Manpower Tenders

Manpower Tenders

City Of Bais Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Training, Rescue, Response, And Recovery Activities, Cdrrmo, Viz: Item Approved Budget For The Contract (abc) Pr No. 666-24 Php 600,000.00 1 1 Lot Automatic External Defibrillators (aed) Aed Trainer And Trainer Manikins Full-rescue Aeds Cpr-d-padz One Piece Pre-connected Electrodes With Real Cpr Help Feedback Automatic External Defibrillators Trainer Power: Four (4) D Cells For Training Aed, Two (2) Aa Cells For Remote Includes: Wireless Remote Controller One (1) Set Aed Training Cpr-d Padz One (1) Set Aed Training Cpr-d Padz Reusable Gels Four (4) D Cell Batteries Two (24) Aa Cell Batteries Operator's Guide Training Manikin Trainer Demo Manikins W/ Carrying Case One (1) Adult With Cpr Monitors One (1) Child With Cpr Monitors One (1) Infant With Cpr Monitors Ten (10) Adult Face Shield Lung Bags Ten (10) Child Face Shield Lung Bags Ten (10) Infant Face Shield Lung Bags Automatic External Defibrillators Defibrillator Waveform: Rectilinear Byphasic Change Hold Time: 30 Seconds Energy Selection: Automatic Pre-programmed Selection Patient Safety: All Patient Connection Are Electronically Isolated Charge Time: Less Than 10 Seconds With New Batteries Cpr Monochrome Rate: Variable 60 To 100 Cpm Depth: 3/4" To 3" Shockable Rhythms: Ventricular Fibrallation With Average Amplitude > 100 Microvolts & Wide Complex Ventricular Tachycardia With Rates Greater Than 150 Bpm For Adults And 200 Bpm For Pediatrics Patient Impedance Measurement Range: 0-300 Ohms Defibrillator Protected Ecg Circuitry Display Format: Optional Lcd With Moving Bar Display Sweep Speed: 1" Per Second Batteries And Carrying Bag Included: Replaceable Batteries 10 Type 123a Photo Flash Lithium Manganese Dioxide Batteries Shelf Life Of Batteries And Pads: 5 Years 2 10 Sets Full Face Mask With Single Filter Durable And Skin-friendly Epdm, With Double-layer Face Seal And Triple Sealing Edges 5-point Harness For Simple And Quick Fitting Distortion-free Pmma Lens Made From Perspex With 180° Wide Angle Efficient Ventilation System With Separate Inner Mask Prevents The Lens From Fogging Full Face Mask Is Equipped With A Rd40 Connection (40mm Threaded) Draeger X-plore Includes: Filter For Major Applicants And Protects Against Many Hazardous Substances From Phosphine To Tear Gas To Particulates The Approved Budget For The Contract Is To Be Taken From 70% Disaster Preparedness And Mitigation Fund – 2024 (purchase Of Rescue Equipment, Protective Gears And Supplies. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)

National Academy Of Science And Technology Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Plants For Renovation And Landscaping Of Plant Boxes At The Pshc I. General Requirements Mobilization And Demobilization Environment, Safety And Health Hauling And Disposal Of Debris Ii. Architectural Works Repainting Of Steel Grills And Gate Iii. Civil Works Replacement Of Paver Blocks Removal Of Aircon Brackets Iv. Electrical Works Installation Of Pvc Conduits Of The Existing Lighting V. Landscape Works Supply And Installation Of Garden Soil Supply And Installation Of White Pandakaki @ 1ft. Ht. 250mm O.c. Supply And Installation Of Orange Eugenia @ 2ft. Ht. 300mm O.c. Please See Attached Tor And Plans For Detailed Specifications. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P 213,368.44 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City   The Deadline For Submission Of Quotation Is On January 27, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00.   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]   Project: Proposed Landscaping Of Pshc Phase Ii Exits 3f Science Heritage Building, Dost Complex, Bicutan, Taguig City Re: Scope Of Works I. Project Information The Landscaping Of The Exit Pathway Of An Exhibit Is An Essential Aspect Of The Overall Visitor Experience. Well-designed Landscaping Not Only Ensures Functional Needs Such As Accessibility And Safety But Also Enhances The Visual And Emotional Impact Of The Visit, Providing A Cohesive Conclusion. This Project Will Involve Landscaping Of The Vacant Plant Boxes, Replacement Of Pavement Blocks, Repainting Of The Tubular Trellis Replacing The Conduit Pipes And Proper Assembly Of Lighting Wirings At The Pshc Phase Ii Exits. Ii. Objectives • To Improve, Rehabilitate, And Landscape The Philippine Science And Heritage Center Phase Ii Exits • To Create A Smooth Transition From The Exhibit Area Back To The Exterior Environment. Iii. Scope Of Work The Work Consists Of The Furnishing Of All Necessary Labor, Materials, Tools And Equipment, Including Technical Supervision Necessary For The Complete Execution Relative To Landscaping But Not Limited To The Following: 1. Demolition And Removal A. Removal Of The Angle Bar Brackets B. Removal Of The Existing Conduit Pipes C. Safely Dispose The Debris And Other Scrap Materials. 2. Architectural Works A. For Repainting Works, Remove All Loose Scaling, Flaking And Peeling Off Paint Either With The Use Of Paint Remover, Wire Brushing Or Scraping. B. Metal Shall Be Clean, Dry And Free From Mill Scale And Rust. Remove All Grease And Oil From Surfaces. C. Metal Surfaces Shall Be Primed With Red Oxide As Specified Before Final Coat Is Applied. D. Replace The Existing Floor Finishes With The New Finishes Specified In The Specifications. 3. Civil Works A. Replacement Of Pavement Blocks B. The Pavement Blocks Should Match The Existing Pavement Blocks 4. Electrical Works A. Standard Pvc Conduit Pipe System Is Required For This Project. B. Conduit Runs Shall Be Concealed Behind The Tubular Steel Trellis C. Conduits Which Have Been Deformed Or Crushed In Any Manner Should Not Be Installed D. Proper Assembly Of The Wirings Of The Lighting. E. Perform Post- Installation Tests. 5. Landscape Works A. Site Clearance To Remove Shrubs And Other Unnecessary Plants And Objects. B. Compaction Of Existing Loose Soil On The Landscape Areas C. Supply And Spread Compost D. Spread Topsoil E. Planting Of Applicable Ornamental Plants For The Landscaping Area F. Maintenance Of Plants Until Final Turn Over. Iv. Material Specifications 1. Paint Finish A. Red Oxide Metal Primer Dry Time Touch: 2 Hours Recoat: 12 Hours Density: 1.32kg/l Theoretical Coverage: 25-30 Sqm. Application: Brush Or Roller B. Quick Dry Enamel Finish: Gloss Dry Time Touch: 5 Hours Recoat: 8-12 Hours Full Cure: 3 Days Density: 1.11kg/l Theoretical Coverage: 30-35 Sqm. Application: Brush Or Roller C. Paint Thinner Mixing Ratio: 4l Qde Paint : 1l Paint Thinner 2. Paver Blocks – Same On Existing Paver Blocks 3. Landscape Plants A. White Pandakaki (tabernaemontana Pandacaqui) • 1-foot Height, Spaced At 250mm On Center • Native To The Philippines • Resistant To Drought That We Can See Them Leafless During Dry Seasons, But Eventually Grow Again With Rainy Seasons • Can Grow Full Sun Or Partial Shade • Low Maintenance Plant (water) • Green Leaves, White Flower B. Eugenia Oleina (syzygium Campanulatum) • 2-foot Height, Spaced At 300mm On Center • Native To The Philippines • Thrives On Drought • Can Grow Full Sun Or Partial Shade • Mid Maintenance Plant (water) • New Leaves Sprout In Reddish Colors, And They Eventually Turn Brown Into Green As They Reach Their Maximum Size Fig 1: White Pandakaki Fig 2: Eugenia Oleina V. Deliverables 1. Sample/ Technical Data Of The Materials. 2. Project Schedule In Gantt Chart Form, Include Schedule Tracking To Check The Progress Of The Project. 3. Lists Of Manpower And Equipment For The Deployment. Vi. Project Duration The Landscaping Of Pshc Phase Ii Exits Shall Be Done Within 15 Calendar Days To Take Effect Seven (7) Days After The Receipt Of Notice To Proceed Vii. Approved Budget Of The Contract The Approved Budget Of The Contract (abc) Is Two Hundred Thirteen Thousand Three Hundred Sixty-eight And 44/100 Pesos Only (php 213,368.44). The Abc Shall Be The Upper Limit Or Ceiling For The Bid Price. Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted And Be Automatically Rejected At Opening Of The Financial Bid.
Closing Date27 Jan 2025
Tender AmountPHP 213.3 K (USD 3.6 K)

City Of Bais Tender

Food Products
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Food Supplies And Materials To Be Used During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 61-25 Php 999,689.50 1 55 Sacks Rice (50 Kgs Per Sack) 2 4950 Packs Milk Powder (33g Pack) 3 10000 Pieces Assorted Biscuits/crackers, 10 Pieces Per Pack 4 10 Packs Pure Monosodium Glutamate, Umami Seasoning (11g X 18 Pcs.) 5 10 Packs All-in-one Seasoning (8g X 16 Pcs.) 6 12 Boxes Pork Broth Cubes (10g X 6 Pcs.) 7 12 Boxes Chicken Broth Cubes (10g X 6 Pcs.) 8 10 Kgs. Rock Salt (1 Kg Per Pack) 9 12 Packs Cornstarch (1 Kg Pack) 10 6 Packs Bread Crumbs (1 Kg Pack) 11 120 Trays Eggs (30 Pcs/tray) Xl 12 500 Containers Mineral Water Refill (20 L Per Container) 13 8 Tanks Lpg Gas 11 Kg (refill Only) 14 12 Cans Black Beans 180 G 15 12 Sachets Banana Blossom (sachet) 16 24 Sachets Oyster Sauce 405 G 17 12 Packs Raisins (250 G/pack) 18 8 Kgs. Garlic (kg.) 19 8 Kgs. Red Onion (kg.) 20 8 Kgs. Red/green Bell Pepper (kg) 21 6 Kgs. Green Chili/siling Haba (kg) 22 12 Kgs. Carrots (kg) 23 12 Kgs. Potato (kg) 24 12 Kgs. Baguio Beans (kg) 25 12 Kgs. Sayote (kg) 26 12 Kgs. Apara (kg) 27 12 Kgs. Cabbage (kg) 28 12 Packs All Purpose Cream (250 Ml/pack) 29 12 Cans Pineapple Tidbits, 432 G/can 30 2 Kgs. Whole Black Pepper (kg) 31 2 Kgs. Ground Black Pepper (kg) 32 1 Kgs. Laurel Leaves (kg) 33 12 Kgs. Green Peas (kg) 34 12 Kgs. White Beans (kg) 35 3 Kgs. Ginger (kg) 36 6 Kgs. Tomato (kg) 37 6 Bundles Spring Onion (bundle) 38 12 Kgs. Kalamansi (kg) 39 8 Containers Cooking Oil (4 Gallons/container) 40 6 Gallons Soy Sauce (3.785 L/gallon) 41 3 Gallons Vinegar (3.785 L/gallon) 42 150 Bundles Firewood (bundle) 43 365 Kgs. Pork (kg) 44 220 Kgs. Ground Pork (kg) 45 365 Kgs. Dressed Chicken Choice Cuts (kg) 46 10500 Pcs. Ripe Banana Lakatan/bulungan 47 140 Kgs. Fish (kg) 48 48 Packs Longganisa (1 Kg/pack) 49 80 Packs Jumbo Hotdog (1 Kg/pack) 50 80 Packs Sweet/cooked Ham (1 Kg/pack) 51 40 Packs Chicken Loaf (1 Kg/pack) 52 1 Sacks Mung Beans (monggo, Sack) 53 20 Packs Sotanghon (1 Kg/pack) 54 12 Packs Pancit Canton (1 Kg/pack) 55 12 Gallons Banana Catsup (2 Kg/gallon) 56 12 Packs Tomato Paste (1 Kg/pack) 57 6 Packs Clear, Lemon-lime Flavored Soft Drink 1.5 L (pack Of 12) 58 12 Kgs. Brown Sugar (kg) The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 999.6 K (USD 17 K)

Department Of Agrarian Reform - DAR Tender

Manpower Supply
Philippines
Details: Description Request For Quotation Procurement Of Security Services For Cy 2025 Nv-rfq -2025-01-001 Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Proposal Form (see Annex “a” Of The Request For Quotation), Subject To Terms And Conditions Stated In The Rfq. Item No. Qty. Unit Item Description Unit Per Month Approved Budget For The Contract 1 1 Lot Monthly Supply Of The Following Security Guards At The Darpo, Bayombong, Nueva Vizcaya, Rendering At Least Eight (8) Hours Duty Daily, Including Saturdays, Sundays, And Holidays: 1 – Head Guard 2 – Regular Guards 3 Total No. Of Guards Required 616,722.92  Minimum Requirements A. General Requirements 1) Must Be Licensed Security Guard 2) Physically And Mentally Fit; 3) No Derogatory Record; 4) The Security Agency Must Have At Least One (1) Key Personnel With A Title Of Certified Security Professional; 5) No Double Posting Of Guards. B. Additional Minimum Requirements: Security Equipment 1) At Least One (1) Standard Firearms To Be Issued To Guards Must Be High Capacity 9mm Pistols; 2) Provide Their Own Logbooks Throughout The Implementation Of The Contract And Must Turn-over These Logbooks To Darpo, Bayombong, Nueva Vizcaya Upon Expiration Or Termination Of The Contract. 3) Provide Guards Free Access To Firing Range; 2. Record All Incoming And Outgoing Official Equipment, Supplies, Materials, And Properties, And Keep On File Copies Of Duly Approved Gate Passes. A Written Report Shall Be Submitted To The Chief Administrative Officer Within Twenty-four (24) Hours If Any Property Belonging To Darpo, Bayombong, Nueva Vizcaya Shall Be Brought Without Duly Approved Gate Pass; 3. Security Guards Shall Record All Incoming And Outgoing Vehicles In Their Logbook 4. Security Guards Shall Allow Visitors In The Office Premises Only Upon Proper Identification And Shall Require Them To Properly Fill Out The Visitor's Logbook 5. Security Guards Shall Record All Trips Of Service Vehicles And File One Copy Of Each Duly Approved Trip Ticket; 6. Security Guards Shall Enforce And Obey All Orders/instructions/memoranda Issued By The Provincial Agrarian Reform Program Officer (parpo-ii), The Chief Administrative Officer (cao) Or Any Authorized Official In Behalf Of Darpo, Bayombong, Nueva Vizcaya, Which Are Relevant To Their Functions; C. Additional Terms And Conditions: 1. In View Of The Manpower Requirements, The Agency Shall Provide Darpo Bayombong With A Copy Of The Individual Personnel Profiles Of The Security Guards To Be Assigned In Darpo, Bayombong Together With Their Technical Qualifications And Certificates Of Training After The Receipt Of The Notice Of Award. Should There Be A Replacement Of Guards, Then The Individual Personnel Profiles Of The Replacing Security Guard/s Together With Their Technical Qualifications And Certificates Of Training Shall Be Submitted To Darpo Bayombong Before Assumption Of Work Of The Said Security Guard; 2. The Number Of Guards May Be Increased Or Decreased As The Need Arises Upon Mutual Agreement By The Darpo, Bayombong And The Agency; 3. Should Darpo, Bayombong Be In Need Of The Services Of Additional Security Guards, The Agency Shall Provide The Needed Number At The Same Service Rate And Under The Same Terms And Conditions In The Contract, Upon Written Request Of The Darpo, Bayombong; 4. The Agency Hereby Warrants To Make Available At All Times Duly Trained And Qualified Relievers And/or Replacements To Ensure Continuous Service In Case Of Absence Of The Assigned Guard, And To Exercise The Needed Supervision Over The Work Of Its Personnel, Provided That No Security Guard Shall Serve More Than A Continuous Twelve (12) Hours Duty In A Day; Specification 5. The Agency Shall Agree To Remove, Change Or Substitute Any Or All Of The Guards Whose Performance Or Showing Is/are Found Unsatisfactory, As Observed By And The Upon Notice Or Advice By Darpo, Bayombong, Nueva Vizcaya; 6. The Agency Shall Closely Check The Guards In The Performance Of Their Duties And Responsibilities By Conducting Inspection Any Time Of The Night Or Day To Ensure That They Are Not Committing Any Act Prejudicial To The Interest Of The Darpo, Bayombong; 7. There Shall Be No Employer-employee Relationship Between Darpo, Bayombong, Nueva Vizcaya And The Security Guards; 8. The Darpo Shall Not Be Responsible For Any Accident, Mishap, Or Injury Of Any Kind Or Nature Sustained Or Caused By Any Of The Guards Assigned By The Agency Including Death Resulting Therefrom; 9. The Agency Shall Be Solely Liable And Answerable For Claims, If Any, That May Be Made By Guards Under The Provisions Of The Labor Code, Presidential Decrees And Other Relevant Laws; 10. All And Whatever Benefits The Said Guards Or Their Heirs May Claim Relative To The Preceding Paragraph In Connection With Their Employment Shall Be Borne By The Agency; 11. The Agency Shall Be Exclusively Responsible For The Enforcement, Compliance, And Observance Of Labor Laws, Pertinent Rules And Regulations Governing Employer-employee Relationship Relating To The Operations, Management And Conduct Of Security Agencies; 12. The Agency Shall Protect The Darpo, Bayombong From Any Liability Arising From Non-observance Of Laws, Rules And Regulations Referred To In The Preceding Paragraph, And/or Whatever Claims, Cases, Either Administrative, Civil Or Criminal, Arising From Non-compliance With Agreement For Other Laws, Or As A Result Of This Contract; 13. The Agency Shall Be Liable To Darpo, Bayombong For Any Loss Or Damage That May Be Incurred Upon The Latter's Equipment, Buildings And Properties Within The Guarded Compound; 14. The Liability For Any Loss Or Damage Stated Under Paragraph 13 Is Subject To The Following Exceptions: A) Where The Loss Or Damage Occurs Inside A Closed Office, Building Or Compartment Into Which The Agency Or Its Agents Have No Access, In Which Case, The Agency Is Not Liable, Unless The Door Or Window Of Any Of The Office Building Or Compartment Is Forcibly Opened, And Such Was Not Prevented By Reason Of The Act Or Omission, Fault Or Negligence Of Specification The Guards. B) For Loss Of, And/or Damage To Property Delivered, Or Entrusted By The Darpo To Its Employees, Which Equipment Or Property Is Outside The Administrative Control Of The Agency At The Time Of Said Loss Or Damage, The Agency Is Not Liable. In This Connection, Properties Or Equipments Are Considered Outside The Administrative Control Of The Agency Only When The Same Are Brought Outside The Darpo's Premises Or Compound By The Authorized Employees Themselves. C) For Loss Of, And/or Damage To Property Resulting From Fortuitous Events Or Force Majeure; 15. For Any Loss Or Damage Stated Under Paragraph 13 The Agency Shall Indemnify The Darpo, Bayombong, Nv For Any Loss Or Damage To The Property Or Properties Of The Latter Provided That It Has Been Fully Established That Said Loss Or Damage Was A Result Of The Act Or Omission, Negligence Or Fault Of The Guard On Duty. To Ensure Compliance With This Undertaking, The Agency Shall Furnish The Darpo A Performance Security To Guarantee The Payment Of Such Claim Or Damages And Those Claims Arising From The Operation Of The Contract. It Is Understood, However, That The Liability Of The Agency Shall Not Be Limited To The Amount Of The Performance Security But To The Actual Loss Or Damage That May Be Suffered By The Darpo, Bayombong, Nv; 16. Any Unusual Occurrence In The Premises Noted By The Guard Should Be Reported Immediately In Writing By The Agency To Darpo, Bayombong, Nv Within Twenty-four (24) Hours From Its Occurrence; 17. The Loss Or Damage To Property Shall Be Brought To The Attention Of The Agency By The Darpo Within Twenty-four (24) Hours From Its Occurrence Or Discovery And Shall Immediately Be Acted Upon By The Agency; 18. The Agency Shall Provide The Security Guards Assigned To Darpo, Bayombong, At Its Own Expense, With The Necessary Serviceable, Dependable, Firearms And Ammunitions, And Adequate Equipment. The Agency Hereby Warrants That These Are Duly Licensed And That The Guards Have The Required Permits To Carry And Possess The Same. The Agency Shall Also Provide The Darpo Bayombong Copies Of The Result Of The Drug Test And Neuro-psycho Exams, Including Police And Nbi Clearances Of Each Security Guards Assigned To Darpo, Bayombong, N. V.; Specification 19. Training, Discipline And Administration Of The Security Guards Shall Conform To R.a. 5487 And Its Implementing Rules And Regulations, And The Rules And Regulations Of The Philippine National Police Supervisory Office For Security And Investigation Agencies (pnp Sosia). No Security Guard Shall Take Any Intoxicating/alcoholic Drink Or Prohibited Drugs Within The Premises Of The Guarded Compound Of The Darpo, Bayombong, N. V., Whether He/she Is On-duty Or Off-duty; Likewise, Smoking By Any Of The Security Guard Is Strictly Prohibited Within The Premises Of The Guarded Compound Of The Darpo, Bayombong, Whether He/she Is On-duty Or Off-duty; 20. In Case Of Emergency, Such As Outbreak Of Fire, Occurrence Of Earthquakes And Riots, The Agency Shall Provide The Darpo, Bayombong With A Contingent Of Three (3) Or More Security Guards On Reserve Duty To Augment And Reinforce The Security Force Thereat For The Protection Of The Properties And Of The Latter's Officers And Personnel Against Bodily Harm During The Emergency; 21. It Shall Monitor/supervise Regularly Their Security Guards By Assigning A Supervisor/personnel (who Is Not One Of The Security Guards) To Check Or Evaluate The Performance Of The Said Security Guards At Least Twice A Month And To Make A Corresponding Report To Be Submitted To The Chief Administrative Officer Of This Office On The First Week Of The Month Following The Said Evaluation; 22. It Shall Provide This Office Proof Of Remittances Of All Monthly Mandatory Contributions To The Proper Government Agencies Of All The Security Guards To Be Submitted Together With The Agency’s Monthly Billing Statement For This Office. Failure To Provide Proof Of The Same May Cause The Delay Of The Processing Of The Payment; 23. It Is Agreed That In Order To Have An Assurance That Salaries Of Security Guards Assigned By The Security Service Agency Were Paid On Time, The Darpo, Bayombong, Nueva Vizcaya Requires The Security Service Agency To Present A Certified Photocopy Of The Signed Payroll Of The Security Guards Assigned To The Darpo, Bayombong, N. V. Covering The Preceding Half-month Before Release Of Payment Is Made. It Is Understood That This Measure Is To Check Whether The Security Guards Have Been Paid For Individual Services Rendered In Accordance With The Stipulation Herein Agreed Upon And To Ensure The Security Guards Morale In The Performance Of Their Functions. The Security Service Agency Shall Be Entitled To An Adjustment Of The Stipulated Contract Price In The Event That The Minimum Wage Is Increased Or Such Similar Situation Subject To Renegotiation To Be Made With The Principal And Its Shall Be Understood That The Principal Will Not Be Held Liable For Unpaid Wages If The Security Service Agency Fail To Pay The Security Guards; Specification 25.25. It Shall Not During The Existence Of Its Services Or Anytime Thereafter Disclose To Any Person Or Entity Any Information Concerning The Affairs Of The Office Of The Ombudsman Which The Agency May Have Acquired By Reason Of Its Services. Total 616,722.92 The Proposal Duly Signed By You Or Your Authorized Representative, Accompanied By Required Forms Under Ra 9184, As Amended, Shall Be Submitted Not Later Than January 29, 2025; 10:00 Am At The Address Indicated Below: Esterlina P. Martin Head Secretariat, Bac Sgt. L.b. Perez, Don Mariano Perez Bayombong, Nueva Vizcaya Procurement Service-philgeps Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. In Case, However, A Supplier Intends To Submit Proposals For Several Requests For Quotation In Which The Deadline Of Submission And Opening Of Proposals Are Scheduled On The Same Date And Time, It May Submit One (1) Set Of Documents To Cover All The Rfqs Where It Wishes To Participate. The Envelope Shall Contain The Name Of The Contract To Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Proposal And Other Documents Required May Either Be Submitted Manually At The Department Of Agrarian Reform, Sgt. Lb Perez St., Brgy. Don Mariano Perez, Bayombong, Nueva Vizcaya Or Electronically To Records.nuevavizcaya@dar.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. Bidders Must Only Elect One Mode Of Submission. Unsealed Or Unmarked Envelopes, Or Corrupted Files In Case Of Electronic Submission, Shall Be Rejected. However, Envelopes That Are Not Properly Sealed And Marked Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Proposal As Submitted. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Proposals, And Labeled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. (signed) John Daryl L. Yacapin Bac-chairperson N.b: Suppliers Not Directly Invited May Participate. The Duly Accomplished Proposal (annex A, B, C, And D) Shall Be Submitted On Or Before The Deadline For Submission Of Proposal Or Any Extension Thereof. The Following Documents Shall Also Be Submitted During Submission Of Offers: 1. Mayor’s Permit For The Year 2024; 2. Philgeps Registration Number; 3. Omnibus Sworn Statement (annex “d”), 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. Philgeps Platinum Registration Certificate With Updated Annex A. Instructions For Format And Signing As Stated Above Shall Apply To Non-directly Invited Suppliers.
Closing Date30 Jan 2025
Tender AmountPHP 616.7 K (USD 10.5 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Environmental Service
United States
Details: 36c24225q0108 page 1 Of page 3 Of 140 page 1 Of combined Synopsis/solicitation indefinite Delivery Contract For Asbestos Air Monitoring And Other Environmental Consulting Services At The Va New Jersey Healthcare System East Orange & Lyons Campuses (i) This Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format In Far Subpart 12.6 And Far 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) This Solicitation Is Issued As A Request For Quote (rfq). Request For Quote Will Be Submitted Through Email On Rfq Reference Number 36c24225q0108. (iii) This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-03 (eff. 02/23/2024). (iv) This Procurement Is Being Issued As A Sdvosb Set-aside Solicitation. The North American Industry Classification System (naics) Code Is 562910, Remediation Services, With A Small Business Size Standard Of $25 Million. (v) The Contractor Shall Provide Line-item Pricing For Asbestos Air Monitoring And Material Sampling Services At The Va Nj Hcs East Orange & Lyons Campuses Pricing To Five-year As Well As Other Services Outlined In The Statement Of Work. please Reference The Attached Sample Table For Instrumentation & Time Frame Of Pricing Periods. (vi) Description Of Requirement - Scope Of Work (sow) please Reference The Attached Statement Of Work (vii) Awardee Shall Coordinate With The Contracting Officer S Representative (cor) Prior To Performance. fob Destination va New Jersey Healthcare System East Orange Campus 385 Tremont Ave east Orange, Nj 07018 va New Jersey Healthcare System Lyons Campus 151 Knollcroft Road lyons, Nj 07039 (viii) The Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition. The Following Provisions Are Included As Addenda To Far 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) 52.233-2 Service Of Protest (sep 2006) 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) 52.204-7 System For Award Management (nov 2024) 52.204-16 Commercial And Government Entity Code Reporting (aug 2020) 52.229-11 Tax On Certain Foreign Procurements Notice And Representation (jun 2020) 852.233-70 Protest Content/alternative Dispute Resolution (oct 2018) 852.233-71 Alternate Protest Procedure (ooc 2018) 852.239-75 Information And Communication Technology Accessibility Notice (feb 2023) (ix) The Provision At Far 52.212-2, Evaluation-commercial Items (oct 2014), Applies To This Acquisition. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Responses To This Rfq Shall Contain Sufficient Information To Conduct A Comparative Evaluation Of The Following Factors: factor 1 - Technical Capability: Technical Capability Is Defined As An Offeror S Ability To Satisfy The Solicitation S Requirements, Providing The Highest Quality Service To The Specified Facilities. Technical Capability Shall Be Determined On The Basis Of The Qualification Of The Offeror S Capability Statement. 1) Provide A Capability Statement, Of Length No Greater Than 5 Pages, Demonstrating Your Ability To Meet All Requirements In The Statement Of Work With No Additional Cost To The Va In Manpower Or Dollars. 2) Provide The Documentation Of Certifications And Other Qualification Requirements As Outlined In The Statement Of Work To Include But Not Limited To: active New York State Department Of Labor Asbestos Handling License active New York State Department Of Labor Asbestos Certificates For All Technicians Working On Site. qualifications For Laboratories To Be Used For This Contract. resume And Qualifications For Any Certified Industrial Hygienist Involved With Air Monitoring Or Material Sampling Under This Contract. 3) Provide A Statement That The Contractor Can Meet The Response Times For Emergency Services Stated In Section). factor 2 Past Performance: The Government Shall Evaluate The Offeror S Past Performance. By Past Performance, The Government Means The Offeror S Reputation For Conforming To Specifications And To Standards Of Good Workmanship, I.e., Reliable Service, Qualifications, Adherence To Contract Schedules To Include Both Technical And Administrative Aspects Of Performance. The Government Shall Evaluate Past Performance Based On Information That May Be Obtained From The Offeror Or From Any Other Source Such As Previous Commercial Or Government Contracts. The Government May Also Use Any Relevant Information In Its Possession Or In The Public Domain. Offerors Without A Record Of Relevant Past Performance May Not Be Evaluated Favorably Or Unfavorably. factor 3 Price: Vendor S Price Must Be Fair And Reasonable As Determined By Contracting Officers Price Analysis. Vendor Shall Complete The Line-item Table In Section V. Of This Combined Synopsis/solicitation And The Attached Bid Sheet. The Total Dollar Value Of The Bid Sheet Shall Be Used To Compare Pricing Between Quotes And To Properly Evaluate Price Reasonableness. failure To Provide The Information Requested In The Evaluation Criteria May Result In Being Found Non-responsive. (c) Following Receipt Of Quotes, The Government Will Perform A Comparative Evaluation In Accordance With Far Part 13. The Government Will Compare Quotes To One Another To Select The Offering That Best Benefits The Government. (d) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (x) The Provisions At Far 52.212-3, Offeror Representations And Certifications-commercial Items Applies To This Acquisition. * All Firms Or Individuals Submitting A Quote Shall Include A Completed Copy Of This Provision Or Have Current Representations And Certifications In The System For Award Management (sam - Https://www.sam.gov). Representations, Certifications, And Sam Must Be Current At Award. If Not Current And/or You Do Not Submit A Completed Copy Of This Provision, Your Quote Will Be Considered Non-responsive. (xi) The Clause At Far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition. The Following Clauses Are Included As Addenda To Far 52.212-4: cl-120 Supplemental Insurance Requirements Fill-in ($500,000.00), ($200,000.00), ($500,000.00), ($20,000.00) 52.216-18 Ordering (aug 2020) 52.216-19 Order Limitations (oct 1995) 52.216-22 Indefinite Quantity (oct 1995) 52.252-2 Clauses Incorporated By Reference (feb 1998) 52.203-16 Preventing Personal Conflicts Of Interest (jun 2020) 52.204-9 Personal Identity Verification Of Contractor Personnel (jan 2011) 52.204-13 System For Award Management Maintenance (oct 2018) 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (nov 2021) 52.228-5 Insurance Work On A Government Installation (jan 1997) 852.201-70 Contracting Officer's Representative (dec 2022) 852.203-70 Commercial Advertising (may 2018) 852.204-70 Personal Identity Verification Of Contractor Personnel (may 2020) 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (deviation) (jan 2023) 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (deviation) (jan 2023) 852.232-72 Electronic Submission Of Payment Requests (nov 2018) 852.237-75 Key Personnel (oct 2019) 852.242-71 Administrative Contracting Officer (oct 2020) (xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Order- Commercial Items, Applies To This Acquisition. The Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020), 52.203-17 Contractor Employee Whistleblower Rights (nov 2023) 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (jun 2020) 52.204-15 Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) 52.204-27 Prohibition On A Bytedance Covered Application (jun 2023) 52.204 30 Federal Acquisition Supply Chain Security Act Orders Prohibition. (dec 2023) 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded (jan 2025) 52.219-8 Utilization Of Small Business Concerns (jan 2025) 52.219-14 Limitations On Subcontracting (oct 2022) 52.219-27 Notice Of Set-aside For, Or Sole Source To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) 52.219-28 Postaward Small Business Program Re-representation (jan 2025) 52.222-3 Convict Labor (jun 2003) 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (sep 2016) (e.o. 11246). 52.222-35 Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). 52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020) 52.222-37 Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) 52.222-50 Combating Trafficking In Persons (nov 2021) 52.222-54 Employment Eligibility Verification (jan 2025) 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Drivingâ (mayâ 2024)â  52.229-12 Tax On Certain Foreign Procurements (feb 2021) 52.232-33 Payment By Electronic Funds Transfer - System For Award Management (oct 2018) 52.222-42 Statement Of Equivalent Rates For Federal Hires (may 2014) (xiii) The Service Contract Act Of 1965 Does Apply To This Procurement please Reference The Attached Wage Determinations. (xiv) N/a (xv) This Is As A Sdvosb Set-aside Combined Synopsis/solicitation For Asbestos Air Monitoring And Material Sampling Services At The Buffalo And Batavia Va Medical Centers. The Government Intends To Award An Indefinite Delivery Contract As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" the Quoter Shall List Exception(s) And Rationale For The Exception(s). Quotes Received Without This Statement Will Be Assumed To Infer That Terms And Conditions Are Acceptable Without Modification, Deletion, Or Addition. submission Shall Be Received No Later Than 1:00 Pm Edt, Friday, February 7, 2025. The Government Shall Only Accept Electronic Submissions Via Email, Please Send All Quotations To Mitchelle.labady@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Request For Information (rfi) Will Not Be Accepted After 12:00 Noon Est Friday, January 31, 2025. (xvi) Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To Ms. Mitchelle Labady, Contracting Officer At Mitchelle.labady@va.gov.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

City Of Bais Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Tax Mapping, Field Work Activities, And Official, And Official Use Of The City Assessor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 715-24 Php 2,000,000.00 1 1 Unit Brand New Pick-up Truck (4wd Mt) Color: Blade Silver Metallic Specifications: Dimensions Overall Length: 5,320 Mm Overall Height: 1,795 Mm Tread (front/rear) 1,570/1,565 Mm Min. Ground Clearance: 222 Mm Cargo Floor Height: 800 Mm Gross Vehicle Weight: 3,000 Kg Curb Weight: 2,035 Kg Seating Capacity: 5 Persons Engine Model And Type: 2.4 Liter Turbocharged Direct Injection Diesel (euro 4) Maximum Power: Ps 183/rpm 3,500 Maximum Torque: Nm 430/rpm2,250-2,500 Fuel Tank Capacity: 75 Transmission Transmission: 6-speed Mt 4wd System: Easy Select 4wd Suspension Front: Independent-wishbone With Coil Springs Rear: Rigid With Leaf Springs Brakes Front: Ventilated Disc Rear: Leading And Trailing Drums Abs: Equipped With Electronic Brakeforce Distribution (ebd) Brake Assist: Equipped With Brake Assist Steering Power Steering: Hydraulic Steering Wheel: Leather Wrapped Steering Wheel-mounted Audio Control: Equiped Cruise Control: Equipped Steering Column Adjustment: Tilt And Telescopic Safety Equipped With Airbags On Driver's Side, Passengers' Side And Driver's Knee. Also Equipped With Front And Rear Seatbelts And Seatbelt Reminder On All Seats Equipped With Reverse Camera, Active Stability & Tractioncontrol, Hill Start Control, Trailer Stability Assist, Iso-fix & Tether Anchor, And Remote Keyless Entry. Multi-media System 8" Touchscreen Display With Am/fm Radio, Bluetooth With Hands-free Technology, Usb Connectivity, Apple Carplay And Adroid Auto. Also Equipped With Usb Ports For Type A And C For Front And Rear, And 6 Speakers. Exterior Equipped With Halogen Headlights, Halogen Foglights, Halogen Daytime Running Lights, And Bedliner Interior Equipped With 6-way Manual Adjustable Seats (slide,recline,height) With Convenience Hook And Seatback Pocket For The Driver's Side, And 4-way Manual Adjustable (slide And Recline) For The Front Passenger Side. Equipped 7" Color Lcd Instrument Cluster Display Equipped With Single Zone Automatic Air Conditioning System And Air Conditioning Rear Circulator Freebies 3 Years Lto Registration, 3 Years Tpl Insurance, 1 Year Gsis Comprehensive Insurance, Floor-matting, Tint And Seatcover With Warranty Of 100,000 Kilometers Or Three (3) Years Whichever Comes First Additions With Three (3) Consecutive Regular Pms 1,000,5,000 And 10,000 With Decal's Official Seal Of City Of Bais City Assessor's Office For Official Use Only The Approved Budget For The Contract Is To Be Taken From 01-07-06-010. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)

Department Of Human Settlements And Urban Development - DHSUD Tender

Housekeeping Services
Philippines
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 2025-01-001 Procurement Activity Procurement Of Janitorial Services For Fy 2025 (10 Months) March 2025 To December 2025 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Twenty-five Thousand Seven Hundred Ninety Three Pesos & 40/100 (php 825,793.40), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before January 20, 2025, 10:00 Am. Delivery Schedule Start Of Contract Is On March 01, 2025. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications 1 Services To Be Provided The Agency Shall Provide Housekeeping/janitorial Services For Ten (10) Months At The Dhsud Ro-4a Office Located At Dencris Business Center, National Highway, Brgy. Halang, City Of Calamba, Laguna. _compliant _non-compliant 2 Area Of Responsibility (aor) And Manpower Requirements The Agency Shall Provide A Total Of Four (4) Janitorial Attendants To Be Deployed At The Dhsud Ro-4a Offices Including Its Records Storage. The Janitorial Attendants Who Shall Work Eight (8) Hours A Day, Six (6) Days A Week, In Accordance With The Pertinent Provisions Of The Labor Code, Shall Be Deployed In The Area Of Responsibility, As Scheduled. The Agency Shall Provide Reliever/s In Case Of Absence Of Janitorial Attendant/s. Should There Be A Need For Additional Janitorial Attendant/s, The Agency Shall Deploy Janitorial Attendant/s Upon Receipt Of The Written Request/instruction Of The Dhsud Ro-4a. _compliant _non-compliant 3 Scope Of Services The Agency Shall Provide Housekeeping/janitorial Services For Dhsud Ro-4a Which Shall Have The Responsibility Of Maintaining Cleanliness, Sanitation And Orderliness Within The Areas Of Responsibility (aor) And Shall Perform The Following Activities Which Shall Include, But Not Limited To: Sweeping, Scrubbing, Mopping, Waxing And/or Polishing Building Floors Including Corridors, Walls, Doors, Partitions, Stairways And Other Common Areas; Sanitizing Of Door Knobs, Telephone Kits, Dusting, Cleaning And Disinfection Of All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment And Facilities Which Requires Maintenance; Spraying Of Air Fresheners And Disinfectants In All Offices; Refiling Soap Dispensers And Soap Dishes, Toilet Paper, Wipes Down Stalls, And Replace Air Fresheners; Cleaning, Sanitizing And Disinfecting Of Washrooms/toilets, Which Includes The Use Of Special Sanitizing And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Services Necessary For Sanitation; If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Covered Areas; Maintaining Indoor And Outdoor Plants Within The Premises Or Area Of The Dhsud Ro-4a; Errand Services As Required By Dhsud Ro-4a; And, Such Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. _compliant _non-compliant 4 Additional Set Of Technical Parameters The Agency Must Submit Proof That It Has Been Engaged In Continuous Business Operations As A Legitimate Janitorial Agency For At Least Five (5) Years At The Time Of The Submission And Receipt Of Its Bid; The Agency Must Show Proof That It Has Completed Similar Contracts With At Least Two (2) Companies Within Two (2) Years From The Submission And Receipt Of Its Bid, Together With Certificates Of Satisfactory Service From Said Clients; The Agency Must Submit Its Organizational Set-up; The Agency Must Submit Official Receipts For Sss, Pag-ibig And Philhealth Remittances For The Period Covering March 01, 2024 To November 30, 2024 With The Requisite Attachments, Such As, The List Of Personnel Covered By The Payment, Summary Of Periodic Remittances, Among Others; _compliant _non-compliant 5 Minimum Qualifications Of Janitorial Attendants The Agency Shall Provide Dhsud Region 4a Janitorial Attendants Who Shall Possess The Following Minimum Qualifications: Must Possess Good Moral Character And Reputation; Must Not Have Any Criminal Or Police Record; Duly Trained And Skilled To Function As Janitorial Personnel; And Must Be Physically And Mentally Fit As Evidence By The Medical Certificate; And, _compliant _non-compliant 6 Issuance Of Payslips To Assigned Janitorial Personnel Issuance Of Payslip To Janitorial Personnel Assigned Shall Be One Basis Of Dhsud Ro-4a To Ensure Conformance Of Janitorial Agency To Existing Labor Laws (minimum Wage And Mandatory Contributions To Sss, Philhealth, And Pag-ibig) _compliant _non-compliant 7 Receipt Of Billing Statement And Official Receipt (or) The Issuance Of Janitorial Agency Of Monthly Billing Statement Should Be Received By Dhsud Ro-4a Not Later Than 15th Day Of The Following Month And Its Corresponding Payment’s Official Receipt (or) Not Later Than 25th Day Of The Month _compliant _non-compliant 8 Posting Of Performance Security To Guarantee Payment For Losses And/or Damages To Property, The Winning Agency Shall Post A Performance Security In Favor Of Dhsud Ro-4a,. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank 2% Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 5% D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Your Failure To Post The Required Performance Security Within Ten (10) Days From Notice Of Award Shall Hereof Constitute A Sufficient Ground For Cancellation Of The Award The Performance Security Shall Be Callable On Demand And Shall Have A Validity Period Equivalent To The Duration Of The Contract Including Its Renewal Or Extensions, If Any. _compliant _non-compliant 9 Standards The Agency Shall Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Criteria And Using The Following Scale - 5 (excellent); 4 (very Satisfactory); 3 (satisfactory); 2 (fair); And, 1 (unsatisfactory): Quality Of Service Delivered Time Management Management And Suitability Of Personnel Contract Administration And Management Provision Of Regular Progress Reports The Dhsud Ro-4a Shall Conduct An Assessment Or Evaluation Of The Performance Of The Agency Based On The Above Criteria On A Regular Basis. Based On Its Assessment, The Dhsud Ro-4a May, At Any Time: Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Agency Assigned To Perform Services Under The Contract. The Agency Shall At Its Own Expense, Withdraw Or Replace Such Personnel Forthwith And Shall Furnish The Dhsud Ro-4a The List Of Substitute Janitors Prior To Deployment; And/or, Pre-terminate The Contract For Failure By The Agency To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Annex “i,” The Guidelines On Termination Of Contracts, Of The 2016 Revised Implementing Rules And Regulations Of Ra 9184. _compliant _non-compliant 10 Period Of The Contract The Contract For Janitorial Services Shall Be For A Period Of Ten (10) Months Commencing From March 2025 To December 2025 _compliant _non-compliant Terms And Conditions: Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: Philgeps Registration Number / Certificate Of Philgeps Membership; 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The General Services Section At The Dhsud Ro-4a Office Located At Dencris Business Center, Brgy. Halang Calamba City. The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date20 Jan 2025
Tender AmountPHP 825.7 K (USD 14.1 K)

City Of Bais Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 4 Of 6 12. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite Contract Id No. : 25df0087 Contract Location : Noveleta, Cavite Scope Of Works : Construction Of Road Net Length : 0.990 Lane Km. Road Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 Contract Id No. : 25df0088 Contract Location : Noveleta, Cavite Scope Of Works : Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage Net Length : 1.814 Lane Km Road With Drainage Approved Budget For The Contract : ₱ 77,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 216 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Ib: 25df0076-25df0088 Page 5 Of 6 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Prebid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. Ib: 25df0076-25df0088 Page 6 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0094-25df0106 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Brgy. Maharlika, City Of Imus, Cavite Contract Id No. : 25df0094 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Alapan 1a (regal Homes), City Of Imus, Cavite Contract Id No. : 25df0095 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Inocencio, Trece Martires, Cavite Contract Id No. : 25df0096 Contract Location : Trece Martires City, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.408 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 4. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0097 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.460 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Kayquit Iii, Indang, Cavite Contract Id No. : 25df0098 Contract Location : Indang, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Talon, Amadeo, Cavite Contract Id No. : 25df0099 Contract Location : Amadeo, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 7. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Replacement Of Permanent Weak Bridges Malimango Br. (b02897lz) Along Noveleta-naic-tagaytay Rd (completion) Contract Id No. : 25df0100 Contract Location : Rosario, Cavite Scope Of Works : Completion Of Bridge Net Length : 109.80 Sqm. Bridge Approved Budget For The Contract : ₱ 5,194,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 168 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0094-25df0106 Page 2 Of 6 8. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road At Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0101 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.774 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 9,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 75 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategicpublic Buildings/ Facilities Construction Of Road, Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0102 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road Net Length : 0.444 Lane Km. Road, W = 2.50 M. (segment 1) And 0.480 Lane Road Km. W = 3.00 M. (segment 2) Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Secondary Roads Tanza-trece Martires City-indang Rd - K0056 + 600 - K0057 + 121 Contract Id No. : 25df0103 Contract Location : Indang, Cavite Scope Of Works : Widening Of Road With Drainage Net Length : 0.532 Lane Km. Road With Drainage (rcpc) Approved Budget For The Contract : ₱ 20,353,620.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 124 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities Construction Of Revetment Along Julian River, Barangay Carsadang Bago I, Imus, Cavite Contract Id No. : 25df0104 Contract Location : Imus City, Cavite Scope Of Works : Construction Of Revetment Net Length : 203.60 L.m. Revetment Approved Budget For The Contract : ₱ 49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0094-25df0106 Page 3 Of 6 12. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-naic-tagaytay Rd - K0062 + 000 - K0064 + 000 Contract Id No. : 25df0105 Contract Location : Indang, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 3.962 Lane Km. Road Approved Budget For The Contract : ₱ 53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 102 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-rosario Div Rd (s06094lz) - K0026 + (-575) - K0026 + 338 Contract Id No. : 25df0106 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.328 Lane Km. Road Approved Budget For The Contract : ₱ 93,605,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0094-25df0106 Page 4 Of 6 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 7, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 24, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 7, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 7, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 Ib: 25df0094-25df0106 Page 5 Of 6 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 17, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0094-25df0106 Page 6 Of 6
Closing Date7 Feb 2025
Tender AmountPHP 4.9 Million (USD 83.8 K)
5461-5470 of 5519 archived Tenders