 Place Of Delivery: Iloilo Provincial Capitol, Iloilo City Date Of Delivery: 5 Calendar Days Upon Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 4 Unit 20at/50af,2p,250vac,60hz Enclosed Circuit Breaker 1,167.00 2 16 Unit 200w, Led Floodlights 4,030.00 3 8 Box 3.5mm² Thhn Wire 5,161.00 4 4 Roll 20mmø, Flexible Conduit 1,373.00 5 16 Pc Octagonal Box 64.00 6 4 Pc Pull Box 72.00 Terms & Conditions 1. All Materials Shall Be Approved By The Office Of The Provincial Engineer Prior To Delivery At Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. 2. The Supplier Shall Inform The Office Of The Provincial Engineer And Submit Letter Of Inspection Attached With A Copy Of Approved Purchase Order (p.o.) Five (5) Days Prior To The Delivery Of Materials. 3. The Winning Bidder Shall Deliver The Materials Five (5) Days Upon Receipt Of Notice To Proceed. 4. Materials Delivered Shall Be Of Good Quality. Any Material Found To Be Defective Shall Be Returned And Replaced By The Supplier At His/her Own Expense. 5. Liquidated Damages Shall Be Charged To The Supplier For Every Day Of Delay. 6. The Iloilo Provincial Government Reserves The Right To Rescind/cancel The Contract If Deemed Necessary And To The Best Interest Of The Government. Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ___________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.
Closing Date21 Jan 2025
Tender AmountPHP 117.2 K (USD 2 K)

City Of Tabaco Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction/ Rehabilitation/ Improvement Of Various Infrastructure Projects (roadways, Flood/river Control & Public Building) Various Barangays, Tabaco City Contract Id No. 002-01-2025-infra-pb 1. The City Government Of Tabaco, Through The 20% City Development Fund 2024 (ssb No. 3, S. 2024) And Geneal Fund -capital Outlay 2017 Cont. 2025, Intends To Apply The Sum Of Forty-five Million Nine Hundred Eighty-seven Thousand Five Hundred Pesos (php 45,987,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction / Rehabilitation / Improvement Of Various Infrastructure Projects (roadways, Flood/river Control & Public Building), Various Barangays, Tabaco City Under Contract Id No. 002-01-2025-infra-pb. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tabaco Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 240 Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The City Government Of Tabaco And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. To 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16-february 05, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (p25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The City Government Of Tabaco Will Hold A Pre-bid Conference On January 24, 2025, 2:00pm, Bac Conference Room, 2f Annex Bldg., Tabaco City Hall, Tabaco City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00am, February 05, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 05, 2025, 9:30am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Necessary Information: Minimum Pcab License Category: General Building Project Size Range: Roadways– Medium A Minimum Manpower Requirements: • 1 Project Manager • 1 Project Engineer • 1 Materials Engineer I • 6 Construction Foreman • 4 Safety Officer • 6 First Aider • 12 Skilled Laborer • 18 Common Laborer Minimum Equipment Required: • 2 Units Jackhammer With Air Compressor • 1 Unit Backhoe, Crawler Type • 1 Unit Backhoe, Wheel Type • 1 Unit Bar Bender • 2 Units Bar Cutter • 1 Unit Concrete Cutter • 2 Units Concrete Vibrator • 2 Units Concrete Mixer, One Bagger • 1 Unit Plate Compactor • 1 Unit Road Grader • 1 Unit Road Roller • 1 Unit Self Loading Truck • 2 Units Stake Truck • 1 Unit Telescopic Hydraulic Boom Truck • 1 Unit Water Truck (1000 Gallons) • 1 Unit Welding Generator • Enough Hand Tools 11. The City Government Of Tabaco Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Jovito Bron Coderis, Jr. Bac Chairman / City Legal Office Bac Office / City Legal Office 2f Annex Bldg., Tabaco City Hall, Tabaco City Email: Bactabaco16@gmail.com Website: Tabacocity.gov.ph 13. You May Visit The Following Website: For Downloading Of Bidding Documents: Www.tabacocity.com.ph January 16, 2025 (sgd.) Atty. Jovito Bron Coderis, Jr. Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 45.9 Million (USD 785.2 K)

National Irrigation Administration Tender

Environmental Service
Philippines
Details: Description Request For Expression Of Interest For Social Environmental Impact Assessment (seia) For Lipitan Srip Pb # Occmdo-imo-2024-043 1. The Nia Occidental Mindoro Irrigation Management Office Through The General Appropriation Act Of Cy2024 Intends To Apply The Sum Of Four Million Four Hundred Twenty Five Thousand Nine Hundred Nine Pesos Only (₱ 4,425,909.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2024-occi-con-(seia)liptansrip-4.6m-043. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Nia Occidental Mindoro Imo Now Calls For The Submission Of Eligibility Documents For The Social Environmental Impact Assessment (seia) For Lipitan Srip, At San Jose/rizal, Occidental Mindoro. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before December 6, 2024, (friday) 10:30 Am At Nia Training Center, Airport Road, San Roque, San Jose, Occidental Mindoro. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From Nia Occidental Mindoro Imo And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 29, 2024 From The Address Below Upon Payment Of Five Thousand Pesos Only (php 5,000.00) To The Cashier. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. A Pre-bid Conference Will Be Held On December 13, 2024 (friday) 10:00 Am At Nia Training Center, Airport Road, San Roque, San Jose, Occidental Mindoro. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Not More Than Three (3) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Criteria Rating Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firms Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants 50% Manpower Qualifications 30% Current Workload Relative To Capacity 20% Total 100% 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Deadline Of Submission Of Bids Shall Be On January 3, 2025, 9:00 Am And Its Opening Shall Be On January 3, 2025 (friday), 10:00 Am At Given Address Below Which Should Be Attended By The Managing Officer. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. No Attorney-in-fact Allowed To Participate In The Bidding. 7. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure At A Weight Ratio Of 70% For The Technical Proposal And 30% For The Financial Proposal. The Criteria And Rating System For The Evaluation Of Proposals Shall Be Provided To The Instruction To Bidders. 8. The Contract Shall Be Completed Within One Hundred Eighty (180) Calendar Days. 9. The Nia Occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Joselle Elijah T. Sapo Bac Secretariat Head Nia Occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043) 4570250 / 0977-8247254 / 0920-9595102 Niaoccmindoroimo150@gmail.com November 29, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A
Closing Date3 Jan 2025
Tender AmountPHP 4.4 Million (USD 76.3 K)

Board Of Investments Makati City Metro Manila Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description I. Project Summary This Provides A Terms Of Reference For The Catering And Food Services For The Upcoming Gawad Bayanihan Sa Pamumuhunan Awarding Ceremony “making It Happen With A Whole-of-nation Strategy” On February 06, 2025 At Malacanang Palace, And Requires The Services Of Qualified Supplier Which Is Accredited By The Malacanang Palace To Provide Excellent Service. Ii. Rationale On February 23, 2023, The Office Of The President Issued Executive Order No. 18: Constituting Green Lanes For Strategic Investments. Eo 18 Provided A Relevant Policy Guideline That Would Create Appropriate Conditions Needed To Develop The Country's Competitiveness Through The Promotion Of Ease Of Doing Business For Strategic Investments. Eo 18 Mandated All Government Agencies To Establish "green Lanes," Special Mechanisms For Streamlining, Expediting, And, As Much As Possible, Automating Processes Involved In Securing Government Permits, Licenses, And Approvals For Strategically Identified Projects. Eo 18 Integrated The So-called "whole-of-government Approach" To Avoid Delays Brought About By Redundant Or Duplicative Requirements From Various Agencies. It Has Been Designed To Eliminate Regulatory Impediments And Institutional Barriers To The Timely Completion Of Socio-economic Programs Of High Priority. It Likewise Aimed At Promoting The Country's Competitiveness For Foreign Direct Investments (fdis) Through Increased Capital Inflows For Stimulating National Economic Growth And Development By Improving Infrastructure And Expanding Employment Opportunities. With The Eo, The Government Guaranteed Inter-agency Coordination From The Country And, Therefore, Made It More Attractive Destination For The Location Of Fdis. Eo 18 Tasked The Department Of Trade And Industry And The Board Of Investments To Establish A One Stop Action Center For Strategic Investments (osac-si) To Serve As A Single Point Of Entry From All Strategic Investments. The Osacsi Coordinated With All Concerned Agencies, Together With The Investments Facilitation Network Or Infanet Member Agencies, To Ensure That Our Partners In The Business Sector Receive Necessary Support Toward The Realization Of Their Strategic Investments. The Launch Of Eo 18 And The Covenant Signing Event On July 13, 2023, Brought Together National Government Agencies, Local Government Units, And Private Sector Stakeholders To Raise Awareness Of The Eo. This Event Underlined The Government’s Commitment To Making The Philippines More Business-friendly By Addressing Barriers To Investment. Heads And Representatives Of Infa-net Member Agencies Have Signed The Covenant To Pledge Their Support To Eo 18 And Its Provisions Specifically Focusing On The Seamless Coordination Among Government Agencies For The Realization Of Strategic Investments Through The Streamlining And Expediting Of The Permitting And Licensing Processes. As Of 31 December 2024, Osacsi Has Endorsed A Total Of 176 Projects As Strategic Investments Eligible For Green Lane Services. These Projects Represent A Total Investment Of Php4.536 Trillion, Which Can Lead To Further Creation Of More Businesses And Employment Opportunities. Eo 18, Marked A Significant Step Toward Improving The Ease Of Doing Business In The Philippines. By Fostering Inter-agency Coordination, Minimizing Bureaucratic Delays, And Creating Investor-friendly Pathways, The Government Positioned The Philippines As One Of The Top Investment Destinations In Southeast Asia. Moving Forward, Green Lane Services Would Remain Essential In Advancing The Country’s Economic Development Objectives. Iii. Objectives Ensure Seamless Catering Services To Facilitate Smooth Implementation And Achieve The Main Objective Of The Event. • Awarding Of Valuable Contributions - Gawad Bayanihan Sa Pamumuhunan Iv. Expected Outputs And Deliverables The Supplier Shall Provide, At Its Own Expense, Materials, Machinery And Equipment, Manpower And Supervision, And Other Ancillary Works Necessary To Effect And Ensure The Satisfactory Completion Of The Event Following The Required Specifications: A. Catering Requirements 1. Am Snacks 2. Free-flowing Coffee (brewed, With Separate Creamer And Sugar), Hot Chocolate (if Available), Tea, And Water. B. Additional Requirements 1. Consider A Dedicated Staff To Assist Pwd Attendees 2. Verify That Health And Safety Protocols, Including Covid-19 Measures, Are In Place, If Applicable. V. Qualifications 1. Accredited By Malacañang 2. Requires Appropriate Attire On The Venue 3. Accepts Postponement Or Rescheduling Of Event 4. Accept Send Bill Arrangement Payment Process Vi. Approved Budget And Payment Terms The Approved Budget For The Contract (abc) Allocated For The Procurement Of Catering And Food Services Are As Follows, Inclusive Of All Applicable Government Taxes And Charges, Professional Fees, And Other Incidental And Administrative Costs: Particulars Abc Am Or Pm Snacks (plated) For 150 Pax *2000 Php300,000.00 Total Php300,000.00 Send Bill Arrangement. Full Payment Of The Contract Shall Be Processed Thirty (30) Days After The Event. The Provider Shall Be Paid 100% Of The Agreed Contract Price Upon Completion Of Deliverables And The Issuance Of The Corresponding Certificate Of Satisfactory Service By The End-user.
Closing Date5 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)

Municipality Of Caibiran, Biliran Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
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 Medicines Location : Rhu, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P179,289.60 Source Of Funds : Philhealth Trust Fund 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 2 Box Dil-a Diluent 2 2 Bottle Lya-1 Lyse 3 1 Bottle Lya-2 Lyse 4 3 Bottle Centronorm (normal) (centronic) 5 3 Bottle Centropath (high) (centronic) 6 1 Set Hema Control 5d 7 1 Bottle Hema Cleanser 8 1 Box Pipette Tips (blue) 1000’s 9 1 Box Pipette Tips (yellow) Schedule Of Activities: (2nd Posting) Advertisement : January 9, 2025 To January 16, 2025 Bid Evaluation : January 20, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10, 2025 Until January 17, 2024, 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 20, 2020 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 20, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps007
Closing Date20 Jan 2025
Tender AmountPHP 179.2 K (USD 3 K)

Municipality Of Caibiran, Biliran Tender

Solid Waste Management
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 : Purchase Of Waste Incinerator Machine Location : Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P5,000,000.00 Source Of Funds : 20% D.f. 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 1.0 Set Brand New Incinerator Machine • Capacity: 200kg/batch • Primary Application: Domestic/municipal Waste • Including Delivery, Installation & Hands On Training Schedule Of Activities: (1st Posting) Advertisement : January 6, 2025 To January 13, 2025 Pre-bid Conference : January 14, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bid Evaluation : January 28, 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 6, 2025 Until January 27, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos. [p10,000.00] 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. The Local Government Unit Of Caibiran Will Hold A Pre-bid Conference On January 14, 2025 At 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran, Which Shall Be Open To Prospective Bidders. 5. 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 28, 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. 6. Bid Evaluation Shall Be On January 28, 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. 7. 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. 8. 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 2025philgeps002
Closing Date28 Jan 2025
Tender AmountPHP 5 Million (USD 85.2 K)

Municipality Of Caibiran, Biliran Tender

Automobiles and Auto Parts
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 : Purchase Of 6 Wheeler (8 Cu.m.) Garbage Truck – Brand New Location : Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P4,300,000.00 Source Of Funds : 20% D.f. 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 1.0 Unit 6 Wheeler (8 Cu.m.) Garbage Truck – Brand New • With Lgu Decals And Logo • Including Delivery And Insuran Schedule Of Activities: (1st Posting) Advertisement : January 6, 2025 To January 13, 2025 Pre-bid Conference : January 14, 2025 (11:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bid Evaluation : January 28, 2025 (11:00 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 6, 2025 Until January 27, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos. [p5,000.00] 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. The Local Government Unit Of Caibiran Will Hold A Pre-bid Conference On January 14, 2025 At 11:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran, Which Shall Be Open To Prospective Bidders. 5. 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 28, 2025 At 11:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 6. Bid Evaluation Shall Be On January 28, 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. 7. 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. 8. 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 2025philgeps003
Closing Date28 Jan 2025
Tender AmountPHP 4.3 Million (USD 73.3 K)
5431-5440 of 5636 archived Tenders