Manpower Tenders
Manpower Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 99 Million (USD 1.7 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Sipag – Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road Along Julian River, Anabu Section, Imus, Cavite Contract Id No. : 25df0114 Contract Location : Imus City, Cavite Scope Of Works : Construction Of Road With Sidewalk Net Length : 0.830 Lane Km. Road, W = 3.50 M. (2 Lanes) And Sidewalk Of 830 Lm. , W = 1.20 M. (2 Lanes) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 146 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities Construction Of Revetment Along Taguilid River Along Brgy. Gahak, Kawit, Cavite Contract Id No. : 25df0115 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 478.00 L.m. Revetment Approved Budget For The Contract : ₱ 99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 14, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Pre-bid Conference On January 31, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 14, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 24, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Board Of Investments Makati City Metro Manila Tender
Software and IT Solutions
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 11 Million (USD 189.5 K)
Details: Description About The Procuring Entity The Board Of Investments (boi) Is An Attached Agency Of The Department Of Trade And Industry (dti) That Is The National Government Agency Responsible For The Promotion Of Investments- Both Foreign And Domestic. It Is Governed By Executive Order No. 226, Also Known As The Omnibus Investments Code Of 1987, And The Recently Approved R.a. 11534 Or The Create Law. The Boi Seeks To Attract Quality Investments That Will Encourage Technological Innovations And Provide Support For Industries To Seize The Opportunities And Challenges Of Global Demands And Competition. The Agency Envisions Itself As A Global Industry Promotion Agency By 2028 Guided By The Core Values Of Integrity, Excellence, Teamwork And Passion For Knowledge. Its Mission Is To Provide Investors With Opportunities For Investments, Comprehensive Business Support Services And Fair Predictable And Consistent Industry Policies. The Current State Of The Economy Due To The On-going Pandemic Makes It More Imperative For Boi To Continuously Aim For Work Excellence, As It Is An Agency, Which Is At The Forefront Of Enticing Investments Into The Country. 2. Project Overview/objectives The Fas-itd Is Committed To Enhancing Operational Efficiency, Ensuring High Availability Of Critical Applications, And Optimizing Costs Through Modern Technological Solutions. Procuring A 3-year Cloud Service Subscription Will Transform Boi’s It Infrastructure, Allowing Seamless Scalability, Robust Data Security, And Continuous Service Delivery. With Cloud-based Solutions, Our Operations Will Achieve Greater Agility To Adapt To Ever-changing Demands, While Reducing The Risk Of System Outages And Costly On-premises Hardware Maintenance. The Cloud Will Provide State-of-the-art Tools And Resources, Helping Boi To Meet Its Strategic Goals And Uphold The Service Delivery Commitments Without Disruption. This Investment Will Not Only Streamline The Itd Operations But Will Also Position Boi As A Forward-thinking Organization That Leverages Technology To Improve Productivity And Collaboration. By Utilizing To The Cloud Technology, Boi Will Experience Significant Cost Savings Through Efficient Resource Allocation And On-demand Services, Eliminating Unnecessary Expenditures Associated With Outdated Infrastructure. Furthermore, Enhanced Data Redundancy And Built-in Disaster Recovery Features Will Safeguard Boi’s Critical Data And Ensure High Availability, Thereby Protecting Boi's Reputation And Stakeholder Trust. This Strategic Move Aligns With Our Vision Of Providing Sustainable And Innovative Services To Our Partners And Clients. 3. Contract Period The Contract Period Shall Cover Thirty-six (36) Months Upon Acceptance Of Boi Applications And Databases In The Winning Bidder Cloud Web Hosting Platform Solution. 4. Technical Requirements And Scope Of Work The Web Hosting Service And Standard Web Hosting Support Service Provider Shall 4.1 Supply And Deliver The Required Services Stipulated In The Purchase Request 4.2 Provide Technical Support For All Problems Pertaining To Web Hosting Services 4.3 The Cloud Service Provider Through Its Local Counterpart Technical Support Will Be Responsible For Provisioning The Required Cloud Platform, Services, And Associated Licenses With The Following Specifications To Ensure Compatibility With Boi Continuous Services Follow: Service Feature Requirements Traffic Management Capability To Control The Distribution Of Traffic Across Application Endpoint. Continuous Monitoring Of Endpoint Health And Status Data Management Sql Database, Data Storage, Import/export Capabilities, And File Services, Must Support Ms Sql Server 2007 And Up Ip Requirement Provide Public Ip Resources To Communicate With Other Cloud Resources, On-premise Networks, And The Internet Security Inclusion Of A Unified Security Management Platform That Includes Security Health Monitoring Of Cloud Workloads, And Security Threat Blocking Through Access And Application Control Privacy Must Adhere To The Data Privacy Act Of 2012 (ra 10173), Must Offer Continuous Security Health Monitoring For The Entire Cloud Environment Scalable Resources Provide The Capability To Increase/decrease Resources As Needed To Support Any Periods Of Unpredictable Resource Usage. Scalable Resources Must Include Bandwidth, Servers, Storage, And Database Instances Vendor Support Virtual Machine Availability And Connectivity Must Be At Least 99% Up All The Time Cloud Server Specification Service Type Custom Name Region Description Networking Application Gateway Sea Web Application Firewall V2 Tier, 730 Fixed Gateway Hours, 1 Compute Unit And 1000 Persistent Connections With 1 Mb/s Throughput, 5gb Data Transfer Networking Managed Jump Box Service For Secured Remote Access Sea 730 Hours, 5gb Outbound Data Transfer Storage Storage Account Sea Managed Risk, Premium Ssd, Lrs Redundancy, P30 Disk Type 1 Disk, Pay-as-you-go Storage Storage Account Sea Managed Risk, Premium Ssd, Lrs Redundancy, P20 Disk Type 1 Disk, Pay-as-you-go Storage Storage Account Sea Managed Risk, Premium Ssd, Lrs Redundancy, P10 Disk Type 1 Disk, Pay-as-you-go Networking Network Watcher Sea 1 Gb Network Logs Collected, 0 Checks For Network Diagnostics, 1 Connection Metrics, 1 Dns Or App Gateway Servers X 0 Gb Logs Ingested, 0 Gb Logs Collected For Traffic Analytics (standard Processing), 0 Gb Logs Collected For Traffic Analytics (accelerated Processing) Networking Ip Addresses Sea Standard (arm), 0 Static Ip Addresses X 730 Hours, 6 Public Ip Prefixes X 730 Hours Management And Governance Backup Sea Vms, 5 Instance(s) X 560 Gb, Lrs Redundancy, Moderate Average Daily Churn, 84gb Average Monthly Snapshot Usage Data Compute Virtual Machine Sea 1 Ds11 V2 (2 Vcpus, 14 Gb Ram) X 730 Hours (pay As You Go), Windows (license Included), Sql Standard (pay As You Go); 0 Managed Disks – S4; Inter Region Transfer Type, 5 Gb Outbound Data Transfer From Southeast Asia To East Asia Storage Storage Account Sea Block Blob Storage, General Purpose V1, Lrs Redundancy, 1,000 Gb Capacity - Pay As You Go, 10 X 10,000 Write Operations, 10 X 10,000 List And Create Container Operations, 10 X 10,000 Read Operations, 1 X 10,000 Other Operations. Storage Storage Account Sea Block Blob Storage, General Purpose V1, Lrs Redundancy, 1,000 Gb Capacity - Pay As You Go, 10 X 10,000 Write Operations, 10 X 10,000 List And Create Container Operations, 10 X 10,000 Read Operations, 1 X 10,000 Other Operations Storage Storage Account Sea Block Blob Storage, General Purpose V1, Lrs Redundancy, 1,000 Gb Capacity - Pay As You Go, 10 X 10,000 Write Operations, 10 X 10,000 List And Create Container Operations, 10 X 10,000 Read Operations, 1 X 10,000 Other Operations. Storage Storage Account Sea Block Blob Storage, General Purpose V1, Lrs Redundancy, 1,000 Gb Capacity - Pay As You Go, 10 X 10,000 Write Operations, 10 X 10,000 List And Create Container Operations, 10 X 10,000 Read Operations, 1 X 10,000 Other Operations. Compute Virtual Machine Sea Phpvm, 1 A3 (4cores, 7gb Ram) X 730 Hours, Windows (license Included) Os Only; 0 Managed Disks – S4; Inter Region Transfer Type, 5 Gb Outbound Data Transfer From Southeast Asia To East Asia Compute Virtual Machine Sea Engasjune2023, 1 Ds11 V2 (2 Vcpus, 14gb Ram) X 730 Hours, Windows (license Included) Networking Virtual Network Sea Southeast Asia (virtual Network 1): 100 Gb Outbound Data Transfer; Southeast Asia (virtual Network 2): 100 Gb Outbound Data Transfer Compute Virtual Machine Sea 1 D4as V5 (4 Vcpus, 16 Gb Ram) X 730 Hours (pay As You Go), Windows (license Included), Os Only; 0 Managed Disks – S4; Inter Region Transfer Type, 5 Gb Outbound Data Transfer From Southeast Asia To East Asia Networking Ddos Mitigation Service Sea Ip Protection, Protection For 2 Resources, X 730hours Security Defender For Cloud Sea Defender For Cloud By Resource: 0 Plan 1 Servers X 730 Hours, 4 Plan 2 Servers X 730 Hours, 0 Container Vcores X 730 Hours, 0 Additional Container Image Scans, 0 App Service Nodes X 730 Hours, 0 Sql Database Servers, 0 Sql Database Servers Outside X 730 Hours, 0 Mysql Instances, 0 Postgresql Instances, 0 Mariadb Instances X 730 Hours, Cosmos Db 0 X100 Ru/s X 730 Hours, 7 Storage Accounts X 730 Hours With 0 Million Total Overage Of Transactions Across Each Storage Account And 0 Gb Storage Scanned For Malware, 0 Key Vault(s), 0 Subscription(s) Standard Support Standard Support 4.4 Cloud Service Migration Provision The Successful Bidder For Our Cloud Services Contract Shall Be Responsible For A Comprehensive And Seamless Migration Of Our Existing Cloud Infrastructure To The New Cloud Platform. This Migration Is A Critical Component Of Our Cloud Services Strategy, And As Such, Comes With Specific Requirements And Expectations That Must Be Fully Met. The Migration Shall Encompass Our Entire Existing Cloud Infrastructure, Including All Virtual Machines, Associated Storage Volumes, Network Configurations, Security Groups, Access Controls, Backup Systems, Disaster Recovery Configurations, Operational Monitoring Tools, And All Current Application And Database Workloads. The Bidder Must Ensure A Holistic Approach That Leaves No Critical Component Behind, Maintaining The Integrity And Functionality Of Our Current Cloud Environment. All Migration-related Activities, Including Planning, Execution, Testing, Cut-over, And Post-migration Support, Are To Be Considered Part Of The Base Contract And Shall Not Incur Any Additional Charges. Subscription Inclusion: Three (3) Years Standard Support On Web Hosting Services Cloud Platform As A Service Three (3) Years Of Technical Support Unlimited 24x7 Billing, Subscription, And Technical Support Initial Response Time Based On The Agreed Upon Priority Level Priority Level Response Time Resolution Time Critical 2 Hours 1 Day High 4 Hours 2 Day Medium 6 Hours 4 Day Priority Level Description Priority Level Description Critical The System Error That Renders The Implemented Application System Inoperable Or Is Causing Serious Adverse Impact To The Boi’s Business Operations, And For Which No Alternative Or Workaround Is Available To The Boi High The System Error That Materially Affects And/or Impacts The Implemented Application System Performance Of One Or More Facilities, Or Functions, As Detailed In The Specifications, With The Consequence, That The Boi’s Business Can Be Performed But In A Restricted Or Inefficient Manner Medium System Error Does Not Significantly Affect Boi’s Current Day-to-day Business Activities, But The Performance Or Efficiency Of The Business Activity Can Be Improved If Such A Bug Were To Be Corrected. 5. Product Support Requirement The Web Hosting Service Provider Shall 5.1 Continuously Use The Existing Boi Account 5.2 Provide Technical Support Covering The Following But Not Limited To • Unlimited 24x7 Technical Support • Online Incident Submission • Less Than 2 Hours Response Time Upon Receipt Of The Request From Boi. • Consulting Services On Related Support And Services, 5.3 Furnish To Boi Fas-itd The Monthly Data Usage/consumption Report 6. Trainings 6.1. Fundamental Training For Three (3) Dedicated Administrators On The Existing/proposed Cloud Solution 6.2. Advanced Administration Training For Three (3) Dedicated Administrators Of The Existing/proposed Cloud Solution 6.3. Security Operations And Incident Response Training For Four (4) On The Existing/proposed Cloud Solution 7. Qualifications Of The Service Provider The Service Provider Must Have The Necessary Eligibility, Experience, And Expertise In Providing The Service, With The Following Credentials: 6.1 Certificate Issued By The Manufacturer As Authorized Partner For 7 Years For The Proposed Cloud Solution. 6.2 At Least Five (5) Years Of Experience In Designing, Deploying, Managing, And Maintaining Cloud Projects. 6.3 At Least Three (3) Dedicated Manpower Experts That Are Certified Engineers Or Equivalent With Certifications Issued By Cloud Service Provider. During The Project Implementation, The Replacement Of Assigned Personnel Is Not Allowed. 6.4 Certification Issued By Certifying Partnership (indicating Contractor’s Experience And Capability Relative To Cloud Services, If Any). 6.5 The Supplier Must Have Completed Satisfactorily At Least (3) Projects Similar To The Proposed Cloud Solution. 6.6 Service Level Agreement (sla) 6.7 Non-disclosure Agreement (nda) 6.8 Platinum Philgeps Membership 8. Manpower Requirements 8.1. The Bidder Must Provide A Project Manager To Oversee The Project With Five (5) Years Of Experience. The Bidder Must Submit Documentary Proof Such As Project Management Training Certifications To Verify The Assigned Project Manager’s Credentials With Curriculum Vitae Or Resume. 8.2. Must Provide At Least Three (3) Locally Employed Certified Cloud Engineers As Project Team Members With Three (3) Years Of Experience, And Un-expired Certificates Of Accreditation From The Cloud Service Provider Of The Proposed Brand. 8.3. Must Submit A Photocopy Of The Valid Certification, Resume, And Company Id Of The Project Team Members And It Should Be Part Of The Bid Submission. 9. Warranty 8.1 Three (3) Years Warranty On Licenses And Specifications Of Cloud Platform. 8.2 Three (3) Years Technical Support: 8.2.1 24/7 Technical Support Services For Issues Affecting Critical Operations Of Cloud Services. 8.2.2 Monday-friday (8:00 A.m. To 5:00 P.m.) For Non-critical Technical Issues. 10. Security 10.1. The Cloud Service Provider Should Meet International Security Standards And Should Abide By All Relevant Philippine Laws And Industry Standards. 10.2. Data That Can Be Migrated To The Public Cloud Will Need To Meet Security Requirements For Accreditation And Be Verifiable By An Internationally Recognized Security Assurance Framework 10.3. Accepted International Security Standard Includes Iso/iec 27001 (information Security). Data Will Be Encrypted Using The Latest Industry-tested And Accepted Standards Algorithms, Encryption Requirements Should Be Aes (256 Bits And Higher) 10.4. Data Ownership – Boi Will Retain Full Control And Ownership Over Their Data. Service Contracts And Other Slas Shall Clearly Provide That Any Data Migrated To The Cloud Remains The Property Of Boi Regardless Of Who Owns, Manages Or Operates The Cloud. Boi Will Retain The Full Rights Of Data Access, Retrieval, Modification, And Deletion Regardless Of The Physical Location Of The Cloud Services, Including The Right To Approve, Deny, And Revoke Access By Third Parties. 10.5. Data Access – Access, Retrieval, Modifications, And Deletion Of Data Remain The Right Of The Boi And Will Be Reflected In The Relevant Contracts. 11. Mode Of Procurement Procurement Of A 3-year Cloud Service Solution For Enhanced Efficiency, High Availability, And Cost Optimization In Boi Operations Cloud Platform-as-a-service Shall Be Undertaken Through Competitive Bidding Pursuant To Ra No. 9184 And Its 2016 Revised Irr. 12. Approved Budget Cost A Budget Ceiling Of Eleven Million (php 11,000,000.00) Has Been Approved And Earmarked For The Procurement Of 3-year Cloud Service Solution For Enhanced Efficiency, High Availability, And Cost Optimization In Boi Operations, Including All Incidental Expenses For The Duration Of The Project. Prices Are In Php Peso And Are Vat Inclusive. 13. Source Of Funds The Budget Authorized For The Procurement Of 3-year Cloud Service Solution For Enhanced Efficiency, High Availability, And Cost Optimization In Boi Operations Shall Be Sourced From The 2025 Mooe, Pursuant To The Philippine General Appropriation Act Of 2025. 14. Payment All Services Rendered For This Project By The Service Provider Shall Be Paid Upfront And/or Agreed With The Payment Scheme By Boi. 15. Penalty In Case There Is A Delay In The Delivery, Configuration, And Migration Of The Cloud Services Where Boi Is Not At Fault, The Contracted Service Provider Shall Be Subject To Sanctions As Specified In The Contract To Be Signed By Both Parties Based On The Applicable Provisions Of The Procurement Law. 16. Reservation Clause The Board Of Investments (boi) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of R.a. No. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Province Of Iloilo Tender
Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 333.2 K (USD 5.7 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.pto-25-47-np (sv) Reference Pr No.pto-25-47 January 27, 2025 _________________________ _________________________ _________________________ (supplier’s Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 13, 2025 At 9:00 A.m. At The 5th Floor Bids And Awards Committee Office, Iloilo Provincial Capitol Building, Bonifacio Drive Iloilo City, After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos Only (p500.00) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱ 333,200.00 Place Of Delivery: Any Hotel Within Iloilo City Date Of Delivery: As Per Scheduled Date Of Activity Upon Receipt Of The Notice To Proceed Until December 31, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Food And Accommodation For 98 Pax For Two (2) Days And One (1) Night @php3,400.00/pax For Strategic, Participatory, Effective, Engaging & Data-based Local Revenue Generation Plan For The First 180 Days Of Cy 2025 Kick-off Seminar In A Hotel. 333,200.00 Inclusions: Podium/projector And Screen/lan Connection/wifi-internet Connection/public Address System/12 Hours Usage Of The Function Room/water And Coffee Station/flag Pole/white Board & Pens Menu: Day 1 Am Snacks: Pancit Molo With Bread And Juice Or Soda Lunch: Kbl, Chopsuey, Chef’s Fried Chicken, Beef Steak, Steamed Rice, Buko Pandan And Juice Or Soda Pm Snacks: Ube Ensaymada And Juice Or Soda Dinner: Sinigang Na Isda, Pancit Canton, Chicken Alexander, Breadded Pork Chop, Steamed Rice, Maja Blanca And Juice Or Soda Menu: Day 2 Breakfast: Beef Tapa, Fried Bangus, Sunny Side Up, Garlic And Soda Or Juice Am Snacks: Ham & Cheese Sandwich Lunch: Bulalo, Shanghai Rolls, Grilled Liempo, Chicken Afritada, Steamed Rice, Buco Salad And Juice Or Soda Pm Snacks: Tuna Sandwich And Juice Or Soda Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ____________________________________________________________ Bid Amount In Words: ________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.pto-25-47-np(sv) Reference Pr No.pto-25-47 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity Upon Receipt Of The Notice To Proceed Until December 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. Marie Jill L. Tamudtamud Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.6 K)
Details: Description Section I. Invitation To Bid Da8-infra-2025-12 (pr No. Bt-25-infra-rice-39835-0009) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Rice 2025-current Fund Intends To Apply The Sum Of Two Million Four Hundred Seventy-five Thousand Two Hundred Forty-one Pesos And 77/100 Only (p2,475,241.77) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Labor And Materials For The Construction Of Warehouse Located At Brgy. Hinulogan, Dagami, Leyte”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works Is Required Within Eighty-four (84) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii: Instruction To Bidders Qty Uom Desription Total Cost Supply Of Labor And Materials For The Rehabilitation Of Warehouse Located At Brgy. Hinulogan, Dagami, Leyte. P2,475,241.77 1 L.s. Permits And Clearances 96 Sq.ft Signboard/billboard 1 L.s. Removal Of Structure 2161.74 Kgs. Reinforcing Steel 10.42 Cu.m. Reinforced Concrete 1 L.s. Formworks And Falseworks 9.09 Sq.m. Masony Works 349.5 Sq.m. Cement Plaster Finish 283.3 Sq.m Metal Structures 283.3 Sq.m Prepainted Metal Roofing 42 Sq.m Ceramic Tiles 45 Sq.m Carpentry And Joinery Works 14 Sets Aluminum Screen And Aluminum Glass Windows 4 Sets Doors 1 Sets Fabricated Sliding Steel Door 1 L.s. Conduits, Boxes & Fittings 1 L.s. Wires & Wiring Devices 1 L.s. Power Load Center Switch Gear & Panel Board 16 Sets Lighting Fixtures 436.26 Sq.m. Painting 1 Sq.m. Brass Marker Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Major Equipment Schedule 6. Provide Contractor's All Risk Insurance (cari) 7. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 2. Complete The Construction Within 84 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 8. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos, If Applicable; 9. Attend Pre-construction Meeting. 10. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 11. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 12. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. At Least 30% Of The Physical Accomplishment; 2. At Least 70% Of The Physical Accomplishment; 3. 100% Of The Physical Accomplishment, Inspection And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 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 Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Five Thousand Pesos Only (p5,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On January 28, 2025 9:00 Am At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 11, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 6.1 Million (USD 105.7 K)
Details: Description Section I. Invitation To Bid Da8-infra-2025-10 (pr No. Bt-25-infra-rice-39835-0008) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Rice 2025-current Fund Intends To Apply The Sum Of Six Million One Hundred Thirty-eight Thousand Six Hundred Ten Pesos And 53/100 Only (p6,138,610.53) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor And Materials For The Construction Of Warehouse Located At Brgy. San Pablo, Tabon-tabon, Leyte.” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works Is Required Within One Hundred Eighteen (118) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii: Instruction To Bidders Qty Uom Desription Total Cost Supply Of Labor And Materials For The Construction Of Warehouse Located At Brgy. San Pablo, Tabon-tabon, Leyte P6,138,610.53 96 Sq.ft Signboard/billboard 1 I.s. Mobilization/demobilization And Temporary Shelter 600 Sq.m. Clearing And Grubbing 82.77 Cu.m. Structure Excavation 371 Cu.m. Embankment 8927.65 Kgs. Reinforcing Steel 130.12 Cu.m. Reinforced Concrete 1 I.s. Formworks And Falseworks 587.78 Sq.m. Masonry Works 1185.34 Sq.m. Cement Plaster Finish 348.18 Sq.m. Metal Structures 348.18 Sq.m. Prepainted Metal Roofing 61 Sets Aluminum Screen And Aluminum Glass Windows 1 Sets Doors 2 Sets Sliding Steel Door 1 I.s. Conduits, Boxes & Fittings 1 I.s. Wires & Wiring Devices 1 I.s. Power Load Center Switch Gear & Panel Board 13 Sets Lighting Fixtures 1 I.s. Solar Panel System 1185.34 Sq.m. Paintings 1 Lot Brass Marker Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Major Equipment Schedule 6. Provide Contractor's All Risk Insurance (cari) 7. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 2. Complete The Construction Within 118 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 8. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos, If Applicable; 9. Attend Pre-construction Meeting. 10. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 11. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 12. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. At Least 30% Of The Physical Accomplishment; 2. At Least 50% Of The Physical Accomplishment; 3. At Least 75% Of The Physical Accomplishment; 4. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 4. 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. 5. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 08, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Ten Thousand Pesos Only (p10,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 19, 2024 9:00 Am At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 08, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On January 08, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
City Of Danao Tender
Automobiles and Auto Parts
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 13 Million (USD 224.7 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 One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Disaster Risk Reduction And Management Office Intends To Apply The Sum Of Php13,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office, As Follows; Seq. Item Description Qty 1. Emergency Transport Bus (52) Seaters Bus Euro 6 1 Unit Overall Length: 10,990mm Overall Width: 2,500mm Overall Height: 3,450mm Gvw: 16,600kg Axle Load:550/11,100kg Wheelbase: 5,500mm Curb Weight: 10,500,11,000,11,600kg Max. Speed: 100km/h Rated Passenger Capacity: 24-52 Front / Rear Overhang: 2,290/3,200mm Approach / Departure Angle: 9/9˚ Front/rear Tread: 2,080/1,870mm Fuel Type: Diesel Power: 206kw/280hp Displacement: 7,700cc Clutch: F450 Coil Spring Clutch Clutch Master & Slave Cylinder: Equipped Transmission: Equipped, Manual Speed Shift Control: Two Flexible Shaft Control Front Axle: 505t Rear Axle: 11t Brake: Front Disc, Rear Drum Abs: Equipped Suspension System: Leaf Spring, With Double Action Shock Absorber And Front Stabilizer Tyre: 11r22.5 With Spare Tire Rim: 22.5x8.25 Centralized Lubrication: N/a Steering Gear: Integral Power Steering Auxiliary Braking: Eddy Current Retarder Dryer: Equipped Braking System Valve: Equipped Expansion Tank: Stainless Steel Cooling System: Huanghai Stand Fuel Tank Capacity: 200l Body Structure: Semi-monocoque Air Conditioning: Equipped Front & Middle Passenger Doors: Single Pneumatic Aluminum Alloy Outward Swing Door Windshield Front/rear: Full View Laminated Glass/ Tempered Glass, F Green Driver Window: Sliding Window With Aluminum Track, F Green Side Window: Sliding Window With Aluminum Track, F Green Front Curtain: Single Manual Type Seat Layout: 2+2, 51+1 Driver Set: Sj-jzp-3a-bj Passenger Seat: Ly-pbt-01 (unadjustable) Guide Seat: N/a Step Number: Front 4 Rear 4 Floor: Bamboo Floor Floor Covering: Wear Resistant Floor Covering Instrument Panel: Softened Type Interior Mirror: Huanghai Standard Rear View Mirror: Manual Electric Defrosting Heating: No Heating, With Defroster Ventilation: 2 Hatches Without Ventilation Fan Roof Lamp: Two Light Strips Electronic Clock: Equipped Audio-visual System: Mp3 Player Wiper: Horizontal Wiper Battery: 2 Units 6qa-195 Batteries Camera: Driving Recorder With 2 Cameras Fire Extinguisher: 2 Units 4kg Fire Extinguishers In Passenger Cabin; 2 Automatic Fire Extinguisher In Engine Cabin, In Total 1.5kg Safety Belt: Safety Belt For Whole Vehicle Safety Hammer: 5 Pcs With Alarm Function Painting: Solid Color Paint Php13,000,000.00 Delivery Of The Goods Is Thirty (30) 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 05-17, 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 Pre-bid Conference On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. 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
BARANGAY DON ENRIQUE LOPEZ, MATI, DAVAO ORIENTAL Tender
Automobiles and Auto Parts
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)
Details: Description Del No. 01-2025 Republic Of The Philippines Province Of Davao Oriental City Of Mati Barangay Don Enrique Lopez Invitation To Bid Procurement Of Rescue Vehicle Name Of Project 1. The Lgu - Barangay Don Enrique Lopez, Through The Lgsf2 Fund Intends To Apply The Sum Of Two Million Pesos (php2,000,000.00) Being The Abc To Payments Under The Contract For Procurement Of Rescue Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu - Barangay Don Enrique Lopez Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Days After The Receipt Of Purchase Order. 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 (instructions To Bidders). Quantity Unit Of Issue Item Description 1 Unit Rescue Vehicle Specification: Engine Type: 2.8 Diesel, 4-cylinder, 16- Valve Dohc Variable Nozzle Turbo With Air Cooled Intercooler Engine Displacement: 2,755 Cc Maximum Output: 204/3,400 Ps/rpm Fuel Capacity: 80l Overall Length: 2,325 Overall Width: 1,900mm Overall Height: 1,845mm Wheelbase: 3,085mm Seating Capacity: 5 Power Transmission: 6-speed Mt W/ Imt Front Brake/ Rear Brake: Ventilated Discs/ Drum Type Tires: 265/60 R18 Wheel (size): 18” Alloy 3. 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Lgu - Barangay Don Enrique Lopez And Inspect The Bidding Documents At The Address Given Below During 8:00am - 12:00nn To 1:00pm - 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The City Government Of Mati Will Hold A Pre-bid Conference On January 16, 2025 At 10:00 Am At Bac Conference Room, Barangay Hall, Brgy. Don Enrique Lopez, City Of Mati, Province Of Davao Oriental, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before January 28, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 28, 2025 At 10:00 Am At The Given Address Below Bac Conference Room, Barangay Hall, Brgy. Don Enrique Lopez, City Of Mati, Province Of Davao Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu - Barangay Don Enrique Lopez Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: __________________________ - Head, Bac Secretariat Bids And Awards Committee Bids And Awards Committee Office, Barangay Hall, Barangay Don Enrique Lopez, City Of Mati, Province Of Davao Oriental 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph __________________________ Bac Chairperson Bill Of Quantities Item No. Scope Of Work Unit Quantity Unit Price Total Price 1. Rescue Vehicle Specification: Engine Type: 2.8 Diesel, 4-cylinder, 16- Valve Dohc Variable Nozzle Turbo With Air Cooled Intercooler Engine Displacement: 2,755 Cc Maximum Output: 204/3,400 Ps/rpm Fuel Capacity: 80l Overall Length: 2,325 Overall Width: 1,900mm Overall Height: 1,845mm Wheelbase: 3,085mm Seating Capacity: 5 Power Transmission: 6-speed Mt W/ Imt Front Brake/ Rear Brake: Ventilated Discs/ Drum Type Tires: 265/60 R18 Wheel (size): 18” Alloy Units 1 Total Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);and ⬜ (b) 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, And ⬜ (c) 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; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) 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 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 ⬜ (k) 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 ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or (m) 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 ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (o) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (p) [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. ⬜ (q) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Department Of Agriculture Tender
Agriculture or Forestry Works
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.2 Million (USD 71.7 K)
Details: Description Invitation To Bid For The Rebidding Of Lot 1: Supply And Delivery Of Two Thousand Eight Hundred Five (2,805) Bottles Biofertilizer 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2024 Intends To Apply The Sum Of Four Million Two Hundred Seven Thousand Five Hundred Pesos (php4,207,500.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rebidding Of Lot 1: Supply And Delivery Of Two Thousand Eight Hundred Five (2,805) Bottles Biofertilizer With Project Identification Number Da-rfo-1-2024-goods-087-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Item Description Quantity Unit Unit Cost Total Cost 1 Biofertilizer With Concentration Of Nitrogen-fixing Bacteria And Phosphate-solubizing Bacteria Packaging: 3.2 Liters/bottle 2,805 Bottle 1,500.00 4,207,500.00 Other Requirements: Must Have Undergone Yield Performance Trial In Region 1 Or In Areas With The Same Agro-ecological Zone Conducted Within 3 Years By Da-rfo, Philrice, Sucs Or Other Research Institutions And Shall Submit Results Of The Trial Signed By The Conducting Institution During Bid Opening. Trial Must Obtain Increase In Yield Compared To Farmers Practice Or Must Reduce At Least 2 Bags Of Inorganic Fertilizer Without Sacrificing The Yield. Manufacturing/production/formulation Date Not Earlier Than 6 Months From The Date Of Delivery Or Expiration Date Not Earlier Than August 2025 For Biofertilizer Product, Must Be Registered Under The Fertilizer And Pesticide Authority (fpa) And For Microbial Inoculants And Organic Soil Amendment (osa) Product, Must Be Registered Under The Bureau Of Agriculture And Fisheries Standards (bafs) With Valid Issued Cpr Containing Microorganism, Supported With Valid Laboratory Analysis Result From Any Fpa Accredited Or Recognized Laboratory, Or Any Laboratory Enumerated Under The Philippine National Standard (pns) For Organic Soil Amendments And Plant Supplements For Bafs Registered Product, Must Present A Certification From Bafs That The Product Is Considered Biofertilizer With Product Brochure Indicating The Package Of Technology And Requirement Per Hectare And Shall Provide Product Brochures During Delivery To Be Given To Farmers In Time Of Distribution With Notarized Certificate Of 100% Stocks Availability To Be Presented During Bid Opening And To Be Verified At Least 80% Stocks Available During Post-qualification With Enough Manpower Of At Least 1 Staff To Render Technical Assistance To Be Assigned Per The Provinces With Biofertilizer Allocation Packaging: With 1x1" Da Logo Sticker And "not For Sale" Printed Below The Logo Delivery Schedule: Fifteen (15) Calendar Days After Receipt Of The Notice To Proceed (ntp) Drop-off Points: Lot 1 (bottles) Da-iliarc, Bacnotan, La Union 1,405 Da-isrec, San Juan, Ilocos Sur 1,400 Total 2,805 Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days After The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 8-28, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 15 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 28 January 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 28 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 7, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2024-goods-087-r
Municipality Of San Nicolas, Batangas Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 800 K (USD 13.8 K)
Details: Description Republic Of The Philippines Province Of Batangas Municipality Of San Nicolas Invitation To Bid For The Improvement/ Rehabilitation Of Streetlights Along Circumferential Road At San Nicolas, Batangas 1. The Municipality Of San Nicolas, Through Continuing Appropriation - 20% Dev. Fund Intends To Apply The Sum Of Eight Hundred Thousand Pesos (php 800,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement/ Rehabilitation Of Streetlights Along Circumferential Road At San Nicolas, Batangas/ 2025 – I001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Nicolas Now Invites Bids For The Improvement/ Rehabilitation Of Streetlights Along Circumferential Road At San Nicolas, Batangas. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Municipality Of San Nicolas And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10, 2025 To February17, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 1,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 17, 2025 At 11:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 17, 2025, 2:00 Pm At Municipal Hall, Municipality Of San Nicolas, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Municipality Of San Nicolas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Engr. Manolito M. Montenegro Bac Chairman Brgy. Poblacion, San Nicolas, Batangas Manolito M. Montenegro Bac Chairman Section Iii. Bid Data Sheet Notes On The Bid Data Sheet This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb Included In Section Ii, And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, The Applicable Rules Regarding Bid Price And Currency, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing This Section, The Following Aspects Should Be Checked: (a) Information That Specifies And Complements Provisions Of Section Ii. Instruction To Bidders Must Be Incorporated. (b) Amendments And/or Supplements, If Any, To Provisions Of Section Ii Instruction To Bidders As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of San Nicolas. The Name Of The Contract Is Improvement/ Rehabilitation Of Streetlights Along Circumferential Road At San Nicolas, Batangas. The Identification Number Of The Contract Is 2025-i001. 2 The Funding Source Is: The Government Of The Philippines (gop) Through Lgu – San Nicolas, Batangas – Continuing Appropriation - 20% Dev. Fund The Budget For The Contract Approved By The Respective Sanggunian In The Amount Of Eight Hundred Thousand Pesos (php 800,000.00). The Name Of The Project Is Improvement/ Rehabilitation Of Streetlights Along Circumferential Road At San Nicolas, Batangas 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(a) No Further Instructions. 5.4(b) For This Purpose, Similar Contracts Shall Refer To Contracts Which Have The Same Major Categories Of Work. 8.1 Subcontracting Is Not Allowed. 8.2 Not Applicable. 9.1 The Procuring Entity Will Not Hold A Pre-bid Conference For This Project. 10.1 The Procuring Entity’s Address Is: J.p. Laurel St. Brgy. Poblacion, San Nicolas, Batangas Engr. Manolito. M. Montenegro 043-773-7119 10.4 No Further Instructions. 12.1 No Further Instructions. 12.1(a)(iii) No Further Instructions. 12.1(b)(ii.2) The Minimum Work Experience Requirements For Key Personnel Are The Following: Key Personnel General Experience Relevant Experience 12.1(b)(iii.3) The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 13.1 List Any Additional Requirements Or State “no Additional Requirements” 13.1(b) This Shall Include All Of The Following Documents: 1) Bid Prices In The Bill Of Quantities; 2) Detailed Estimates, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And 3) Cash Flow By Quarter Or Payment Schedule. 13.2 The Abc Is Eight Hundred Thousand Pesos (php 800,000.00). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 No Further Instructions. 15.4 No Further Instruction. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Will Be Valid Until June 16, 2025 (120 Calendar Days). 18.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: 1. The Amount Of Not Less Than 16,000.00 [2% Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. The Amount Of Not Less Than 40,000.00 [5% Of Abc] If Bid Security Is In Surety Bond. 18.2 The Bid Security Shall Be Valid Until June 16, 2025 (120 Calendar Days). 20.3 Each Bidder Shall Submit 1 (one) Original And 2 (two) Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Office Of The Bac Chairman, J.p. Laurel St., Brgy. Poblacion, San Nicolas, Batangas. The Deadline For Submission Of Bids Is February 17, 2025 At 11:00 Am. 24.1 The Place Of Bid Opening Is Municipal Hall, Municipality Of San Nicolas, Batangas The Date And Time Of Bid Opening Is February 17, 2025 At 2:00 Pm.. 24.2 No Further Instructions. 24.3 No Further Instructions. 27.3 All Infrastructure Projects Are Packaged In Lots Listed Below. Bidders Shall Have The Option Of Submitting A Proposal On Any Or All Lots And Evaluation And Contract Award Will Be Undertaken On A Per Lot Basis. Lots Shall Not Be Divided Further Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 27.4 No Further Instructions. 28.2 Other List Of Required Updated Licenses: Dti Business Name Registration Or Sec Registration Mayor’s Permit Tax Payer Identification Number Pcab Tax Clearance Philgeps Registration Audited Financial Statement 31.4(f) 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 Or Other Acceptable Tools Of Project Scheduling.
Province Of Iloilo Tender
Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 170 K (USD 2.9 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.pto-25-88-np (sv) Reference Pr No.pto-25-88 February 7, 2025 _________________________ _________________________ _________________________ (supplier’s Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 18, 2025 At 9:00 A.m. At The 5th Floor Bids And Awards Committee Office, Iloilo Provincial Capitol Building, Bonifacio Drive Iloilo City, After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos Only (p500.00) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱ 170,000.00 Place Of Delivery: Any Hotel Within Iloilo City Date Of Delivery: As Per Scheduled Date Of Activity Upon Receipt Of The Notice To Proceed Until December 31, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Food And Accommodation For 50 Pax For Two (2) Days And One (1) Night @php3,400.00/pax For 2 Days Training And Seminar Workshop On The Updates Of Lgu Integrated Financial Tools (lift) System Review And Analysis As To Encoding And Submission Of Esre 1st To 4th Quarters 2024 Reports Among Esre Focal Persons Of 42 Municipalities Of The Province Of Iloilo In A Hotel. 170,000.00 Inclusions: Podium/projector And Screen/lan Connection/wifi-internet Connection/public Address System/12 Hours Usage Of The Function Room/water And Coffee Station/flag Pole/white Board & Pens Menu: Day 1 Am Snacks: Pancit Molo With Bread And Juice Or Soda Lunch: Kbl, Chopsuey, Chef’s Fried Chicken, Beef Steak, Steamed Rice, Buko Pandan And Juice Or Soda Pm Snacks: Ube Ensaymada And Juice Or Soda Dinner: Sinigang Na Isda, Pancit Canton, Chicken Alexander, Breadded Pork Chop, Steamed Rice, Maja Blanca And Juice Or Soda Menu: Day 2 Breakfast: Beef Tapa, Fried Bangus, Sunny Side Up, Garlic And Soda Or Juice Am Snacks: Ham & Cheese Sandwich Lunch: Bulalo, Shanghai Rolls, Grilled Liempo, Chicken Afritada, Steamed Rice, Buco Salad And Juice Or Soda Pm Snacks: Tuna Sandwich And Juice Or Soda Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ____________________________________________________________ Bid Amount In Words: ________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.pto-25-88-np(sv) Reference Pr No.pto-25-88 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity Upon Receipt Of The Notice To Proceed Until December 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. Marie Jill L. Tamudtamud Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
7871-7880 of 8040 archived Tenders