Manpower Tenders

Manpower Tenders

City Of Danao Tender

Civil And Construction...+1Construction Material
Corrigendum : Tender Amount Updated
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 248.9 K (USD 4.2 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Malapoc, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php248,938.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Malapoc, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Malapoc, Danao City, As Follows; Seq. Item Description Quantity 1. Limestone 15 Cu.m 2. Gravel 15 Cu.m 3. 40-kg Portland Cement 294 Bag 4. Washed Sand 17 Cu.m 5. 3/4 Crushed Gravel 33 Cu.m 6. 16mmø X 6.0m Deformed Bar 11 Length 7. 16mmø X 6.0m Plain Round Bar 1 Length 8. 1/2"x 4’x 8 Ordinary Plywood (formworks) 4 Sheet 9. 2”x 2’x 8’ Coco Lumber (formworks) 50 Length 10. Cwn #1-1/2” (formworks) 2 Kg 11. Cwn #3” (formworks) 2 Kg Php248,938.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 09-14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 207.9 K (USD 3.5 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php207,983.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City, As Follows; Seq. Item Description Quantity 1. Limestone 13 Cu.m 2. Gravel 13 Cu.m 3. 40kg Portland Cement 270 Bag 4. Washed Sand 15 Cu.m 5. 3/4 Crushed Sand 30 Cu.m 6. 16mm.ø X 6.0m Deformed Bar 2 Length 7. 16mm.ø X 6.0m Plain Round Bar 11 Length 8. 1/2" X 4’ X 8’ Ordinary Plywood (formworks) 5 Sheet 9. 2” X 2’ X 8’ Coco Lumber (formworks) 20 Length 10. Cwn #1-1/2” (formwork) 2 Kg 11. Cwn #3” (formwork) 2 Kg Php207,983.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

Government Service Insurance System - GSIS Tender

Transportation and Logistics
Corrigendum : Tender Amount Updated
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 240 K (USD 4.1 K)
Details: Description Technical Specifications 1. Project Title Freight And Delivery Services 2. Total Budget The Total Budget For The Project Amounts To Php 240,000.00. Said Budget Is Included In The Corporate Budget For Cy 2025. 3. Brief Discussion Why The Goods And Services To Be Procured Are Necessary Delivery Of Various Communications, Mails, And Parcels Originating From Gsis General Santos Branch Office To Members/clientele And To Various Agencies/offices. 4. Scope Of The Project The Service Provider Shall Provide The Gsis, Under A Courier Delivery Services Contract, The Delivery Of Mail Envelopes, Documents And Parcels Originating From Gsis General Santos Branch Office. The Service Provider Also Warrants That It Provides Nationwide Coverage For Its Services. 5. Detailed Specifications Of The Items, Materials, Equipment/hardware/software, Accessories And/or Services To Be Procured Not Applicable 6. Manpower Requirements The Supplier Must Assign A Point Person Who Will Handle/facilitate The Requests For The Supply And Delivery Of The Goods. Contact Details Of This Point Person Must Be Given To The Office Of The Branch Manager (obm) Upon Commencement Of The Project. 7. Support Service Requirements The Service Provider Shall Provide The Following Services: • Duly Acknowledged Of Airway Bills Or Delivery Receipts; • Daily Pick-up Of Mail Matters From The Gsis General Santos Branch Office To Be Delivered To Specified Destinations; • Monitoring Or Tracking Of Mail Matters And Preparation Of Necessary Reports; • Preparation Of Separate Monthly Delivery Reports Including Proof Of Delivery; • Preparation Of Monthly Billings On Or Before The Last Day Of The Month; And • Provision Of Facilities/system For Online Tracking. 8. Warranty And After-sales Service Requirements The Service Provider Warrants Next Day Delivery Service From Receipt Of Mail Matters Except For Those Areas Known To Have Limited Flight And Ship Schedules. If The Addressee Is A Private Person, The Required Date Of Delivery Must Be Complied With. However, If It Is A Government Entity And The Delivery Date Falls On A Weekend Or Holiday, Mail Matters Must Be Delivered On The First Working Day Thereafter, Except Upon Specific Instruction From The Gsis That Delivery Must Be Done On Weekend Or Holiday 9. Clear Statement Of The Required Standards Of Workmanship, Materials And Performance Of The Goods And Services To Be Procured “not Applicable In This Project” 10. Brand And Specifications Of The Existing Items, Materials, Equipment/hardware/software And Accessories, If The Former Are Related To The Goods And Services To Be Procured “not Applicable In This Project” 11. Drawings/plans And Other Necessary Information “not Applicable In This Project” 12. Schedule And Place Of Delivery Schedule Of Pick-up Will Be Once A Day At Gsis General Santos Branch Office 13. Terms Of Payment The Above-mentioned Services Shall Be Paid Fifteen (15) Days After Receipt Of The Monthly Billing From The Vendor/supplier. The Services Rendered Must Be Duly Found To Be Satisfactory (in Accordance With The Agreement Between The Gsis And The Vendor / Supplier) As Indicated In The Inspection And Acceptance Report. All Payments Shall Be Subject To Existing Accounting And Auditing Rules And Regulations Applicable To The Gsis. 14. Responsibilities Of The End-user Unit During Project Implementation The Assigned Personnel In-charge Of Gsis Gsc Branch Shall Prepare The Airway Bill And To Monitor The Proper And Timely Delivery Of The Mails & Parcels. 15. Penalty For Delay When The Winning Bidder Fails To Satisfactorily Deliver Goods Under The Contract Within The Specified Delivery Schedule, Inclusive Of Duly Granted Time Extensions, If Any, The Supplier Shall Be Liable For Damages For The Delay And Shall Pay Gsis Liquidated Damages, Not By Way Of Penalty, An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Delayed Goods Scheduled For Delivery For Every Day Of Delay Until Such Goods Are Finally Delivered And Accepted By Gsis. Gsis Need Not Prove That It Has Incurred Actual Damages To Be Entitled To Liquidate Damages. Such Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Supplier, Or Collected From Any Securities Or Warranties Posted By The Supplier, Whichever Is Convenient To The Procuring Entity Concerned. In No Case Shall The Total Sum Of Liquidated Damages Exceed Ten Percent (10%) Of The Total Contract Price, In Which Event The Procuring Entity Concerned May Rescind The Contract And Impose Appropriate Sanctions Over And Above The Liquidated Damages To Be Paid. 16. Documentary Requirements The Supplier Must Comply With The Dbm Gppb Non-policy Matter No. 045-2017, If Applicable. “dbm Gppb Non-policy Matter No. 045-2017, "the Gppb Recently Approved Amendments (effective 5 December 2017) To The Documentary Requirements For Negotiated Procurement Under The Small Value Procurement Modality Per Appendix A, Annex “h” Of The 2016 Revised Irr. Thus, Income Or Business Tax Returns Shall Be Required For Procurement Projects With Approved Budget For The Contract (abc) Above ₱ 500,000.00 And The Omnibus Sworn Statement Shall Be Required Only For Procurement Projects With Abc Above ₱50,000.00.” The Above Mentioned Documentary Requirement Shall Be Submitted By The Winning Vendor Before The Issuance Of The Notice Of Award (noa) / Purchase Order (po) / Contract. 17. Data Privacy The Winning Bidder/supplier Must Comply With All The Provisions Of Republic Act No. 10173, Known As The “data Privacy Act Of 2012” And Its Implementing Rules And Regulations. Important Reminder The Government Service Insurance System (gsis) Warns The Public/bidders Of Unscrupulous Individuals And Groups Posing As Officers/employees Of The Gsis Soliciting Money For Alleged Aid For Whatever Purpose. Do Not Give Anything To These Unscrupulous Individuals And Groups. Gsis Is Fully Compliant With The No Solicitation And Gift Policy. In This Regard, Gsis Officials And Employees Are Prohibited From “directly Or Indirectly Soliciting Gifts, Favors Or Benefits From Stakeholders And Directly Or Indirectly Soliciting, Accepting Or Receiving Any Gift, Favor Or Benefits From Any Party Which May Influence The Performance Of Their Official Functions Or Which May Be Perceived As Influencing Their Past, Present And Future Official Functions. We Thus Enjoin The Cooperation Of The Public/vendors/suppliers To Report These Individuals/groups To Gsis Through The Office Of The Vice-president, General Services Office At (02) 7976-4900 Local 4971 And Materials Management Department (mmd) At (02) 7976- 4900 Local 3608.

Municipality Of Sibulan, Negros Oriental Tender

Food Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 391.5 K (USD 6.6 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Sport Activities Expenses (sibulan 2 District) – Noraa Meet With The Following Details; Total Abc P 391,500.00 Item No. Unit Item Description Qty Unit Price Sport Activities Expenses (sibulan 2 District) – Noraa Meet Lot 1 – Catering Services For Noraa Meet On January 26 - 31, 2025 1 Pax 3 Meals And 2 Snacks (5 Days) 412 Day 1 Breakfast Rice, Sweet Ham, Boiled Egg, Water, Coffee/milk/chocolate Drink Snack Ensaymada, Water Lunch Rice, Chicken Pinatatasan, Bam -e, Water, Orange Snack Cinnamon Bread, Water Dinner Rice, Sutanghon Soup, Fried Fish, Water Day 2 Breakfast Rice, Corned Beef, Hotdog, Water, Coffee/milk/ Chocolate Drink Snack Puto Cheese, Water Lunch Rice, White Beans, Fried Chicken, Water, Banana Snack Torta, Water Dinner Rice, Minudo, Beef Bas-oy, Water Day 3 Breakfast Rice, Ground Pork W/ Sayote, Dried Fish, Water, Coffee/milk/ Chocolate Drink Snack Meat Bread, Water Lunch Rice, Pork Adobo, Chopsuey, Water, Chocolate Candy Snack Cheese Bread, Water Dinner Rice, Ground Pork W/potato, Bam -e, Water Day 4 Breakfast Rice, Hot, Boiled Egg, Water, Coffee/milk/ Chocolate Drink Snack Ensaymada, Water Lunch Rice, Chicken Adobo, Vegetables, Water, Water Melon Snack Cenamon Bread, Water Dinner Rice, Humba, Mongo W/dried Fish, Water Day 5 Breakfast Rice, Sweet Ham, Corned Beef, Water, Coffee/milk/ Chocolate Drink Snack Ensaymada, Water Lunch Rice, Pork Chop, Sutanghon Guisado, Water, Orange Snack Cenamon Bread, Water Dinner Rice, Green Peas, Adobo, Water Charged To: Sef Sibulan 2 District (sport Activities Expenses) Abc: P 391,500.00 Sef 2025 - Sport Activities Expenses (sibulan 2 District) Bidder’s Bond (2% Of Abc): P7,830.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 14-21, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 21, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman

Municipality Of Sibulan, Negros Oriental Tender

Textile, Apparel and Footwear...+1Education And Training Services
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 320 K (USD 5.4 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Uniforms For Noraa Meet (sef 2025 – Sports Activities Expenses) With The Following Details; Total Abc P 320,000.00 Stock No. Unit Description Quantity Unit Price Sibulan District 1 Uniforms For Noraa Meet 2025 - January 26-31, 2025 1 Sets Archery Girls - Secondary 2 2 Sets Athletics Boys - Elementary 12 3 Sets Athletics Girls - Elementary 12 4 Sets Athletics Boys - Secondary 13 5 Sets Athletics Girls - Secondary 12 6 Sets Badminton Boys - Elementary 4 7 Sets Badminton Girls - Elementary 4 8 Sets Badminton Boys - Secondary 4 9 Sets Badminton Girls - Secondary 4 10 Sets Basketball Boys 5 X 5 - Elementary 12 11 Sets Basketball Boys 5 X 5 - Secondary 12 12 Sets Basketball Boys 3 X 3 - Secondary 4 13 Sets Basketball Girls 3 X 3 - Secondary 4 14 Sets Billiards Boys - Secondary 2 15 Sets Billiards Girls - Secondary 2 16 Sets Chess Boys - Elementary 2 17 Sets Chess Girls - Elementary 2 18 Sets Chess Boys - Secondaary 2 19 Sets Chess Girls - Secondary 2 20 Sets Dance Sports Elementary 2 21 Sets Soccer Boys - Secondary 18 22 Sets Sepaktakraw Boys - Elementary 4 23 Sets Swimming Boys - Elementary 8 24 Sets Swimming Girls - Elementary 5 25 Sets Swimming Boys - Secondary 5 26 Sets Table Tennis Boys - Elementary 1 27 Sets Table Tennis Boys - Secondary 4 28 Sets Table Tennis Girls - Secondary 2 29 Set Taekwondo Boys - Secondary 1 30 Sets Volleyball Boys - Elementary 12 31 Sets Volleyball Girls - Elementary 12 32 Sets Volleyball Boys - Secondary 12 33 Sets Volleyball Girls - Secondary 12 34 Pieces T-shirts 202 Abc: Php 320,000.00 Source Of Fund: Sef Sports Activities Expenses Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 14-21, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 21, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman

BARANGAY BONE NORTH ARITAO, NUEVA VIZCAYA Tender

Civil And Construction...+2Building Construction, Construction Material
Corrigendum : Closing Date Modified
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 183.2 K (USD 3.1 K)
Details: Description Republic Of The Philippines Province Of Nueva Vizcaya Municipality Of Aritao Barangay Bone North Bids And Awards Committee Itb-bone North Goods-25-01-02 Invitation To Re-bid For Construction Of Vawc Room Barangay Hall Compound, Bone North, Aritao, Nueva Vizcaya The Barangay Local Government Unit Of Bone North, Aritao, Nueva Vizcaya, Through Its 2023 Barangay Gender And Development Fund Intends To Apply The Sum Of One Hundred Eighty-three Thousand Two Hundred Ninety-two Pesos & 11/100 (p 183,292.11) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Said Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Barangay Local Government Unit Of Bone North Now Invites Bids For The Furnishing And Delivery Of Goods For The Above Project. Bidders Should Have Completed, Within Three (3) Years From The Date Of Completion And Receipt Of Bids, A Contract Similar To The Project. Re-bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of The Country The Laws And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 9184 And Subject To Commonwealth Act 138. Eligibility Documents: Class “a” Documents: Legal Documents 1. Registration Certificate From Sec, Dti For Sole Proprietorship Or Cda For Cooperatives (latest) 2. Mayor's Permit Issued By City/municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or Equivalent Document For Exclusive Economic Zones Or Areas 3. Tax Clearance Per Eo 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir) 4. Statement Of Prospective Bidder Of All Its On-going 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; The Same Shall Include, For Each Contract, The Following: • Name Of Contract • Date Of Contract • Kinds Of Goods • Amount Of Contract And Value Of Outstanding Contracts • Date Of Delivery • End User’s Acceptance Or Official Receipt/s For The Contract, If Completed 5. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Bid, And Whose Value Must Be At Least Fifty Percent (50%) Of The Abc 6. Prospective Bidder’s Audited Financial Statement, Showing, Among Others, The Prospective 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 7. Prospective Bidder’s Computation Of Net Financial Contracting Capacity (cfcc). However, A Bidder May Submit A Committed Line Of Credit From A Universal Or Commercial Bank, In Lieu Of Its Nfcc Computation Class “b” Document: 8. Valid Joint Venture Agreement (jva), In Case The Joint Venture Is Already In Existence. In The Absence Of A Jva, Duly Notarized Statements From All The Potential Joint Venture Partners Should Be Included In The Bid, Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Event That The Bid Is Successful. Other Documentary Requirements: 9. Philgeps Certificate Of Registration And Membership 10. Omnibus Sworn Statement 11. Latest Income Tax And Business Tax Returns 12. Notarized Authorization/spa From The Proprietor To The Representative (if Not Included In The Omnibus Sworn Statement) Technical Documents: 13. Bid Security In Any Form • Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Or Other Bank Certified By The Bsp As Authorized To Issue Such Financial Instrument = Not Less Than 2% Of The Abc • Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security = Not Less Than 5% Of The Abc • Bid Securing Declaration = No Percentage Required 14. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements And/or Aftersales Services/parts, If Applicable Interested Bidders May Obtain Further Information From The Bac Secretariat At Barangay Hall, Bone North, Aritao, Nueva Vizcaya, And Inspect The Bidding Documents At The Address Given Above During Office Hours. Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025, From The Bac Secretariat And Upon Payment Of A Non-refundable Fee In The Amount Of Five Hundred Pesos Only (php 500.00) To Be Paid At The Barangay Treasurer’s Office. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Must Be Delivered To The Office Of The Secretariat On Or Before January 22, 2025, At Noon (closing Time For Submission). All Bids Must Be Accompanied By A Bid Security In Any Acceptable Form And In A Prescribed Amount. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On January 22, 2025, At 1:30 Pm At Barangay Hall, Bone North, Aritao, Nueva Vizcaya. Bids Shall Be Opened In The Presence Of The Bidder Or Its Representative/s Who Choose To Attend The Activity The Barangay Local Government Unit Of Bone North Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bids. The Barangay Local Government Unit Of Bone North Of Aritao, Nueva Vizcaya Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Edgardo D. Miranda Bac Chairperson Noted: Dominador R. Garcia Punong Barangay

City Of Danao Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Treasurer’s Office Intends To Apply The Sum Of Php1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Used International Cargo-container Van 4 Sets 20ft Standard Including Cutting & Installation Of Door Painting Inside & Outside With Delivery & Unloading Php1,000,000.00 Delivery Of The Goods Is Fifteen (15) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 15-27, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 28, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman

Department Of Education Division Of Pampanga Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 8.2 Million (USD 140.5 K)
Details: Description Invitation To Bid Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga Lot No. Project Number Project Title Approved Budget Of Contract(abc) 1 Tls-2025-001 Provision Of Fifteen (15-) Units Temporary Learning Spaces (tls) At San Vicente San Francisco Hs, Macabebe Php 4,945,000.50 2 Tls-2025-002 Provision Of Ten (10-) Units Temporary Learning Spaces (tls) At Telacsan Hs, Macabebe Php 3,296,667.00 Total Php 8,241,667.51 1. The Department Of Education, Schools Division Of Pampanga, Through The Deped Cy 2024 Basic Education Facilities Fund(beff) Intends To Apply The Sum Of Php 8,241,667.51, Being The Abc To Payments Under The Contract For The Project Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Minimum Required Manpower: 1. Project Engineer 4. First Aider 2. Material Engineer 5. Construction Foreman 3. Safety Officer Minimum Required Equipment: 1. Self –loading Truck 5. Cutting Outfit 2. One Bagger Mixer 6. Bar Cutter 3. Welding Machine 7. Bar Bender 4. Plate Compactor Program Of Works San Vicente San Francisco Hs, Macabebe Abc – Php 4,945,000.50 Item No. Item/description Unit Quantity 1 Mobilization And Demobilization Lot 1.00 2 Earthworks Sq.m 1,156.20 3 Concreting Works (3000 Psi) Cu M 116.19 4 Rebar Works Kg 5,103.00 5 Formworks Sq.m 28.80 6 Masonry Works Sq.m 93.60 7 Steel Works Kg 5,221.90 8 Roofing Works Lm 1,296.00 9 Ceiling And Carpentry Works Sq.m 86.40 10 Electrical Works Lot 1.00 11 Painting Works Sq.m 1,500.00 Program Of Works Telacsan Hs, Macabebe Abc – Php 3,296,667.00 Item No. Item/description Unit Quantity 1 Mobilization And Demobilization Lot 1.00 2 Earthworks Sq.m 770.80 3 Concreting Works (3000 Psi) Cu M 77.46 4 Rebar Works Kg 3,402.00 5 Formworks Sq.m 19.20 6 Masonry Works Sq.m 62.40 7 Steel Works Kg 3,481.27 8 Roofing Works Lm 864.00 9 Ceiling And Carpentry Works Sq.m 57.60 10 Electrical Works Lot 1.00 11 Painting Works Sq.m 1,000.00 2. The Department Of Education- Schools Division Of Pampanga Now Invites Bids For Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Department Of Education- Schools Division Of Pampanga And Inspect The Bidding Documents At The Address Given Below From Monday-friday 8:00 Am- 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 6-27, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 Per Lot. The Procuring Entity Requires Interested Bidders To Present A Letter Of Intent With The Proper Company’s Letterhead, Pcab License, And A Special Power Of Attorney (spa) If The Buyer Is A Representative Of The Company. 6. The Department Of Education- Schools Division Of Pampanga Will Hold A Pre-bid Conference On January 14, 2025, At 9:30 Am, Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 8:30 Am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 8:31 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education- Schools Division Of Pampanga 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Leandro C. Canlas, Phd, Cese Department Of Education – Division Of Pampanga High School Blvd., Barangay Lourdes, City Of San Fernando, Pampanga Email Add: Bac.pampanga@deped.gov.ph January 6, 2025 ____________________________________ Leandro C. Canlas, Phd, Cese Assistant Schools Division Superintendent Bac Chairperson

Municipality Of Sibunag, Guimaras Tender

Civil And Construction...+1Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-006– Concreting Of Barangay Road The Municipality Of Sibunag Through The 2025 20% Df (concreting Of Barangay Road) Intends To Apply The Sum Of One Hundred Thousand Pesos (p500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-006– Concreting Of Barangay Road. Bids Re-ceived In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-006– Concreting Of Barangay Road Bids Delivery Of The Infra Is Required Within Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regu-lations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Re-form Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Phil-ippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Simi-lar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 21-30, 2025from The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Docu-ments In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of January 30, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 7. Bid Opening Shall Be On 1:15 Pm Of January 30, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representa-tives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bid-ding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bid-ders. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Construction Of Septic Vault For Health Care Waste Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: January 30, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost 100 Clearing And Grubbing Sq.m. 72.00 105 Sub-grade Preparation Sq.m. 141.00 201 Aggregate Base Course (50% Iloilo River Source-50% White Rocks Buenavista Source) Cu.m. 47.70 311 Portland Cement Concrete Pavement (2mx200mmx22m And 5mx200mm Thkx 36 Meters) Sq.m. 224.00 Spl-1 Technical Supervision Days 30.00 Spl-2 Indirect Cost Lot 1.00 Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Words, Which Shall Be: Concreting Of Barangay Road 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Construction Foreman Skilled Mason Skilled Carpenter Skilled Electrician Skilled Welder Skilled Painter Unskilled Laborer Key Personnel General Experience Relevant Experience Building Construction Within 5years Of Experience Electrical Works Within 5years Of Experience 10.5 The Minimum Equipment Requirements Are The Following: Welding Machine Electric Drill Electric Sander Bar Cutter 1 Bagger Concrete Mixer Equipment Capacity Number Of Unit At Least 1 Unit 12 [insert Valve Engineering Clause If Allowed] N/a 15.1 The Bid Securing Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P10,000.00(2%) Of P______if Bid Securing Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit: B. The Amount Of Not Less Than P25,000.00 (5%) Of P_________if Bid Security Is In Surety Bond. 20.3 Each Bidder Shall Submit [one (1)] Original And [two (2)] Copies Of The First And Sec-ond Components Of Its Bid. 21 Additional Contract Documents Relevant To The Project That May Be Required By Ex-isting Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Con-struction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.

City Of Danao Tender

Textile, Apparel and Footwear
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 348.3 K (USD 5.9 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Type B Uniform For The Athletes Of Cviraa 2025 Of The City Government Of Danao The Local Government Of Danao City, Through The Department Of Education Division Of Danao City Intends To Apply The Sum Of Php348,300.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Type B Uniform For The Athletes Of Cviraa 2025 Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Type B Uniform For The Athletes Of Cviraa 2025, As Follows; Seq. Item Description Quantity Uniform Type B Uniform (athletes Uniform) Polydex 200gsm Full Sublimation 1. Gymnastics 18 Set 2. Swimming 21 Set 3. Archery 4 Set 4. Arnis 14 Set 5. Athletics 45 Set 6. Badminton 16 Set 7. Basketball (5on5) 36 Set 8. Basketball (2on2) 8 Set 9. Billiard 4 Set 10. Chess 8 Set 11. Dancesports 8 Set 12. Football 15 Set 13. Futsal 12 Set 14. Sepak Takraw 21 Set 15. Table Tennis 16 Set 16. Taekwando 22 Set 17. Tennis 16 Set 18. Volleyball 48 Set Php348,300.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
6471-6480 of 6682 archived Tenders