Manpower Tenders

Manpower Tenders

Las Pi as General Hospital And Satellite Trauma Center Tender

Solid Waste Management
Philippines
Details: Description Terms Of Reference For The Collection, Transport And Disposal Of Biodegradable With General Waste Objective To Provide For All Necessary Labor, Hauling Vehicle, Crew, Equipment, Tools, Chemicals, Supplies And Materials, Sanitary Landfill And Permits Needed For An Efficient Garbage Collection And Disposal Service. Approved Budget For The Contract The Term Of This Contract Shall Be Effective Starting January 01, 2025 Until December 31, 2025, With A Total Approved Budget For The Contract (abc) Amounting To One Million Five Hundred Thousand Pesos (p1,500,000.00) Which Corresponds To 150,000 Kilograms Of Waste. Project Scope The Contractor Shall Provide Collection, Hauling And Disposal Services To Cover All Administrative Waste Materials And Debris Deposited In Designated Areas Within The Lpgh&stc Premises At Least Two (2) Times Per Week. The Contractor Shall Clean The Garbage Disposal Area After Collection Of Waste. Specification Of Services To Be Procured The Contractor Shall Furnish All Materials, Supplies, Chemicals, Equipment (including Hauling Vehicle) And Tools Necessary To Properly Perform The Task Specified In The Contract. Manpower Requirement The Contractor Shall, At All Times, Provide Supervisory And Working Personnel According To The Collection Schedule. A Driver With A Minimum Of Two (2) Crew Members / Laborers For Every Vehicle Shall Be Deployed. Standards The Hauling Vehicle Shall Comply With The Garbage Collection Truck Standards Or Other Requirements That May Be Set By The Metro Manila Development Authority And / Or Concerned Local Government Unit. Other Information 1. The Contractor Shall Be Under Obligation To Adhere To The Following Requirements, While Carrying Out His Functions And Responsibilities During The Implementation Of This Contract: 1.1 Collection And Disposal. The Contractor Shall Collect All Wastes From Designated Areas Of Lpgh&stc. Collection Shall Be Done At Least Two (2) Times Per Week. The Contractor Shall Provide For A Suitable Dumping Site Outside Of The Lpgh&stc Premises. 1.2 Vehicle Requirements One (1) Truck With A Capacity Of At Least 10 Cubic Meters. There Must Also Be A Back-up Truck Available In Case The Other Truck Is Temporarily Out Of Commission. 1.3 Damaged Facilities. The Contractor Shall Be Held Responsible And Liable For Damage To Lpgh&stc Facilities And Utilities During The Performance Of The Contracted Services. The Lpgh&stc Shall Be Compensated Based On The Cost Of Repair Or, If Not Possible, Replacement, As May Be Determined By The Lpgh&stc. 2. The Contractor Shall Secure And Pay All The Necessary Fees, Permits, Tipping Fee And Other Fees, And/or Licenses Incidental To Or Connected With The Disposal Of The Garbage From The Lpgh&stc To The Designated Disposal Facility. The Contractor Shall Be Responsible For Securing The Permit To Dump And Ensuring That The Same Has Validity And/or Approval To Cover The Duration Of The Contract. 3. The Contractor Undertakes That Hauling, Transportation And Proper Disposal Of The Lpgh&stc’s Waste Shall Be In Accordance With The Requirements And Regulations Of The City Environment And Natural Resources Office (cenro), Sanitation Code Of The Philippines, And Ecological Solid Waste Management Act Of 2000 As Well As All Pertinent Local Ordinances And Other Relevant Law, Rules And Regulations On Waste Disposal. 4. The Contractor Must Have Updated Official Receipt (or) Of The Truck And Certificate Of Registration (cr). 5. The Contractor Must Have Authorized Driver With Updated Driver’s License To Drive The Designated Truck To Be Used In The Collection, Transportation And Disposal. 6. The Contractor’s Authorized Driver Must Have Latest Drug Test. 7. Subcontracting For The Hauling, Transport, And Disposal Of The General Wastes Is Not Allowed. 8. The Contractor Shall Issue General Waste Manifest Form For Every Collection That Shall Be Witnessed And Signed By Both Party Representatives. During The Collection, Housekeeping Personnel Will Witness The Total Kgs. Of Waste Thru Signing The Manifest. The Weight Of The Drum Will Be Deducted To The Total Of Kgs. Of The Waste. 9. The Contractor Shall Provide Empty Drums/bins With Lid For Collected Waste That Are Ready For Transport. 10. Any Violation By The Contractor Of The Terms Of Reference Shall Be Sufficient Ground For Termination Of The Contract. The Lpgh&stc Shall Have The Option To Terminate The Contract Anytime During Its Effective Term Should Lpgh&stc Not Be Satisfied With The Contractor’s Services. Schedule Of Collection And Hauling Garbage Collection And Hauling Shall Be Conducted Two (2) Times Per Week To Be Determined By Lpgh&stc. Loading Of Garbage Into The Truck Shall Be Made In The Presence Of And With The Consent / Knowledge Of The Lpgh&stc Authorized Representative And Who Shall Certify For Each Hauling Undertaken And Compliance With. The Lpgh&stc Shall Have The Option To Amend The Schedule Of The Waste Materials Collection And Disposal. If For Any Reason The Contractor Would Be Unable To Haul The Waste Material / Garbage On Any Of The Agreed Scheduled Day Of Collection, The Waste Material/garbage Shall Be Collected Immediately And An Additional Day Shall Be Added To The Monthly Schedule. Terms Of Payment 1. Payment Shall Be Based On The Actual Weight Of The Collected Garbage. 2. The Monthly Billing Statement Shall Be Submitted To The Lpgh&stc Within The First Week Of The Month Following The Billing Month, With All Complete Supporting Documents Attached. 3. Lpgh&stc Shall Pay The Contractor A Service Fee Of Php 15.00 Per Kilogram. 4. All Payment Shall Be Subject To The Applicable Taxes, And Existing Accounting And Auditing Rules And Regulations Applicable To Lpgh&stc.
Closing Date19 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)

SOUTHERN TAGALOG REGIONAL HOSPITAL Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description 1. The Southern Tagalog Regional Hospital (strh) Intends To Procure Mechanical Assessment, Design Including Construction/ Repair/ Improvement/ Upgrading/ Establishment Of: 1. Automatic Fire Suppression Systems; 2. Additional Slab For Dead End Pocket; 3. Protective Enclosure Of Fire Exit Stair; 4. Installation Of Window Grilles Of Sen. Ramon B. Revilla Sr. Building (building 5) With An Approved Budget For The Contract (abc) Of Six Million Four Hundred Thousand Pesos Only (p6,400,000.00). 2. The Strh Bids And Award Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two Failed Bidding Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From Bac Secretariat At The Address Given Below From Monday To Friday, At 8:00am To 4pm. 5. The Strh Will Hold A Negotiation Meeting On February 14, 2025 3:00 Pm At Sao’s Office, 2nd Floor Bldg. 4, Which Shall Be Open To Registered Prospective Bidders Only. 6. A Complete Set Of Negotiated Documents May Be Obtained By Contacting The Bac Secretariat At The Contact Number Given Below. You May Also Download The Same From Www.philgeps.gov.ph And From Strh.doh.gov.ph. 7. Three (3) Copies Of The Proposal (one Original And Two Photocopies) With Proper Indexing And Marking Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am Of 19 February 2025/wednesday. Late Submission Shall Not Be Accepted. 8. Bid Opening Shall Be On 19 February 2025/wednesday, 10:00 Am At Uhc Conference Room, 3rd Floor Building 3, Strh, Brgy. Habay Ii, Bacoor City, Cavite 9. Interested Bidders Shall Submit Their Documents In Sealed Envelope, Labeled As: (please See Bidding Documents) 10. The Strh Reserves The Right To Reject Any, And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat Office Southern Tagalog Regional Hospital, Habay Ii, Bacoor, Cavite Bacsec@strh.doh.gov.ph 0966-0888842 A. Eligibility And Technical Documents 1st Envelope (technical Components) Class “a” Documents Legal Documents A Valid Philgeps Registration Certificate (platinum Membership) (all Pages); In Accordance With Section 8.5.2 Of The Irr A.1 Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document A.2 Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; A.3 Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). A.4 The Supplier’s Audited Financial Statements For 2022-2023, 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 A.5 Philippine Contractors Accreditation Board (pcab) License: Catagory: License Category _________________________, Size Range: _________________________ Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And B (form 3) Statement Of The Prospective Bidder Of All Its On-going Government And Private Design/ Design And Build Contract Including Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid (original); And Related Experience: 50% Of Abc Or _________________________ C (form 4) 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 (original); Related Experience: 50% Of Abc Or _________________________ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contract Shall Refer To Design And Build Project, Including Automatic Fire Protection System. Which Shall Be Completed Within Five (5) Years Prior To The Date Of Submission Of The Best And Final Offer. Any Of The Following Documents Must Be Submitted Corresponding To Listed Contracts Per Submitted: • Notice Of Award • Purchase Order/contract • Notice To Proceed D Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And Validity: One Hundred Twenty (120 Cd) Calendar Days From The Date Of The Opening Of Bids E Project Requirements, Which Shall Include The Following: E.1 Design And Build Organizational Chart For The Contract To Be Bid E.2 List Of Contractor’s Key Personnel [safety Officer (as Per Dole D.o. 198 S.2018), Project Manager, Project Engineers, Materials Engineer (as Per Dpwh D.o. 111 S. 2018), And Foremen], To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; Shown In Matrix With Curriculum Vitae Including Copy Of Updated Licenses Or Proof Of Renewal Of Their Licenses, If Expired. (if, Applicable) Note: • Fulltime Nurse = 50-200 Workers • Physician = 200-300 Workers See Dole D.o 198 S. 2018 Sec. 15: Occupational Health Personnel Facilities E.3 List Of Contractors (or Joint Venture) Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And E.4 Manpower Schedule (indicate The Total Number (numerical Value) Of Manpower (employee’s And Laborers) F Affidavit Of Site Inspection Executed By The Same Person Who Visited The Site. The Person Must Be Key Personnel Of The Company Preferably Civil Engineer/ Architect, With Supporting Certificate Of Appearance From Engineering And Facilities Management Section Engineer/s Or End-user. G Original Duly Signed Omnibus Sworn Statement (oss) -revised; 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. H The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. For Committed Line Of Credit (clc): Abc To Be Bid; Amount, Which Should Be At Least Equal To Ten Percent (10%) Of The Abc; And Name Of Issuing Foreign Universal Or Commercial Bank, As Confirmed Or Authenticated By A Local Universal Or Commercial Bank I If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. J Construction Safety And Health Program Of The Contractor As Required By The Department Of Labor & Employment (if Awarded, It Should Be Stamped Received By Dole) – Department Order No. 198 Series Of 2018 Section 15. Irr Of Ra No. 11058 Entitled “an Act Strengthening Compliance With Occupational Safety And Health Standards And Providing Penalties For Violations Thereof” K Design And Construction Methods In Narrative Form L Preliminary Conceptual Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity Duly Signed By The Owner/ Authorized Representative And Engineer/ Architect – Architectural, Structural, Mechanical, Electrical, And Sanitary/ Plumbing (a3 Size) M Value Engineering Analysis Of Design And Construction Method N Statement Of Availability Of Key Personnel That May Be Used For The Contract, And Availability Of Equipment Owned, Under Lease And/ Or Has Under Purchase Agreements That May Be Used For The Contract. O Duly Signed Terms Of Reference (tor) Every Page By The Contractor Or Its Duly Authorized Representative. P Attach A Certification Stating That The Company Is Not Associated To And Or Funded By Tobacco Company Or Tobacco Industry. (notarized) Q Invitation To Bid (signed By The Bac Chairperson) R Bid Bulletin, If Any (photocopy) S Bidding Documents Fee Official Receipt (photocopy) T Bir Form 2303 (certificate Of Registration) U Latest Income And Business Tax Returns (photocopy) Only Tax Returns Filed And Taxes Paid Through The Bir Electronic Filing And Payment System (efps) Shall Be Accepted (gppb Res. 11-2013). (to Be Submitted On The Day Of The Submission And Opening Of Bids Or Within Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That The Bidder Has The Lowest Calculated Bid Or Highest Rated Bid): Note: (a.) Latest Annual Tax Return Filed Thru Electronic Filing And Payment System (efps) And Must Be Duly Validated With Tax Payment Made Thereon For The Preceding Tax Year Be It On A Calendar Or Fiscal Year Income (per Revenue Regulations 3-2005) (b.) Latest Business Tax Return Filed Thru Electronic Filing And Payment System (efps) Be Duly Validated With Tax Payments Made Thereon Also Refers To The Value Added Tax (vat) Or Percentage Tax Return Covering The Previous Six (6) Months (june 2024-december 2024) (per Revenue Regulations 3-2005). 2nd Envelope (financial Component) A Lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form; And B Duly Accomplished Detailed Estimates (bid Prices In Bill Of Quantities) Per Project Including Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid; And C Cash Flows By The Quarter And Payments Schedule. 12. Term Of References (annex A) And Special Conditions Of The Contract (annex "b") Duly Signed Every Page By The Contractor Or Its Duly Authorized Representative Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of The Ra 9184 And Other Related And Applicable Laws. 13. The Head Of The Procuring Entity Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Nit Award The Contract In Accordance With Section 41 Of The 2016 Revised Implanting Rules And Regulations Issued This 10th Day Of February 2025 Rebecca Ann V. Gabor, Md, Fpogs, Mmhoa Chairperson, Bids And Awards Committee
Closing Date19 Feb 2025
Tender AmountPHP 6.4 Million (USD 110.6 K)

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Details: 1. Synopsis this Is A Sources Sought Announcement In Accordance With Far 15.201 And In Anticipation Of A Potential Future Procurement. This Is Not A Request For Proposal (rfp). No Solicitation Exists At This Time. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. the Naval Sea Systems Command (navsea) Is Conducting Market Research To Assess Industry Capability To Support The U.s. Navy In Continued Fielding And Maintenance Of The Total Ship Computing Environment Infrastructure (tscei) And The Zumwalt Combat System (zcs) Total Ship Computing Environment (tsce) Core Software. Tscei Hardware And Tsce Core Software Is The Heart Of Zcs. The Government Is Seeking Responses From Sources With The Facilities And Proficiency Required To Execute Any Of The Capabilities Listed In Enclosure 1. 2. Response Requirements responses Shall Be Limited To A Total Of 10 Pages, 1-inch Margins, Single-sided, 10-point Times New Roman Font Or Larger. Figures/graphs/tables Can Be Included Within The Page Limit With 8-point Font Or Larger Text. Responses Shall Be Submitted In Microsoft Word Or Adobe Acrobat Portable Document Format (pdf) And Reference: N00024-25-r-5507 – Sources Sought Navy Tscei. Each Page Must Be Counted Except For The Following: cover Page company Information size Status interested Parties Shall Submit One White Paper Including The Company Name, Telephone Number, Mailing Address, Duns Number, Cage Code And E-mail Address Of One Point Of Contact. provide Number Of Employees Employed By Company’s Business Unit Considering This Opportunity, And The Geographic Locations. identify Contracts Within The Last Five (5) Years With Similar Scope And Provide Brief Overview Of Company Responsibilities And Magnitude Of Its Role. if A Small Business, Identify Type Of Small Business (e.g. 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned). industry Shall Address Whether They Have A Minimum Secret Level Facility Security Clearance. the White Paper Should Demonstrate The Company's Capabilities And Experience To Design, Build, Integrate, Test, And/or Produce Applicable Combat System Elements And/or Subsystems To Support The Tscei. Failure To Provide A Response Does Not Preclude Participation In Any Possible Future Rfp, If Issued. a.) Introduction — Provide A Brief Company Introduction And Relevant Details Of The Company/organization, Including Any Potential Teaming Approach. Additionally, Interested Parties Shall Identify If Their Company Has The Capability To Be A Prime Contractor Or If It Is Only Interested In Subcontracting Opportunities. b.) Capabilities — Succinctly Address The Contractor’s Ability To Manage The Types And Magnitude Of Tasking, Technical Ability To Perform The Task, And The Capacity To Conduct The Requirements Of The Task. c.) Experience —this Section Should Include Specific Demonstrated Capabilities, Knowledge, And Experience For Each Capability. Identify Any Demonstrated Expertise And Experience That Can Be Directly Applied To The Development And Evaluation Of Navy Combat System Capabilities. Does Your Company Have A Satisfactory Performance Record For The Type Of Work Required? Please Provide Examples Of Relevant And Recent (within Five Years) Past Performance. d.) Place Of Performance — Provide The Expected Place Of Performance. Identify Existing Facilities For Manufacturing, Assembly, And Component, Subsystem, And System Integration, Qualification, Production, And Testing Required To Support Tscei On Zumwalt Class Destroyers. e.) Barriers To Competition — Identify Any Obstacles To Competition As A Prime And/or Subcontractor For The Proposed Scope For This Tscei Effort. In Addition, The Company May Recommend Solutions Or Mitigation Paths For The Navy To Overcome The Obstacles. 3. Disclaimer this Sources Sought Is Issued Solely For Market Research Purposes. It Does Not Constitute A Rfp Or A Promise To Issue An Rfp In The Future. This Sources Sought Does Not Commit The Government To Solicit Offers Or Award A Contract. The Information Provided In This Sources Sought Is Subject To Change And Is Not Binding On The Government. The Government May Request Further Information Regarding Respondents’ Self-assessed Capabilities And May Request A Presentation And/or A Site Visit. Any Such Requests Would Not Signify Preference Nor Solicitation. Respondents Are Advised That All Costs Associated With Responding To This Sources Sought Will Be Solely At The Interested Parties’ Expense, And The U.s. Government Will Not Pay For Any Information Or Costs Incurred Or Associated With Submitting A Response To This Sources Sought. Information Submitted In Response To This Source Sought Will Become The Property Of The United States Government. Submitters Should Properly Mark Their Responses With The Appropriate Restrictive Markings. Information That Is Proprietary Or Competition Sensitive Will Be Protected From Disclosure Under The Public Records Law Only If Properly Labeled As Such.anticipated Place Of Performance Will Be At The Awarded Contractor's Location. 4. Response Due Date And Government Points Of Contact interested Companies Should Provide A Response On Or Before 3:00 Pm Est, 13 Jan 2025. The Submission Should Include One Electronic (virus Scanned) Copy Sent Via E-mail To The Contracting Officer At William.j.jee.civ@us.navy.mil. Please Include The Source Sought Title In The Subject Of The E-mail. all Information Received That Includes Proprietary Markings Will Be Handled In Accordance With Applicable Statutes And Regulations. An Acknowledgement Of Receipt Will Be Provided For All Responses Received. If You Do Not Receive An Acknowledgement Within Two Working Days, Please Notify The Points Of Contact Listed In This Notice. enclosure (1): a.) Several Assumptions And Constraints Of The Total Ship Computing Environment Infrastructure (tscei) And Total Ship Computing Environment (tsce) Systems Should Be Taken Into Account For Any Responses, Including: tscei Which Includes Core Data Processing And Ship-wide Network Infrastructure Will Be Modernized To Support Infrastructure As A Service (iaas). Tscei Integrates The Ship's Combat System, Sensors, Weapons, Command-and-control Ship Control, And Integrated Communications Functions Into A Cohesive And Unified System. primary Mission Of The Ddg 1000 Class Is Surface Strike. a Technical Data Package (tdp) Is Not Available For Either Tscei Hardware Or Tsce Software At This Time. b.) Specific Elements That Interface With Tscei Include, But Are Not Limited To: mk57 Peripheral Vertical Launching System (vls)​ cooperative Engagement Capability (cec)​ identification Friend Or Foe (iff)​ tomahawk Tactical Weapon Control System (ttwcs)​ evolved Sea Sparrow Missile (essm) All Up Round(aur)​ sps-73/surface Search Radar horizon And Surface Search Phased Array Radars standard Missile Aur Family​ tomahawk Aur​ surface Electronic Warfare Improvement Program(sewip) / Slq-32​ integrated Communications Controller (icc)​ inertial Navigation System (ins) / Wsn-7/9​ engineering Control System (ecs)​ conventional Prompt Strike (cps)​ / Large Missile Vertical Launch System (lmvls) zumwalt Operating Environment Trusted Virtualenvironment (zoetve) global Command And Control System-maritime (gccs-m) common Data Link Management System (cdlms) shipboard Gridlock System With Auto Correlation (sgs/ac) navigation Sensor System Interface (navssi)/ Global Positioning System-based Positioning, Navigation And Timing Services (gpnts) moriah Wind System (mws) mk46 Gun Weapon System nixie / Slq-25c/e on-board Trainer (obt) / Navy Continuous Training Environment (ncte) electro-optics Surveillance integrated Broadcast System (ibs) satellite Communication (satcom) c.) The Government Is Seeking Input From Industry To Determine If There Are Sources With The Facilities And Proficiency Required To Execute Any Or All Of The Below Capabilities. Providing A Subset Response To The Below Capabilities Is Acceptable: technical Leadership, Including Integration, Coordination, And System Engineering Across The Program For Successful Integration Of All Combat System, Strategic System, Hm&e Control System, And Command, Control, Communication, Computer, Cyber And Intelligence (c5i) System Elements systems Engineering, Including Model-based Systems Engineering, To Support The Zumwalt Class Destroyer Platform Combat System Design, Development And Testing . Engineering Development Efforts Include: requirements Analysis system Architecture subsystem, Component, And Test Requirements Development design Analysis And Design Integration cybersecurity Engineering network Engineering modeling & Simulation system Integration, Verification And Validation Testing To Support Combat System Certification software Development Within A Devsecops Environment, Including Coding, Testing, Integration, Deployment, And Maintenance Of Software Products. Software Development Efforts Include: compute Hardware And Network Switch Obsolescence Management infrastructure As A Service platform As A Service software As A Service continuous Authority To Operate/certificate-to-ship experience With Goals Questions Indicators Metrics (gqim) Approach To Software Sustainment And Development sustainment / Integrated Logistics Support (ils), Including Lifecycle Support Necessary To Maintain Tscei Hardware. Sustainment / Ils Efforts Include: diminishing Manufacturing Sources And Material Shortages (dmsms) Management, Includes Identifying Obsolescence Issues, Implementing Resolutions, Providing Crew And In-service Engineering Agent (isea) Technical Reach Back On Dmsms Issues ils Product Maintenance, Including Interactive Electronic Technical Manuals (ietms)/tech Manuals, Planned Maintenance System (pms) Maintenance Installation Plan (mip)/maintenance Requirement Cards (mrcs), Fleet Introductory Training (fit), Configuration/provisioning Data, Incorporating Baseline Updates Stemming From Engineering Change Proposals (ecps) Or Feedback Report Changes configuration Management repair Support And Services, Including Support As Interim Depot For Repair/replace Of Failed Depot Level Repairable Assets life Cycle Transition Support reliability, Maintainability And Availability (rma)/failure Reporting Analysis And Corrective Action System (fracas) depot Capability participation In Government Chaired Software And Hardware Sustainment/ Improvement/maintenance Process For Configuration Control Boards (ccbs) And Other Related Meetings Including, But Not Limited To Risk Review Boards, Executive Steering Committees, Technical Interchange Meetings, Integrated Product Team Meetings, And In-process Reviews. capability To Maintain/update Software And Hardware Related Documentation, Specifications, And Operational Training Curriculum. capability To Develop, Deliver, And Maintain Technical Data Packages (tdps). capability To Develop And Maintain Zcs Baseline Configuration Definition Documents (cdds). experience With Software Installation Aboard In-service And Shore Installations. technical Team Support To The Fleet Via The Deployment Of Ship Riders. integrated Activation And Testing, Including Test Plan Development, Test Sequencing, And Support. facilities And Manpower To Manufacture, Integrate, Install, And Support Combat System Equipment On The Zumwalt Class. facilities And Manpower To Support Land-based Integration, Testing, And Certification. d.) These Potential Efforts Do Not Reflect Any Endorsement By The Department Of Defense Nor Do They Reflect Any Policy Considerations That May Apply To Any Given Concept (e.g., Basing Arrangements, Treaty Compliance, Etc.). e.) This Sources Sought And Related Information Will Be Available Only Through The Internet At The Sam.gov Website (https://sam.gov/). The Government Will Not Provide Information In Response To Any Written, Telephone, Or Facsimile Requests. f.) Distribution Of All Future Information About This Sources Sought Will Be Through The Sam.gov Website. Interested Parties Are Responsible For Monitoring The Sam.gov Website To Assure They Have The Most Up-to-date Information On This Notice. Please Visit Said Website And Faqs For Information And Assistance Regarding Any Downloading Or Other Issues.
Closing Date13 Jan 2025
Tender AmountRefer Documents 

Amadeo Water District Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Office Of The Bids And Awards Committee ________________________________________ Request For Quotation Procurement Of Security Services For Amadeo Water District For Cy 2025 (rfq # 2025 – 002) The Amadeo Water District, Herein Referred To As The “purchaser”, Through Its Bids And Awards Committee (bac), Intends To Procure “security Services For Amadeo Water District For Cy 2025” In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Three Hundred Nineteen Thousand Pesos (php 319,000.00). The Period For The Performance Of Obligations Shall Not Go Beyond The Validity Of The Appropriations For This Project. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than January 23, 2025, 9:00 Am At Amadeo Water District. Quotations May Also Be Submitted Through Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of Mayor’s/business Permit. The Omnibus Sworn Statement (gppb Prescribed Forms), Income/business Tax Return (for Abc’s Above Php 500k) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (046) 483-1508 Or Email Address At Amadeowd@yahoo.com. Moneth G. Baybay Bac Secretariat Technical Specification 1. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. 2. Bidders Must State “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Item Description/specifications Total Quantity Bidder’s Statement Of Compliance Total Amount Per Month Total Amount For 11 Months 1 Manpower Requirement One (1) Security Guard, Preferably Male, On 12-hour Shift Daily (7am To 7pm), Seven (7) Days A Week (inclusive Of Holidays), Who Shall Inspect, Monitor, Secure And Guard The Areas Occupied By The Amadeo Water District Office. Contract Period: Eleven (11) Months From February 1, 2025 To December 31, 2025 (include Also A Breakdown Of Costs Specifying The Minimum Daily Wage, Amount Paid Directly To Guard And Amount Paid To Government In Favor Of Guard). 1 Lot Terms Of Reference A. Scope Of Work 1. Objective: • To Safeguard All Assets Owned By Awd Against Theft, Pilferage, Vandalism, Robbery, And Any Form Of Harm To Awd Staff Within The Office Premises. 2. Security Personnel Requirements: • Provide Awd With A Specified Number Of Security Guards Possessing The Following Qualifications: • Filipino Citizenship. • High School Graduation Or Ex-servicemen Status. • Aged Between 21 And 50 Years. • Demonstrated Good Moral Character Without Any Criminal Or Police Record. • Successful Completion Of A Neuropsychiatric Test. • Screening By The Philippine National Police (pnp). 3. Responsibilities: • Ensure Continuous Presence And Coverage Of The Designated Area Of Responsibility (aor) Throughout The Contract Duration. • Maintain Available Relievers And/or Replacements As Needed. • Submit Monthly Status And Incident Reports To Awd. 4. Liability: • Indemnify Awd For Any Loss, Damage, Or Expenses Resulting From The Security Guard's Failure To Perform Duties, Subject To Conditions Outlined In The Contract. B. Equipment/supplies Requirements 1. Basic Equipment: • Prescribed Basic Uniform, Nightstick, Whistle, Timepiece, Writing Pen, Log Book, Flashlight, Service Firearm, And Handcuff. • The Security Agency Is Responsible For Ensuring Availability And Issuance Of Basic Equipment To Its Guards. 2. Equipment Maintenance: • Security Agency Must Ensure Regular Inspection And Operability Of Basic Equipment Issued To Guards. C. Qualifications Of The Security Agency 1. License Requirements: • Hold A Valid License To Operate From The Supervisory Office For Security And Investigation Agency (sosia). • Possess A Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate. D. Responsibilities Of The Security Agency 1. Compliance: • Ensure Discipline, Administration, And Operations Of Security Guards Comply With Relevant Laws, Regulations, And Awd Policies. 2. Employment Relationship: • Clarify That No Employer-employee Relationship Exists Between Awd And Security Agency Personnel. 3. Financial Obligations: • Timely Remittance Of Employee Contributions To Relevant Government Agencies. E. Additional Terms And Conditions Of The Contract 1. Personnel Information: • Provide Awd With Individual Personnel Profiles, Technical Qualifications, And Training Certificates Of Assigned Security Guards. 2. Performance Monitoring: • Maintain Satisfactory Performance Based On Defined Criteria. • Allow Awd To Remove Guards Found Unsatisfactory. 3. Incident Reporting: • Report Any Unusual Occurrences Immediately To Awd. 4. Legal Compliance: • Adherence To Labor Laws, Rules, And Regulations Governing Employer-employee Relationships. 5. Financial Accountability: • Assume Liability For Any Loss Or Damage To Awd's Property Within Guarded Premises. F. Payment Terms • Monthly Payment Upon Submission Of Required Documents, Including Dtrs, Proof Of Remittances, And Billing Statements. G. Liquidated Damages And Litigation Expenses • Security Agency Liable For Liquidated Damages In Case Of Breach. • Security Agency To Reimburse Awd For Litigation Expenses In Case Of Legal Action Due To Non-compliance Or Negligence. *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter The Delivery Date To The Project Site. Item Description Total Quantity Delivery 1 Procurement Of Security Services For Amadeo Water District For Cy 2025 One (1) Security Guard, 12-hour Shift Daily (7am To 7pm), Seven (7) Days A Week, Inclusive Of Holidays 1 Lot Within Eleven (11) Months From Receipt Of Notice To Proceed
Closing Date23 Jan 2025
Tender AmountPHP 319 K (USD 5.4 K)

BARANGAY BONE SOUTH, ARITAO, NUEVA VIZCAYA Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Vizcaya Municipality Of Aritao Barangay Banganan Bids And Awards Committee Itb – Banganan Goods - 25-01-01 Invitation To Bid For Rehabilitation Of Materials Recovery & Vermin Facility At Barangay Hall Banganan, Aritao, Nueva Vizcaya 1. The Barangay Local Government Unit Of Banganan, Aritao, Nueva Vizcaya, Through Its 2020-2024 Barangay Development Fund Intends To Apply The Sum Of Ninety-six Thousand One Hundred Eighty-seven Pesos & 39/100 (p 96,187.39) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Said Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Local Government Unit Of Banganan, Aritao, Nueva Vizcaya Now Invites Bids For The Furnishing And Delivery Of Goods For The Above Project. Delivery Of Goods Is Required Within Thirty Days. Bidders Should Have Completed A Contract Similar To The Project Within Three (3) Years From The Date Of Submission And Receipt Of Bids. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of The Country The Laws And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 9184 And Subject To Commonwealth Act 138. Technical And Financial Documents: I. Technical Component Envelope: Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) 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 ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The 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 ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [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. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 4. Prospective Bidders May Obtain Further Information From The Bac Secretariat Of Barangay Banganan, Aritao, Nueva Vizcaya, And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am – 5:00 Pm (monday To Friday) 5. Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025, From The Bac Secretariat And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees If Bidding Documents Were Downloaded Through The Website. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 27, 2025, At 10:00 Am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In A Prescribed Amount. 8. Bid Opening Shall Be On January 27, 2025, At 1:30 In The Afternoon At Barangay Hall, Banganan, Aritao, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Local Government Unit Of Banganan, Aritao, Nueva Vizcaya Reserves The Right To Accept 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 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ms. Marie P. Tabayoyong Bac Secretariat Banganan, Aritao, Nueva Vizcaya You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website January 17, 2025 Lorena C. Caldito Bac Chairperson Noted: Godilla D. Gaduang Punong Barangay
Closing Date27 Jan 2025
Tender AmountPHP 96.1 K (USD 1.6 K)

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Materials – Construction Of Drainage Canal Cover (existing Drainage Canal) – Brgy. Tubtubon With The Following Details; Total Abc P 884,095.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Drainage Canal Cover (existing Drainage Canal) – Brgy. Tubtubon Lot 1 Hardware 720 Bags Portland Cement (type 1) Delivered To Ajong Warehouse 420 Length 16 Mm Ø X 6.0 M Def. Rsb 405 Length 12 Mm Ø X 6.0 M Def. Rsb 150 Kls #16 Gi Tie Wire 25 Pcs Hacksaw Blade, Good Quality 50 Kls 4” Cw Nails 40 Kls 3” Cw Nails 20 Kls 1½” Cw Nails 2 Rolls Trapal, Good Quality 30 Length 4” Ø Pvc Pipe, Sanitary S500 2 Mtrs Mesh Wire (ayagan) 40 Shts ½” Thk X 4’ X 8’ Marine Plywood 25 Pcs Empty Boulder 2 Kls #80 Nylon 2 Rolls Caution Tape (yellow) Approved Budget Contract P 596,145.00 Bidders Bond 2% Of The Approved Budget P 11,922.90 Lot 2 Aggregates 60 Cum Mixing Sand – River Source 85 Cum 1” Ø Round Gravel – River Source Approved Budget Contract P 139,000.00 Bidders Bond 2% Of The Approved Budget P 2,780.00 Lot 3 Lumber 250 Pcs 2” X 2” X 12’ Coco Lumber 250 Pcs 2” X 3” X 12’ Coco Lumber 200 Pcs 2” X 4” X 12’ Coco Lumber 45 Pcs 2” X 8” X 12’ Coco Lumber Approved Budget Contract P 144,600.00 Bidders Bond 2% Of The Approved Budget P 2,892.00 Lot 4 Signage 1 Pc Coa Tarpaulin Signage 2.4m X 2.4m 1 Pc Construction Tarpaulin Signages 0.54m X 0.76m Approved Budget Contract P 4,350.00 Bidders Bond 2% Of The Approved Budget P 87.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 21-28, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 28, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
Closing Date28 Jan 2025
Tender AmountPHP 884 K (USD 15 K)

Municipality Of Sibunag, Guimaras Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-005– Construction Of Septic Vault For Health Care Waste The Municipality Of Sibunag Through The 2025 20% Df (construction Of Septic Vault For Health Care Waste) Intends To Apply The Sum Of One Hundred Thousand Pesos (p100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-005– Construction Of Septic Vault For Health Care Waste. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-005– Construction Of Septic Vault For Health Care Waste Bids Delivery Of The Infra Is Required Within Twenty (30) Calendar Days. Bidders Should Have Completed A Contract Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Con-tained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regu-lations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Re-form Act”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Phil-ippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Simi-lar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 31 To Feb-ruary 10, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bid-ding Documents In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of To February 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 7. Bid Opening Shall Be On 1:15 Pm Of To February 10, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representa-tives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bid-ding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bid-ders. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Construction Of Septic Vault For Health Care Waste Project Location:mun. Site , Dasal, Sibunag, Guimaras Date/time Of Bidding: To February 10, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost I. Structure Exacavation Cu.m. 30.00 Ii. Reinforced Concrete Works W/ Formworks Cu.m. 3.20 Iii. Masonry Works W/ Plastering Sq.m. 25.00 Iv. Indirect Cost Lot 1.00 Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Words, Which Shall Be: Construction Of Septic Vault For Health Care Waste 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Be-low: Construction Foreman Skilled Mason Skilled Carpenter Skilled Electrician Skilled Welder Skilled Painter Unskilled Laborer Key Personnel General Experience Relevant Experience Building Construction Within 5years Of Experience Electrical Works Within 5years Of Experience 10.5 The Minimum Equipment Requirements Are The Following: Welding Machine Electric Drill Electric Sander Bar Cutter 1 Bagger Concrete Mixer Equipment Capacity Number Of Unit At Least 1 Unit 12 [insert Valve Engineering Clause If Allowed] N/a 15.1 The Bid Securing Be In The Form Of A Bid Securing Declaration Or Any Of The Follow-ing Forms And Amounts: A. The Amount Of Not Less Than P2,000.00(2%) Of P______if Bid Securing Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit: B. The Amount Of Not Less Than P5,000.00 (5%) Of P_________if Bid Security Is In Surety Bond. 20.3 Each Bidder Shall Submit [one (1)] Original And [two (2)] Copies Of The First And Second Components Of Its Bid. 21 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 Sched-ule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.
Closing Date10 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Materials – Rehabilitation-reconstruction Of Magatas Barangay Road (intermittent Section) With The Following Details; Total Abc P 1,449.265.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials - Rehabilitation/reconstruction Of Magatas Barangay Road (intermittent Section) Lot 1 Hardware 2502 Bags Portland Cement Type 1 (delivered On Site) 80 Length 16 Mm Ø X 6.0 M Def. Rsb (delivered On Site) 40 Kls 4” Cw Nails 15 Kls 3” Cw Nails 15 Pcs Hacksaw Blade, Good Quality 2 Rolls Trapal, Good Quality 1 Roll Caution Tape 25 Length 1½”ø Gi Pipe S40 5 Shts .5mm Thk X 8’ Gi Plain Sheet 10 Kls Welding Rod Approved Budget Contract P 774,765.00 Bidders Bond 2% Of The Approved Budget P 15,495.30 Lot 2 Aggregates 266 Cum Aggregate Base Course (item 201) (60% Gravel – 40% Binders) Ratio 202 Cum Mixing Sand, River Source 286 Cum 1” Ø Round Gravel, River Source Approved Budget Contract P 638,500.00 Bidders Bond 2% Of The Approved Budget P 12,770.00 Lot 3 Lumber 60 Pcs 2” X 8” X 12’ Coco Lumber Approved Budget Contract P 28,800.00 Bidders Bond 2% Of The Approved Budget P 576.00 Lot 4 Signage 1 Pc Coa Tarpaulin Signage 2.4m X 2.4m 30 Pcs Construction Tarpaulin Signages 0.54m X 0.76m Approved Budget Contract P 7,200.00 Bidders Bond 2% Of The Approved Budget P 144.00 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Pre-bid Conference Will Be On January 28, 2025, 2pm At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 29-february 10, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of February 10, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
Closing Date10 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.9 K)

City Of Danao Tender

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

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php207,983.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinacot, Danao City, As Follows; Seq. Item Description Quantity 1. Limestone 13 Cu.m 2. Gravel 13 Cu.m 3. 40kg Portland Cement 270 Bag 4. Washed Sand 15 Cu.m 5. 3/4 Crushed Sand 30 Cu.m 6. 16mm.ø X 6.0m Deformed Bar 2 Length 7. 16mm.ø X 6.0m Plain Round Bar 11 Length 8. 1/2" X 4’ X 8’ Ordinary Plywood (formworks) 5 Sheet 9. 2” X 2’ X 8’ Coco Lumber (formworks) 20 Length 10. Cwn #1-1/2” (formwork) 2 Kg 11. Cwn #3” (formwork) 2 Kg Php207,983.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date21 Jan 2025
Tender AmountPHP 207.9 K (USD 3.5 K)
8281-8290 of 8544 archived Tenders