Manpower Tenders

Manpower Tenders

BARANGAY BINALIW DANAO CITY CEBU Tender

Solid Waste Management
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 900 K (USD 15.5 K)
Details: Description Description Republic Of The Philippines Danao City Brgy. Binaliw Invitation To Apply For Eligibility And To Bid Brgy. Solid Waste Management Vehicle Of Brgy.binaliw, Danao City The Brgy.binaliw, Tends To Apply The Sum Of Php900,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Brgy. Solid Waste Management Vehicle At Brgy. Binaliw, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Binaliw, Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Brgy.solid Waste Management Vehicle @ Brgy. Binaliw, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 1 Unit Dump Truck 6 Wheeler At Least 5 Cu.m Capacity Load 900,000.00 900,000.00 Diesel Engine 4 Cylinder Manual Transmission Reconditioned Surplus New Paint & Upholstery With Barangay Logo Each Door With Sticker Barangay Binaliw Front & Back 1 Hydraulic Jack, Spare Tires, Tire Wrench Registered Name Of Barangay Binaliw With Public Address System Php 900,000.00 Delivery Of The Goods Is Required Not Later Than January 11, 2025.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Dec. 27- January 03, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On January 03, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Binaliw, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts, If Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Par! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.saifel M. Roble Brgy. Chairman Bayabas, Danao City

City Of Danao Tender

Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Description Republic Of The Philippines Danao City Brgy.santican Invitation To Apply For Eligibility And To Bid For The Use Of Brgy.santican,danao City The Brgy.santican, Tends To Apply The Sum Of Php100,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Use Of Brgy.santican, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Santican Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For The Use Of Brgy. Santican, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 1 Unit Laptop 40,000.00 40,000.00 2. 1 Set Radio Base 60,000.00 60,000.00 Fabrication Of Extended Antenna And Installation Mobilization Battery (this Is Optional.this Will Be Use During Typhoon No Power Of No Electricity) Php 100,000.00 Delivery Of The Goods Is Required Not Later Than Jan.20, 2025.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Jan.07- 14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer,supplier,or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On Jan. 14, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy.santican,danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders,performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Par ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines,as Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents,itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project.the Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.nelson P. Ponce Brgy. Bac Chairman Santican,danao City

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 70.4 K (USD 1.2 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 Slope Protection Of Landslide Prone Area At Barangay Cambanay, 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 Php70,432.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Cambanay, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Cambanay, Danao City, As Follows; Seq. Item Description Quantity 1. Class -a Boulder 23 Cu.m 2. 40-kg Portland Cement 84 Bag 3. Washed Sand 7 Cu.m 4. Fine Sand 2 Cu.m 5. 75mmø Pvc Pipe 2 Length Php70,432.00 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

National Economic And Development Authority - NEDA Tender

Automobiles and Auto Parts
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 2.6 Million (USD 45.2 K)
Details: Description Invitation For Negotiated Procurement (two Failed Public Biddings) Procurement Of Motor Vehicles 1. In View Of The Two Failed Public Biddings, The National Economic And Development Authority (neda) Regional Office Ix Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Procurement Of One-unit Brand New Passenger Van With An Approved Budget For The Contract (abc) Of Two Million Six Hundred Fifty Thousand Pesos Only (php2,650,000.00) In Accordance With Section 53.1 Of The Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act.” For More Project Details, Please Refer To The Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Neda Ix Bids And Awards Committee Will Hold The Negotiation Conference On January 13, 2025, 1:00 P.m. At Kalikasan Function Hall, Neda Ix Building, Balintawak, Pagadian City. 3. Interested Bidder Shall Submit The Following Eligibility, Technical And Financial Documents On January 23, 2025, 9:30 A.m. At Kalikasan Function Hall, Neda Ix Building, Balintawak, Pagadian City, Zamboanga Del Sur: I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (k) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (m) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 23, 2025, 9:30 A.m. Late Bids Shall Not Be Accepted. 5. Opening Of The Eligibility And Technical Documents And Financial Proposal Will Be On January 23, 2025, 9:30 A.m. At The Same Venue Stated In The Preceding Number. 6. For Further Information, You May Call The Neda Ix Bac Secretariat At (062) 945-0953 Or 0917-717-4653, From January 6, 2025 To January 23, 2025, Mondays To Fridays From 8:00 A.m. To 5:00 P.m. Please Look For Mr. Glenn C. Calunsag. 7. The Neda Ix Bids And Awards Committee Reserves The Right To Accept Or Reject Any Offer, To Annul The Negotiation Process, And To Reject All Offers At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To Affected Firms. 8. For Further Information, Please Refer To: Mr. Glenn C. Calunsag / Ms. Razil G. Baroro Secretariat, Neda Ix Bids And Awards Committee Regional Government Center, Balintawak, Pagadian City Tel. No. (062)945-0953; Cellphone No. 0917-861-3746 E-mail Address: Nro9@neda.gov.ph/gccalunsag@neda.gov.ph Website: Nro9.neda.gov.ph Karyl Kristal M. Villejo Chairperson, Bids And Awards Committee Neda Regional Office Ix

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+1Construction Material
Corrigendum : Tender Amount Updated
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 486.1 K (USD 8.2 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 Materials – Concreting Of San Antonio Brgy. Road Going To Balili, Tubigon With The Following Details; Total Abc P 486,180.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Concreting Of San Antonio Brgy. Road Going To Balili, Tubigon Lot 1 Hardware 792 Bags Portland Cement Type 1 (delivered On Site) 38 Length 16 Mm Ø X 6.0m Def. Rsb (delivered On Site) 30 Kls 4” Cw Nails 25 Kls 3” Cw Nails 5 Kls 1½” Cw Nails 15 Pcs Hacksaw Blade, Good Quality 2 Rolls Trapal, Good Quality Approved Budget Contract P 249,930.00 Bidders Bond 2% Of The Approved Budget P 4,998.00 Lot 2 Aggregates 93 Cum Aggregate Base Course (item 2021) 64 Cum Mixing Sand, River Source 91 Cum 1” Ø Round Gravel, River Source Approved Budget Contract P 219,900.00 Bidders Bond 2% Of The Approved Budget P 4,398.00 Lot 3 Lumber 25 Pcs 2” X 8” X 12’ Coco Lumber Approved Budget Contract P 12,000.00 Bidders Bond 2% Of The Approved Budget P 240.00 Lot 4 Signage 1 Pc Coa Tarpaulin Signage 2.4m X 2.4m 15 Pcs Construction Tarpaulin Signages 0.54m X 0.76m Approved Budget Contract P 4,350.00 Bidders Bond 2% Of The Approved Budget P 87.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 21-28, 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 28, 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

STATE, DEPARTMENT OF USA Tender

Others
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought/request For Information Notice For Information Only. This Sources Sought Is For The Purpose Of Conducting Market Research To Provide Data For Planning Purposes. This Sources Sought Synopsis Announcement Does Not Constitute A Formal Solicitation, And Is Not A Request For Proposal, Request For Quote, Invitation For Bid, Does Not Obligate The Government To Award A Contract, Issue A Solicitation, Reimburse Respondents For Any Proposal Preparation And/or Submittal Costs, Nor Does Its Issuance In Any Way Restrict The Government As To Its Ultimate Acquisition Approach. The Government Will Not Pay For Any Materials Provided In Response To This Notice And Submittals Will Not Be Returned To The Sender. the Global Peace Operations Initiative (gpoi) Is A U.s. Department Of State Security Assistance Program Focused On Building International Peacekeeping Capacity Worldwide In Close Collaboration With The U.s. Department Of Defense (dod). The Gpoi Program’s Mission Is To Strengthen The Effectiveness Of Un And Regional Peace Operations By Enhancing Partner Countries’ Capacities To Prepare, Deploy, And Sustain Peacekeepers And Reinforcing Un And Regional Organizations’ Performance And Accountability Frameworks. State’s Bureau Of Political Military Affairs, Office Of Global Programs And Initiatives, Peace Operations Capacity Building Division (pm/gpi/pocb) Serves As The Gpoi Program Office. gpoi Program Objectives: support Partner Countries’ Development Of Critical Mission Capabilities enhance Partner Countries’ Peace Operations Planning, Training, And Readiness Competencies enable Partner Countries To Conduct Effective Operations And Sustainment reinforce United Nations (un) And Regional Organizations’ Performance And Accountability Frameworks the Contractor Shall Plan, Resource, Design, Supervise, And Facilitate The Construction Of Training And Support Facilities At Mont Rolland. order Of Magnitude: Between $1,000,000 And $5,000,000 Iaw Far 36.204(f) anticipated Period Of Performance: pre-construction Survey: 60 Calendar Days From The Task Order Award actual Construction: 18 Months From The Issuance Of The Notice To Proceed (ntp) place Of Performance: the Place Of Performance For All Tasks Shall Be Senegal’s Training Center – Capitaine Gormack Niang/ Mont Rolland, Near The Town Of Thies, Senegal. this Is Not A Solicitation, Nor Will A Solicitation Package Be Issued As A Result Of This Announcement, And No Award Shall Be Made As A Result Of This Announcement. In The Event That A Solicitation Is Developed, It Will Be Assigned A Formal Request For Proposal (rfp) Number Or Request For Quotation (rfq) And The Announcement Will Be Published On Sam.gov. responses Due: for The Purposes Of This Acquisition, The Applicable Naics Code Is 236220. Responses Are Requested No Later Than January 20, 2025 At 12:00 Pm Est. Direct Expression Of Interest As Well As Required Documentation Should Be Submitted Via Email To Joonpil Hwang (hwangj2@state.gov), Coy Brown (browncl1@state.gov), And The Ip Contracting Team (ip_contracting_team@state.gov). All Prospective Offerors Are Responsible For Monitoring This Site For The Release Of All Other Information Pertaining To The Synopsis And Solicitation. response Submission Information: all Potential Sources With The Capability To Provide The Requirements Referenced In This Sources Sought Are Invited To Submit, In Writing, Sufficient Information Within The Page Limitations Listed Below. This Information Should Demonstrate The Respondent's Ability To Fulfill The Technical, Delivery, And Support Requirements And Be Responsive To The Technical Questions In This Rfi As Indicated Below. We Will Not Answer Technical Questions Or Provide Additional Technical Information At This Time Via This Sources Sought Notice. Please Understand That The Rough Order Of Magnitude Is For The Purposes Of Market Research And Your Firm Will In No Way Be Committed To Any Estimate You Provide Under This Notice. responses To This Rfi Shall Include The Following: 1. A Cover Sheet Which Includes: company Name address point Of Contact e-mail Address phone Number uei Number primary Business And Market Areas business Size And Socioeconomic Status (if Applicable) 2. Relevant Construction Project Experience (two (2) Page Limit): the Potential Offerors Need To Demonstrate That They Posses, Within The Last Five Years, Construction Experience Similar To That Described In This Specified Source Sought Category In Senegal. experience Described Above Needs To Include The Offeror's Role, Primary Contractor Or Sub-contractor. Each Project Experience Needs To Include The Contract Number, The Us Agency Or Private Company That Awarded The Contract And Contract Monetary Value. potential Offerors Need To Possess Senegal Permits And Licenses To Operate Legally Throughout The Territory. Copies Of The Licenses Must Be Submitted In Response To The Sources Sought And Are Excluded From The Two (2) Page Limit. the Potential Offerors Need To Document Experience In Coordinating With Host Nation Government(s) To Mitigate And Solve Potential Issues. 3. Capabilities Of Successfully Completing Constructions: ability To Provide All Required Design And Engineering Services, Manpower, And Materials To Construct New Buildings Or To Renovate Existing Ones; ability To Provide And Deliver Required Materials And Equipment To Projects Located In Senegal; capabilities To Import All Required Material And Equipment Through Either Sea Or Air Transportation To Senegal; ability That, Should A Solicitation Be Issued In The Future For This Requirement, Offerors Should Declare If The Offeror Is Applying As A Primary Contractor, A Joint Venture Or Partnership Or Other As Applicable To Their Submission. ability That, Should Sub-contractors Figure Into An Offeror's Plans, The Offeror Will Be Expected To Specify What Percentage Of Work Will Be Tasked To Assigned Sub-contractors.

Bureau Of Jail Management And Penology Rhq Viii Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 10.6 Million (USD 181.9 K)
Details: Description Invitation To Bid For The “construction Of Additional Facilities Of Calbayog City District Jail” 1. The Bureau Of Jail Management And Penology Regional Office 8 (bjmpro-8), Through The National Expenditure Program Fy 2025 Intends To Apply The Sum Of Ten Million Six Hundred Seventy Thousand Pesos (php 10,670,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project: Construction Of Additional Facilities Of Calbayog City District Jail With Contract No.c-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bjmpro8 Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Forty Calendar Days (240 Cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bjmpro8-regional Logistics Division And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 From The Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (php 25,000.00). The Bidder Shall Submit The Original Deposit Slip As Evidence Of Payment, And In Order To Facilitate The Issuance Of An Official Receipt. The Deposit Slip Must Reflect The Payment Made In Accordance With The Specified Requirements, And The Official Receipt Will Be Provided Upon Verification Of The Payment Details. 6. The Bjmpro8 Will Hold A Pre-bid Conference On 10:00am January 20, 2025 At Bjmpro8 Conference Room, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 31, 2025 At 08:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 09:00 A.m January 31, 2025 At The Given Address Below Bjmpro8 Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Note To Bidders: 1. No Award Shall Be Made Until This Office Received The Sub- Allotment Advice Issued By The Bjmp National Headquarters; And 2. Not To Award The Contract Without Incurring Any Liability If The Funds/allotment For The Project Have Been Withheld Or Reduced Through No Fault Of Its Own. 11. The Bidder’s Representative Who Will Attend The Opening Of Bids Have Been Authorized To Do So Through A Special Power Of Attorney (spa) Shall Also Expressly Provide That The Bidder’s Representative Is Authorized To Receive The Notice Of Award (noa) For And On Behalf Of The Said Bidder Should It Declared Submitted The Lowest Calculated And Responsive Bid (lcrb). In Case The Representative Refused To Receive The (noa), Such Refusal Shall Be Deemed As The Said Bidder’s Refusal Which Shall Be The Basis For Administrative Sanctions As Provided For Under Section 69 Of The 2016 Revised Irr Of Ra 9184. To Expedite The Service Of Notices, The Procuring Entity, At Its Option, May Send The Relevant Notices In This Procurement To The Concerned Bidder Through That Bidder’s Given E-mail Address Or Its E-mail Address As Appearing In The Documents Submitted And Once Successfully Sent Shall Be Deemed To Have Been Received By Such Bidder Effective The Date As Appearing In The Time Stamp Of The E-mail Service Provider. 12. Soft Copy Of Detailed Estimate, Program Of Works, Manpower Schedule And Construction Method (excel Format-dupa) In Usb Must Be Submitted As Part Of The Financial Component Of The Bid. 13. The Bjmpro8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: [sgd] Mark Jericho L Azañes Jail Senior Inspector Head, Bac Secretariat Bjmp Regional Office 8 Brgy. Guindapunan, Palo, Leyte Email: Rbjmp8@gmail.com Contact No.: +639927930671 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://docs.google.com/document/d/1wi-kckmpwlztwjrbakpr96oecrtnoii-/edit?usp=sharing&ouid=102828166940847245689&rtpof=true&sd=true For Downloading Of Drawing Plan: Https://drive.google.com/file/d/1ag0dn8foub9yd70870wo4dmij5kf7xkf/view?usp=sharing For Downloading Of Boq: Https://docs.google.com/spreadsheets/d/1rnm2b_7kctnjzh9pcc0ow9mvmsvixgle/edit?usp=sharing&ouid=102828166940847245689&rtpof=true&sd=true January 13, 2025 [sgd] Rill F Sonon, Dsc Jail Senior Superintendent Ardo/rcds Bac Chairperson, Bjmpro8

Philippine International Convention Center Tender

Chemical Products
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 120 K (USD 2 K)
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-60 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Bacteriological Analysis And Physicochemical Test For Drinking Water, With An Approved Budget For Contract (abc) Of One Hundred Twenty Thousand Pesos (₱120,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-60 Terms Of Reference I. Project Title: Bacteriological Analysis And Physicochemical Test For Drinking Water Ii. Approved Budget For Contract (abc): One Hundred Twenty Thousand Pesos (₱ 120,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Shall Be Supply Of Labor And Materials For The Testing And Analysis On The Potability Of Water Supply And Chemical Content Of Drinking Water. Testing And Analysis Of Water Samples Shall Be Done In Accordance With Department Of Health (doh) Philippine National Standards Of Drinking Water (pnsdw). Parameters For Testing: A. Bacteriological Analysis Of Water – Ten (10) Testing Per Month For Twelve (12) Months. A. Total Bacterial Count (tbc) B. Total Coliform Count B. Physicochemical Test For Drinking Water-one (1) Testing Per Month For Twelve (12) Months. A. Physical 1. Color 2. Odor 3. Turbidity B. Chemical 1. Ph 2. Alkalinity 3. Calcium 4. Chloride 5. Conductivity 6. Iron 7. Magnesium 8. Sulfate 9. Total Dissolved Solids 10. Total Hardness Iv. General Conditions: A. The Contractor Shall Collect The Samples Every First Week Of The Month And Deliver The Test Results Within Fifteen (15) Calendar Days. B. The Contractor Shall Be Responsible For The Supply Of Manpower, Technical Expertise, Supervision, Tools, Equipment And Other Necessary Materials For The Testing And Analysis For Drinking Water. V. Contractors Qualification: The Contractor Shall Be Having Completed Contract With The Testing And Analysis On The Potability Of Water Supply And Chemical Content Of Drinking Water For The Last Five (5) Years. Vi. Terms Of Payment: Monthly Payment Shall Be Made After The Submission Of The Test Results. The Contractor Shall Submit A Request For Payment Of Work Accomplished And Sales Invoice. Vii. Contract Duration: Twelve (12) Months Viii. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.

City Of Danao Tender

Energy, Oil and Gas
Corrigendum : Tender Amount Updated
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 7 Million (USD 120.9 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 Fuel For General Stocking Of The City Government Of Danao The Local Government Of Danao City, Through The City General Services Office Intends To Apply The Sum Of Php7,017,340.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Fuel For General Stocking 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 Fuel For General Stocking, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Unleaded Gasoline Fuel 16,000 Liters 2. Diesel Fuel 70,000 Liters Php7,017,340.00 Delivery Of The Goods Is Five (5) 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 December 26, 2024 – January 06, 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 December 26, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 07, 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: Rosette B. Villaflor Bac Chairman

Government Service Insurance System - GSIS Tender

Energy, Oil and Gas...+2Electrical Generators And Transformers, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 319.4 K (USD 5.4 K)
Details: Description Technical Specifications Fuel And Gasoline Expenses Prepared By: (original Signed) Hannah Korina F. Ompoco Staff Officer I General Santos Branch Office Approved By: (original Signed) Josephine B. Marcial Branch Manager General Santos Branch Office Technical Specifications 1. Project Title Fuel And Gasoline Expenses 2. Total Budget The Total Budget For The Project Amounts To Php 319,400.00. Said Budget Is Included In The Corporate Budget For Cy 2025. 3. Brief Discussion Why The Goods And Services To Be Procured Are Necessary Provision Of Fuel For The Generator Set And To All Official Vehicles Of Gsis General Santos Branch. 4. Scope Of The Project The Service Provider Shall Allow The Gsis General Santos Branch Office To Withdraw Fuel As Needed Subject To The Submission/presentation By Gsis Authorized Personnel Of A Duly Accomplished Authority To Withdraw Gasoline And Purchase Order (po) Indicating The Validity Date Thereof. 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 “not Applicable In This Project” 8. Warranty And After-sales Service Requirements “not Applicable In This Project” 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 “not Applicable In This Project” 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 Authority To Withdraw Gasoline. 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.
6481-6490 of 6703 archived Tenders