Manpower Tenders
Manpower Tenders
Municipality Of Balabac, Palawan Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Balabac Bids And Awards Committee Invitation To Bid 1. The Municipal Government Of Balabac, Through 20% Mdf 2025 Intends To Apply The Sum Of One Million Nine Hundred Ninety Nine Thousand Five Hundred Twenty Five Pesos And 71/100 (php. 1,999,525.71), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan Solicitation Number Of (007-mun-infra-25). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipal Government Of Balabac Now Invites Bids For Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. Duration Of The Works One Hundred Fifty (150) Calendars Days. Bidders Should Have Completed, Within Five (5) 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. Instruction To Bidders 2. 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 Proprietorships, Partnerships Or Organization With At Least Sixty Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3. Interested Bidders May Obtain Further Information From Municipal Government Of Balabac And Inspect The Bidding Documents At The Address Given Below During 9:00am To 12:00nn And 1:00pm To 5:00pm On January 23 To February 12, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On On January 23 To February 12, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only(php 500.00). 4. The Municipal Government Of Balabac Will Hold A Pre-bid Conference Of January 31, 2025 2:00pm At Municipal Hall Balabac, Palawan, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before February 12, 2025 At 1:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Claus 18. Bid Opening Shall Be On February 12, 2025, 2:00pm At Municipal Hall, Balabac, Palawan. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipal Government Of Balabac 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. 7. For Further Information, Please Refer To: Montazori Mohammad Bac Secretary Municipal Hall Balabac, Palawan Cp # 09703645154 Mr. Ralih A. Belloh Bac Chairperson Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Balabac, Province Of Palawan. The Name Of The Contract Is Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. The Identification Number Of The Contract Is 007-mun-infra-25 2 The Funding Source Is 20% Mdf 2025 …. The Name Of The Project Is: Construction Of Teen Center At Barangay Poblacion V, Balabac, Palawan. 3.1 No Further Instructions . 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On January 31, 2025, 2:00 Pm At Municipal Hall Balabac, Palawan. 10.1 The Procuring Entity’s Address Is: Poblacion Barangay 1, Balabac, Palawan Montazori Mohammad Bac Secretary And Ralih A. Belloh Bac Chairperson 10.3 No Further Instructions. 12.1 If The Procuring Entity Maintains A Registry System Using The Philgeps Or Its Own Electronic System: The First Envelop Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of His Class “a” Documents With The Procuring Entity, A Written Letter Of Intent May Be Submitted In Lieu Of The Class “a” Documents: Otherwise, It Shall Submit An Application For Eligibility And Its Latest Class “a” Documents On Or Before February 12, 2025, Any Application For Eligibility Or Updates Submitted After The Deadline For The Submission Of The Letter Of Intent Shall Not Be Considered For The Bidding At Hand. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(iv) No Further Instructions 13.1 No Additional Requirements 13.1(b) The Abc Is One Million Nine Hundred Ninety Nine Thousand Five Hundred Twenty Five Pesos And 71/100 (php. 1,999,525.71). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions 15.4 No Further Instructions 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until June 12, 2025. 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of (php 39,990.51), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of (php. 99,976.29), If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Day From The Bid Opening. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Municipal Hall, Balabac, Palawan. The Deadline For Submission Of Bids Is February 12, 2025, 1:00pm. 24.1 The Place Of Bid Opening Is Municipal Hall, Balabac, Palawan. The Date And Time Of Bid Opening Is February 12, 2025 2:00pm. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have To Submit Manually Filed Tax Returns. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity. Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipments Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm.
Closing Date31 Jan 2025
Tender AmountPHP 1.9 Million (USD 34 K)
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangay, Purok 1 And 7 Barangay Danasan, 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 Php508,165.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangay, Purok 1 And 7 Barangay Danasan, 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 Improvement Of Streetlights At Various Barangay, Purok 1 And 7 Barangay Danasan, Danao City, As Follows; Seq. Item Description Quantity 1. 40-kg Portland Cement 100 Bags 2. River Washed Sand 15 Cu.m 3. River Washed Gravel 30 Cu.m 4. 12mm.ø X 6.00mtrs Deformed Bar 40 Lengths 5. 10mm.ø X 6.00mtrs Deformed Bar 80 Lengths 6. 1/2" X 4’ X 8’ Ordinary Plywood 12 Shts 7. 2” X 2” X 10’ Coco Lumber 40 Lengths 8. 2” X 3” X 10’ Coco Lumber 60 Lengths 9. 4” Common Wire Nail 16 Kg 10. 1-1/2” Common Wire Nail 8 Kg 11. #16 G.i Tie Wire 20 Kg 12. 16mm.ø X 305mm. Anchor Bolts With Nut And Washer 80 Pairs 13. 76mm.ø X 6.00mtrs G.i Pipe Sch.-40 (steel Post) 20 Lengths 14. 50mm.ø X 6.00mtrs G.i Pipe Sch.-40 (extended Arm) 10 Length 15. 250mm. X 250mm. X 12mm.thk Base Plate 20 Plate 16. 250mm. X 250mm. X 10mm.thk Stiffener Plate 80 Plate 17. 100mm. X 100mm. X 6mm. Thk Steel Plate (top Cover) 20 Plate 18. #12 Welding Electrode 24 Kg 19. Solar Streetlight 300watts With Complete Accessories 20 Set 20. 4”ø Cutting Disc 10 Pcs 21. Epoxy Primer (gray) 4 Gal 22. Semi-gloss Quick Drying Enamel (blue) 4 Gal 23. Reflectorized Rubber Based Paint (yellow) 5 Gal 24. Reflectorized Rubber Based Paint (black) 3 Gal 25. 7” Paint Roller Brush With Tray 4 Set 26. 4” Paint Roller Brush With Tray 4 Set 27. 3” Paint Brush 4 Pcs 28. 1” Masking Tape 10 Rolls 29. Putty Knife 2 Pcs 30. #100 Sandpaper 10 Sq.ft Php508,165.00 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
Closing Date5 Feb 2025
Tender AmountPHP 508.1 K (USD 8.6 K)
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, 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 Php357,744.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, 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 Hardware Materials For Installation Of Road Barriers At Barangay Sta. Rosa, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 170 Bags 2. Washed Sand 12 Cu.m 3. Washed Gravel 18 Cu.m 4. 0.60mø Rccp 14 Pcs 5. 10mmø X 6.0m Deformed Steel Bar 46 Length 6. 12mmø X 6.0m Deformed Steel Bar 87 Length 7. 16mmø X 6.0m Deformed Steel Bar 30 Length 8. G.i. Tie Wire #16 27 Kg 9. 100mm Ø G.i Pipe Post (sch.40) 5 Length 10. Ga #12 Pre-fabricated Steel Plate Crash Barrier 22 Sht 11. 16mmø X 150mm Machine Bolt With Nut And 25 Pcs Washer (half Thread-zinc Coated) 12. 16mmø X 38mm Machine Bolt With Nut And 100 Pcs Washer (half Thread-zinc Coated) 13. 2”x 2”x10’ Coco Lumber 100 Length 14. 2”x 3”x10’ Coco Lumber 60 Length 15. 1/2" Plywood Ordinary 19 Sht 16. 1” Cwn 5 Kg 17. 2” Cwn 5 Kg 18. 3” Cwn 5 Kg 19. Hacksaw Blade 10 Pcs 20. Reflectorized Paint (yellow) 4 Gal 21. Reflectorized Paint (black) 3 Gal 22. Reflectorized Paint (gray) 3 Gal 23. Paint Roller 9” With Tray 4 Pcs 24. Paint Brush 4” 4 Pcs 25. Paint Brush 2” 4 Pcs 26. Masking Tape 3/4 X 25m 20 Roll 27. Old Newspaper 5 Kg 28. Paint Thinner 5 Gal 29. Skim Coat 20kg/bag 10 Bag 30. Lacquer Thinner 3 Gal 31. Epoxy Primer 2 Gal 32. Aluminum Enamel Paint 2 Gal Php357,744.00 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
Closing Date5 Feb 2025
Tender AmountPHP 357.7 K (USD 6.1 K)
Bureau Of Plant Industry Tender
Others
Philippines
Details: Description Request For Negotiated Procurement Under Two Failed Biddings Supply And Delivery Of 4x4 Pick-up (mt) 1. The Bureau Of Plant Industry (bpi), Through The Quarantine Services Intends To Apply The Sum Of Twelve Million Pesos (php12,000,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of 4x4 Pick-up (mt) With Itb Pr No. 3856-24bac. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Procurement Of The Project Will Be Conducted Through Negotiated Procurement (two Failed Biddings), An Alternative Method Of Procurement, In Accordance With Section 53.1 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. 3. The Bpi Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Forty-five (45) Calendar Days After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within The Last Two (2) Years (from Cy 2023 To Present) From The Date Of Submission And Receipt Of Bids, A Single Contract Or An Aggregate Of Utmost Three Contracts Similar To The Project To Be Bid Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00am On February 20, 2025. Late Bids Shall Not Be Accepted. 6. Bid Opening Shall Be On February 20, 2025, 9:30am At Bac Conference Room, Bureau Of Plant Industry, No. 692 San Andres Street, Malate, Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Bpi 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. 8. Copies Of The Following Eligibility, Technical And Financial Documents Are Also Required To Be Submitted Along With Your Quotation/proposal: I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or In Case Legal Document/s Uploaded On The List Of Eligibility Documents (page 3 Of The Philgeps Registration Certificate) Is Not Updated Or Has Been Expired, Renewed/proof Of Renewal Of The Document Shall Be Attached: (a.1) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, (a.2) Mayor’s Or 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; (a.3) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 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, With Sum Total; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid With Sum Total, 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 • For Letter B & C, The Following Information Shall Be Provided In Matrix Form: I. The Name Of The Contract Ii. Date Of Contract Iii. Kind Of Goods Sold Iv. Amount Of Contract And Value Of Outstanding Contract V. Date Of Delivery Vi. Specification Whether Prospective Bidder Is A Manufacturer, Supplier, Or Distributor • For Letter C, The Following Requirement Shall Be Submitted: I. Notice Of Award/s Of The Similar Completed Contract/s Or Contract Of Agreement Or Notice To Proceed/s Or Purchase Order/s (in Case Of Small Value Procurement Project) Issued By The Owner/s; And Ii. Delivery Receipt Or Collection Receipt Or Official Receipt Or Sales Invoice; ⬜ (d) 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 ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) 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 ⬜ (g) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’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; And ⬜ (h) 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 ⬜ (i) 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 ⬜ (a) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ ⬜ ⬜ (b) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) (c) [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. (d) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Other Requirements: (a) Bids Shall Be Submitted In Two Envelope Systems. First Envelope Containing The Technical Documents (one (1) Original And Two (2) Photocopies); And Second Envelope Containing The Financial Documents (one (1) Original And Two (2) Photocopies). (b) Bid Documents Are Requested To Be Properly Marked And Submitted With Dog Ear Code/tabbing Containing The Prescribed Label (preferably In Capital Letter) For Each Of The Requirements. Note: The Bidder Must Familiarize Himself/herself With Other Bid Requirements Not Otherwise Included Herein Such As, But Not Limited To Those In The Bid Bulletins, Pertinent Guidelines In Gppb Rules And Regulations, Etc. 9. For Further Information, Please Refer To: Ms. Jhoana Grace B. San Gabriel Head, Bac Secretariat Bureau Of Plant Industry No. 692 San Andres Street, Malate, Manila Email Address: Pms@buplant.da.gov.ph Contact No.: 09052575428 10. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bpi.da.gov.ph/bpi/index.php February 13, 2025 Sgd. Joan-may R. Tolentino Chairperson, Bids And Awards Committee
Closing Date20 Feb 2025
Tender AmountPHP 12 Million (USD 207.4 K)
Municipality Of El Nido, Palawan Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Municipal Government Of El Nido, Through The Cy 2024 General Fund - Continuing Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (₱ 1,500,000.00) Being The Abc To Payments Under The Contract For Negotiated Procurement For Supply And Delivery Of Pick-up For Patrol Operation/2024-10-0902. Bids Received In Excess Of The Abc And Cost Per Unit/item Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of El Nido Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Days. Bidders Should Have Completed, Within One (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Negotiation Will Be Conducted Through Negotiated Procurement Procedures In Accordance With Section 53.1 Negotiated Procurement Two Failed Biddings As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Including Annex H Thereof. The Bac Will Engage In Negotiations With At Least Three (3) Suppliers To Ensure Effective Competition. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Specified Date Shown Below, And Which Would Meet The Minimum Technical Specifications Required. 4. Prospective Bidders May Obtain Further Information From Bac Secretariat And Inspect The Negotiation Documents At The Address Given Below From January 21 To February 06, 2025 During Monday To Friday, 8:00 Am To 5:00 Pm. 5. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am, February 10, 2025. Late Bids Shall Not Be Accepted. Interested Bidders Shall Submit The Documents Based On The Checklist Below In Sealed Envelopes, Labeled As “negotiated Documents”, With The Title Of The Procurement Project, Name Of The Bidder, Address Of The Bidder, And Contact Details Of The Bidder, Addressed To The Undersigned. Each Bidder Shall Submit One (1) Original And Two (2) Readable Copies Of The First (technical) And Second (financial) Components Of Its Bid. Documents To Be Submitted Shall Be Properly Ring Bound, Tabbed, And Labeled. Checklist Of Technical And Financial Documents Instructions: Documents Must Be Printed In Legal Size (8.5” X 13”) Paper And Arranged According To This Checklist. Technical And Financial Documents Should Be Ring-bound And Properly Labeled Or Tabbed According To The Document Name For Ease Of Identification. Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, And The Second Shall Contain The Financial Component Of The Bid. I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ 1. Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ 2. 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 ⬜ 3. 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 ⬜ 4. 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 ⬜ 5. Conformity With The Technical Specifications With Identification Of Brands Offered, Including The Following: 5.1 Conformity With Production/delivery Schedule 5.2 Conformity With Manpower Requirements 5.3 Organizational Chart 5.4 After-sales/parts (warranty Certification) ⬜ 6. Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, 6.1 Original Notarized Secretary’s Certificate (specific For This Project) In Case Of A Corporation, Partnership, Or Cooperative; Or 6.2 Original Special Power Of Attorney (specific For This Project) 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; Or 6.3 Original Special Power Of Attorney (specific For This Project) Of The Owner For Sole Proprietorship Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ 11. 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 ⬜ 12. 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 Note: For Consolidated Procurement, The Price Per Unit Of The Goods Shall Be Quoted Not Exceeding The Abc And/or Cost Per Unit As Stated/published In The Invitation To Bid. ⬜ 13. Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ 14. Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ 15. [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. ⬜ 16. Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 6. The Schedule Of Negotiation Activities Is Stated Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Activities Schedule Venue Issuance And Availability Of Negotiation Documents January 21 To February 06, 2025 Bac Secretariat Office Conduct Of Negotiation February 07 At 9:30 Pm To 5:00 Pm Bac Secretariat Office Deadline For The Submission Of Quotation/proposal February 10, 2025 At 9:00 Am 3rd Floor, Mayor’s Conference Room, New Municipal Hall, Opening Of Quotation/proposal February 10, 2024 At 9:30 Pm To 5:00 Pm 3rd Floor, Mayor’s Conference Room, New Municipal Hall, 7. Bidders Shall Provide Correct And Accurate Information Required In The Attached Forms. Price Quotation/s Must Be Valid For A Period Of One Hundred Twenty (120) Calendar Days From The Date Of Submission Of Quotation. 8. The Municipal Government Of El Nido 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. 9. For Further Information, Please Refer To: Office Of The Bids And Awards Committee 2nd Floor, Old Municipal Building Bgy. Maligaya, El Nido, Palawan Contact No.: 0920-954-8810 Email Address: Bacsecretariat@mgoelnido.onmicrosoft.com Issued This 21st Day Of January 2025. (signed) Engr. Raul B. Maximo Bac Chairperson
Closing Date11 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)
National Academy Of Science And Technology Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Supply And Installation Of Dark Tint Film And Frosted Film With Cutting On Glass Panels At The Pshc Dark Tint Film Specifications: • Blocks High Percentage Of Uv Rays And Other Harmful Rays • High Performance Heat Rejection Technology • High Glare-blocking Capacity And Daytime Privacy • Helps Prevent Glass From Shattering In Case Of Accidents • Visible Light Transmission: 5% • Color: Super Black Clear Frost Film Specifications: • Brilliant Visual Frosted Effect • Blocks High Percentage Of Uv Rays And Other Harmful Rays • Machine-cut G-1: 4 Panels, Fixed Glass Window 1200mmw X 2350mmh G-2: 4 Panels, Automatic Sliding Glass Door 1150mmw X 2300mmh Frosted Film With Cutting: Design File Will Be Attached, 4pcs. Beexscitech Logo –500mmw X 300mmh Overall 4pcs. Pshc Logo - 50cm ⌀ Of The Logo Scope Of Work: 1. Mobilization Of Manpower, Tools And Materials To Be Used For The Project. 2. Preparation Of The Working Area. 3. Provision Of The Supervision Of The Project. 4. Preparation Of Glass Walls Before The Installation Of The Tinted Films. 5. Installation Of Tinted Films By Trained Installers And Applicators Using Applicable Methods As Prescribed On The Materials To Be Used. 6. Clearing Of Debris And Any Other Waste In The Workplace. Delivery: 15 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: P68,773.58 Sealed Quotation/proposals May Be Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 27, 2025 At 12:00nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date27 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Ibo, 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 Php315,174.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Hardware Materials For Installation Of Road Barriers At Barangay Ibo, 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 Hardware Materials For Installation Of Road Barriers At Barangay Ibo, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 150 Bags 2. Washed Sand 10 Cu.m 3. Washed Gravel 18 Cu.m 4. 10mmø X 6.0m Deformed Steel Bar 46 Length 5. 12mmø X 6.0m Deformed Steel Bar 87 Length 6. 16mmø X 6.0m Deformed Steel Bar 30 Length 7. G.i. Tie Wire #16 27 Kg 8. 100mm Ø G.i Pipe Post (sch.40) 5 Length 9. Ga #12 Pre-fabricated Steel Plate Crash Barrier 22 Sht 10. 16mmø X 150mm Machine Bolt With Nut And 25 Pcs Washer (half Thread-zinc Coated) 11. 16mmø X 38mm Machine Bolt With Nut And 100 Pcs Washer (half Thread-zinc Coated) 12. 2”x2”x10’ Coco Lumber 100 Length 13. 2”x 3”x 10’ Coco Lumber 60 Length 14. 1/2" Plywood Ordinary 19 Sht 15. 1” Cwn 5 Kg 16. 2” Cwn 5 Kg 17. 3” Cwn 5 Kg 18. Hacksaw Blade 10 Pcs 19. Reflectorized Paint (yellow) 4 Gal 20. Reflectorized Paint (black) 3 Gal 21. Reflectorized Paint (gray) 3 Gal 22. Paint Roller 9” With Tray 4 Pcs 23. Paint Brush 4” 4 Pcs 24. Paint Brush 2” 4 Pcs 25. Masking Tape 3/4 X 25m 20 Roll 26. Old Newspaper 5 Kg 27. Paint Thinner 5 Gal 28. Skim Coat 20kg/bag 10 Bag 29. Lacquer Thinner 3 Gal 30. Epoxy Primer 2 Gal 31. Aluminum Enamel Paint 2 Gal Php315,174.00 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
Closing Date5 Feb 2025
Tender AmountPHP 315.1 K (USD 5.3 K)
City Of Danao Tender
Civil And Construction...+3Construction Material, Machinery and Tools, Pipe Line Project
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Hardware Materials For Improvement Of Waterworks System At Various Barangay, Purok 2 Barangay Baliang, 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 Php859,680.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Hardware Materials For Improvement Of Waterworks System At Various Barangay, Purok 2 Barangay Baliang, 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 Hardware Materials For Improvement Of Waterworks System At Various Barangay, Purok 2 Barangay Baliang, Danao City, As Follows; Seq. Item Description Quantity 1. High Density Polyethylene Pipe Sdr 9, 2-1/2”ø 33 Roll 2. Gate Valve Brass, 2-1/2”ø 2 Pcs 3. Galvanized Iron Union Schd. 40, 2-1/2”ø 2 Pcs 4. Galvanized Iron Coupling Schd. 40, 2-1/2”ø 2 Pcs 5. Galvanized Iron Nipple Schd. 40, 2-1/2”x6” 2 Pcs 6. Galvanized Iron Tee Equal Schd. 40, 2-1/2”x6” 3 Pcs 7. Galvanized Iron Male Plug Schd. 40, 2-1/2” 2 Pcs 8. High Density Polyethylene Socket Fusion 2 Pcs Male Adaptor, 2-1/2”ø 9. Teflon Tape ¾” 40 Pcs 10. Galvanized Iron Pipe Sched. 40, 2”ø 2 Length 11. High Density Polyethylene Pipe Sdr, 2”ø 1 Roll 12. High Density Polyethylene Pipe Socket Fusion 10 Pcs Tee Reducer, 2-1/2”x2-1/2”x2” 13. High Density Polyethylene Pipe Socket Fusion 10 Pcs Elbow Metal Threaded Female, 2-1/2”x2” 14. Galvanized Iron Elbow Sched.40,2”ø 10 Pcs 15. Butterfly Valve Cl150, 2”ø 10 Pcs 16. Threaded Flange Cl150, 2”ø 20 Pcs 17. Mild Steel Bolts And Nuts 1/2”x6” 40 Pcs 18. Galvanized Iron Nipple Schd. 40, 2”x6” 10 Pcs 19. Galvanized Iron Tee Equal Schd. 40,2”ø 10 Pcs 20. Galvanized Iron Male Plug Schd. 40, 2”ø 20 Pcs 21. Epoxy Paint (blue) 2 Gal 22. Paint Thinner 1 Gal 23. Paint Brush 4” 2 Pcs 24. 40kg Portland Cement 2 Bags 25. Washed Sand 4 Sacks 26. Washed Gravel 6 Sacks Php859,680.00 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 February 12-17, 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 18, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date18 Feb 2025
Tender AmountPHP 859.6 K (USD 14.8 K)
BARANGAY BANCALAAN PUERTO PRINCESA, PALAWAN Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Balabac Barangay Bancalaan Bids And Awards Committee Invitation To Bid 1. The Barangay Local Government Unit Of Bancalaan, Balabac, Palawan, Through 20% Bdf 2025 Intends To Apply The Sum Of Five Hundred Seventy Thousand Four Hundred Fifty-seven Pesos And 48/100 (php. 570,457.48), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Concreting Road At Sitio Singcab Barangay Bancalaan, Balabac, Palawan Solicitation Number Of (003-ban-infra-25). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Barangay Local Government Unit Of Bancalaan, Balabac, Palawan Now Invites Bids For Construction Of Concreting Road At Sitio Singcab Barangay Bancalaan, Balabac, Palawan. Duration Of The Works Thirty-eight (38) Calendars Days. Bidders Should Have Completed, Within Five (5) 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. Instruction To Bidders 2. 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 Proprietorships, Partnerships Or Organization With At Least Sixty Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3. Interested Bidders May Obtain Further Information From Barangay Local Government Unit Of Bancalaan, Balabac And Inspect The Bidding Documents At The Address Given Below During 9:00am To 12:00nn And 1:00pm To 5:00pm On January 28 To February 17, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 28 To February 17, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). 4. The Barangay Local Government Unit Of Bancalaan, Balabac Will Hold A Pre-bid Conference Of February 5, 2025 2:00pm At Bancalaan Barangay Hall Balabac, Palawan. Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before February 17, 2025 At 1:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Claus 18. Bid Opening Shall Be On February 17, 2025, 2:00pm At At Bancalaan Barangay Hall Balabac, Palawan. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Barangay Local Government Unit Of Bancalaan, Balabac 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. 7. For Further Information, Please Refer To: Berlyn D. Pailon Bac Secretary Bancalaan Barangaya Hall Balabac, Palawan Cp # 09302511279 Mr. Jainory Ottom Bac Chairperson Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Barangay Local Government Unit Of Bancalaan, Balabac, Palawan The Name Of The Contract Is Construction Of Concreting Road At Sitio Singcab Barangay Bancalaan, Balabac, Palawan. The Identification Number Of The Contract Is 003-ban-infra-25 2 The Funding Source Is 20% Bdf 2025 …. The Name Of The Project Is: Construction Of Concreting Road At Sitio Singcab Barangay Bancalaan, Balabac, Palawan. 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 05, 2025, 2:00 Pm At Bancalaan Barangay Hall Balabac, Palawan. 10.1 The Procuring Entity’s Address Is: Bancalaan Barangay Hall Balabac, Palawan. Berlyn D. Pailon Bac Secretary And Jainory Ottom Bac Chairperson 10.3 No Further Instructions. 12.1 If The Procuring Entity Maintains A Registry System Using The Philgeps Or Its Own Electronic System: The First Envelop Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of His Class “a” Documents With The Procuring Entity, A Written Letter Of Intent May Be Submitted In Lieu Of The Class “a” Documents: Otherwise, It Shall Submit An Application For Eligibility And Its Latest Class “a” Documents On Or Before February 17, 2025. Any Application For Eligibility Or Updates Submitted After The Deadline For The Submission Of The Letter Of Intent Shall Not Be Considered For The Bidding At Hand. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(iv) No Further Instructions 13.1 No Additional Requirements 13.1(b) The Abc Is Five Hundred Seventy Thousand Four Hundred Fifty-seven Pesos And 48/100 (php. 570,457.48), Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions 15.4 No Further Instructions 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until June 17, 2025.(120days After Submission Of Bids) 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of (php 11,409.14), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of (php. 28,522.87), If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Day From The Bid Opening. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Barangay Hall, Balabac, Palawan. The Deadline For Submission Of Bids Is February 17, 2025, 1:00pm. 24.1 The Place Of Bid Opening Is Barangay Hall, Balabac, Palawan. The Date And Time Of Bid Opening Is February 17, 2025 2:00pm. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have To Submit Manually Filed Tax Returns. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity. Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm.
Closing Date4 Feb 2025
Tender AmountPHP 570.4 K (USD 9.7 K)
BARANGAY BANCALAAN PUERTO PRINCESA, PALAWAN Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Balabac Barangay Bancalaan Bids And Awards Committee Invitation To Bid 1. The Barangay Local Government Unit Of Bancalaan, Balabac, Palawan, Through 20% Bdf 2024 Intends To Apply The Sum Of Four Hundred Ninety-four Thousand Two Hundred Twenty-three Pesos And 89/100 (php. 494,223.89), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Concreting Road Phase I At Sitio Tabodniayo Barangay Bancalaan, Balabac, Palawan Solicitation Number Of (004-ban-infra-25). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Barangay Local Government Unit Of Bancalaan, Balabac, Palawan Now Invites Bids For Construction Of Concreting Road At Sitio Centro Barangay Bancalaan, Balabac, Palawan. Duration Of The Works Thirty-three (33) Calendars Days. Bidders Should Have Completed, Within Five (5) 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. Instruction To Bidders 2. 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 Proprietorships, Partnerships Or Organization With At Least Sixty Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3. Interested Bidders May Obtain Further Information From Barangay Local Government Unit Of Bancalaan, Balabac And Inspect The Bidding Documents At The Address Given Below During 9:00am To 12:00nn And 1:00pm To 5:00pm On January 28 To February 17, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 28 To February 17, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). 4. The Barangay Local Government Unit Of Bancalaan, Balabac Will Hold A Pre-bid Conference Of February 5, 2025 2:00pm At Bancalaan Barangay Hall Balabac, Palawan. Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 5. Bids Must Be Delivered To The Address Below On Or Before February 17, 2025 At 1:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Claus 18. Bid Opening Shall Be On February 17, 2025, 2:00pm At At Bancalaan Barangay Hall Balabac, Palawan. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Barangay Local Government Unit Of Bancalaan, Balabac 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. 7. For Further Information, Please Refer To: Berlyn D. Pailon Bac Secretary Bancalaan Barangaya Hall Balabac, Palawan Cp # 09302511279 Mr. Jainory Ottom Bac Chairperson Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Barangay Local Government Unit Of Bancalaan, Balabac, Palawan The Name Of The Contract Is Construction Of Concreting Road Phase I At Sitio Tabodniayo Barangay Bancalaan, Balabac, Palawan. The Identification Number Of The Contract Is 004-ban-infra-25 2 The Funding Source Is 20% Bdf 2024 …. The Name Of The Project Is: Construction Of Concreting Road Phase I At Sitio Tabodniato Barangay Bancalaan, Balabac, Palawan. 3.1 No Further Instructions. 5.1 No Further Instructions. 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 No Further Instructions. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On February 5, 2025, 2:00 Pm At Bancalaan Barangay Hall Balabac, Palawan. 10.1 The Procuring Entity’s Address Is: Bancalaan Barangay Hall Balabac, Palawan. Berlyn D. Pailon Bac Secretary And Jainory Ottom Bac Chairperson 10.3 No Further Instructions. 12.1 If The Procuring Entity Maintains A Registry System Using The Philgeps Or Its Own Electronic System: The First Envelop Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of His Class “a” Documents With The Procuring Entity, A Written Letter Of Intent May Be Submitted In Lieu Of The Class “a” Documents: Otherwise, It Shall Submit An Application For Eligibility And Its Latest Class “a” Documents On Or Before February 17, 2025. Any Application For Eligibility Or Updates Submitted After The Deadline For The Submission Of The Letter Of Intent Shall Not Be Considered For The Bidding At Hand. 12.1(a)(i) No Other Acceptable Proof Of Registration Is Recognized 12.1(a)(iv) No Further Instructions 13.1 No Additional Requirements 13.1(b) The Abc Is Four Hundred Ninety-four Thousand Two Hundred Twenty-three Pesos And 89/100 (php. 494,223.89), Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions 15.4 No Further Instructions 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until June 17, 2025 18.1 The Bid Security Shall Be In The Following Amount: 1. The Amount Of (php 9,884.48), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of (php. 24,711.19), If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionates To The Share Of Form With Respect To Total Amount Of Security. 18.2 The Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Day From The Bid Opening. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Barangay Hall, Balabac, Palawan. The Deadline For Submission Of Bids Is February 17, 2025, 1:00pm. 24.1 The Place Of Bid Opening Is Barangay Hall, Balabac, Palawan. The Date And Time Of Bid Opening Is February 17, 2025 2:00pm. 24.2 No Further Instructions. 27.3(b) Bid Modification Is Not Allowed. 27.4 No Further Instructions. 28.2(b) Bidders Have To Submit Manually Filed Tax Returns. Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 29.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) List Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity. Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Department Of Labor And Employment, And Pert/cpm.
Closing Date4 Feb 2025
Tender AmountPHP 494.2 K (USD 8.4 K)
7851-7860 of 8040 archived Tenders