Manpower Tenders

Manpower Tenders

Department Of Education Division Of Pampanga Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 8.2 Million (USD 140.5 K)
Details: Description Invitation To Bid Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga Lot No. Project Number Project Title Approved Budget Of Contract(abc) 1 Tls-2025-001 Provision Of Fifteen (15-) Units Temporary Learning Spaces (tls) At San Vicente San Francisco Hs, Macabebe Php 4,945,000.50 2 Tls-2025-002 Provision Of Ten (10-) Units Temporary Learning Spaces (tls) At Telacsan Hs, Macabebe Php 3,296,667.00 Total Php 8,241,667.51 1. The Department Of Education, Schools Division Of Pampanga, Through The Deped Cy 2024 Basic Education Facilities Fund(beff) Intends To Apply The Sum Of Php 8,241,667.51, Being The Abc To Payments Under The Contract For The Project Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Minimum Required Manpower: 1. Project Engineer 4. First Aider 2. Material Engineer 5. Construction Foreman 3. Safety Officer Minimum Required Equipment: 1. Self –loading Truck 5. Cutting Outfit 2. One Bagger Mixer 6. Bar Cutter 3. Welding Machine 7. Bar Bender 4. Plate Compactor Program Of Works San Vicente San Francisco Hs, Macabebe Abc – Php 4,945,000.50 Item No. Item/description Unit Quantity 1 Mobilization And Demobilization Lot 1.00 2 Earthworks Sq.m 1,156.20 3 Concreting Works (3000 Psi) Cu M 116.19 4 Rebar Works Kg 5,103.00 5 Formworks Sq.m 28.80 6 Masonry Works Sq.m 93.60 7 Steel Works Kg 5,221.90 8 Roofing Works Lm 1,296.00 9 Ceiling And Carpentry Works Sq.m 86.40 10 Electrical Works Lot 1.00 11 Painting Works Sq.m 1,500.00 Program Of Works Telacsan Hs, Macabebe Abc – Php 3,296,667.00 Item No. Item/description Unit Quantity 1 Mobilization And Demobilization Lot 1.00 2 Earthworks Sq.m 770.80 3 Concreting Works (3000 Psi) Cu M 77.46 4 Rebar Works Kg 3,402.00 5 Formworks Sq.m 19.20 6 Masonry Works Sq.m 62.40 7 Steel Works Kg 3,481.27 8 Roofing Works Lm 864.00 9 Ceiling And Carpentry Works Sq.m 57.60 10 Electrical Works Lot 1.00 11 Painting Works Sq.m 1,000.00 2. The Department Of Education- Schools Division Of Pampanga Now Invites Bids For Provision Of Temporary Learning Spaces In San Vicente San Francisco Hs And Telacsan Hs In Macabebe, Pampanga. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Department Of Education- Schools Division Of Pampanga And Inspect The Bidding Documents At The Address Given Below From Monday-friday 8:00 Am- 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 6-27, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 Per Lot. The Procuring Entity Requires Interested Bidders To Present A Letter Of Intent With The Proper Company’s Letterhead, Pcab License, And A Special Power Of Attorney (spa) If The Buyer Is A Representative Of The Company. 6. The Department Of Education- Schools Division Of Pampanga Will Hold A Pre-bid Conference On January 14, 2025, At 9:30 Am, Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 8:30 Am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 8:31 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education- Schools Division Of Pampanga Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Leandro C. Canlas, Phd, Cese Department Of Education – Division Of Pampanga High School Blvd., Barangay Lourdes, City Of San Fernando, Pampanga Email Add: Bac.pampanga@deped.gov.ph January 6, 2025 ____________________________________ Leandro C. Canlas, Phd, Cese Assistant Schools Division Superintendent Bac Chairperson

Municipality Of Sibunag, Guimaras Tender

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

City Of Danao Tender

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

BARANGAY BONE SOUTH, ARITAO, NUEVA VIZCAYA Tender

Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 70.3 K (USD 1.2 K)
Details: Description Republic Of The Philippines Province Of Nueva Vizcaya Municipality Of Aritao Barangay Banganan Bids And Awards Committee Itb – Banganan Goods - 25-02-01 Invitation To Bid For Construction Of Canal Lining Purok Rosal & Sampaguita 2, Banganan, Aritao, Nueva Vizcaya 1. The Barangay Local Government Unit Of Banganan, Aritao, Nueva Vizcaya, Through Its 2024 Barangay General Fund Intends To Apply The Sum Of Seventy Thousand Three Hundred Forty-eight Pesos & 9/100 (p 70,348.09) 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 February 13, 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 February 20, 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 February 20, 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 February 12, 2025 Lorena C. Caldito Bac Chairperson Noted: Godilla D. Gaduang Punong Barangay

City Of Danao Tender

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

City Of Danao Tender

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

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 166.2 K (USD 2.8 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Guinsay, 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 Php166,218.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Guinsay, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Slope Protection Of Landslide Prone Area At Barangay Guinsay, Danao City, As Follows; Seq. Item Description Quantity 1. Limestone (backfill) 40 Cu.m 2. Class A-boulders 34 Cu.m 3. 40-kg Portland Cement 146 Bag 4. Washed Sand 13 Cu.m 5. 3/4 Crushed Gravel 5 Cu.m 6. 12mm X 6m Deformed Bar 35 Length Php166,218.00 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

Municipality Of Caibiran, Biliran Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 256.4 K (USD 4.3 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Vehicle Parts & Accessories For Maintenance Location : Lgu, Caibiran, Biliran Delivery Period : 20 Days Abc : P256,450.00 Source Of Funds : Lce Capital 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 1 Pc Accelerator 2 1 Pc Alternator Assembly 3 4 Pcs Battery 25mf Maintenance Free 4 1 Pc Battery 35mf Maintenance Free 5 2 Pcs Battery N70 Maintenance Free 6 4 Set Battery Terminal (positive/negative) Heavy Duty 7 20 Pcs Bolt For Backhoe 8 1 Pc Clutch Lining For Van 9 1 Pc Fuel Filter Primary Heavy 10 1 Pc Fuel Filter Secondary Heavy 11 1 Pc Fuel Filter For Van 12 1 Pc Fuel Filter 13 1 Pc Fuel Filter F5052 14 1 Pc Fuel Water Separator 15 3 Ltr Gasoline Engine Oil Synthetic 16 1 Ltr Gear Oil 90 Synthetic 17 1 Pc Hand Brake Cable 18 1 Set Handtaps 19 2 Pcs Hydraulic Fabricated Hose 20 3 Pail Hydraulic Oil # 10 21 7 Ltr Oil 40 Fully Synthetic 22 1 Pc Oil Filter 23 1 Pc Release Bearing 24 1 Pc Throttle Cable Backhoe 25 6 Pcs Tire 165/65 R13 Apv 26 2 Pcs Transmission Linkage 27 4 Pcs Wheel Cylinder Rubber Cap Advertisement : January 8, 2025 To January 15, 2025 Bid Evaluation : January 17, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. 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, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 16, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 17, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 17, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. 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. 6. The Lgu Caibiran 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. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps005

Municipality Of Sibulan, Negros Oriental Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee _________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Materials – Construction Of Maslog-baybay Road With The Following Details; Total Abc P 1,496,483.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Maslog-baybay Road Lot 1 Hardware 2339 Bags Portland Cement Type 1 (delivered On Site) 65 Length 16 Mm Ø X 6.0 M Def. Rsb (delivered On Site) 50 Kls 4” Cw Nails 22 Kls 3” Cw Nails 15 Pcs Hacksaw Blade, Good Quality 2 Rolls Trapal, Good Quality 1 Roll Caution Tape 20 Pcs Empty Container Approved Budget Contract P 693,483.00 Bidders Bond 2% Of The Approved Budget P 13,869.66 Lot 2 Aggregates 396 Cum Aggregates Base Course (item 201) (60% Gravel – 40% Binders) Ratio 50 Cum Aggregate Subbase Course (item 200) 192 Cum Mixing Sand 256 Cum 1” Ø Round Gravel 35 Cum Head Size Boulders (0.20m) Approved Budget Contract P 759,050.00 Bidders Bond 2% Of The Approved Budget P 15,181.00 Lot 3 Lumber 60 Pcs 2” X 8” X 12’ Coco Lumber 30 Pcs 2” X 6” X 12’ Coco Lumber Approved Budget Contract P 39,600.00 Bidders Bond 2% Of The Approved Budget P 792.00 Lot 4 Signage 1 Pc Coa Tarpaulin Signage 2.4 M X 2.4 M 15 Pcs Construction Tarpaulin Signage 0.54 M X 0.76 M 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 Pre-bid Conference Will Be Held On January 22, 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 23-february 3, 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 3, 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

Misamis Occidental Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 353.7 K (USD 6 K)
Details: Description Republic Of The Philippines Municipal Government Of Concepcion Bids And Awards Committee Invitation To Bid For: Improvement Of Water System 1. The Municipal Government Of Concepcion, Through Its 20% Mdf (fy 2022) Intends To Apply The Sum Of P 353,760.00 Being The Abc To Payments Under The Contract For 2023-03-010-goods-improvement Of Water System. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Concepcion Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 10 Days After Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within The Last Three (3) 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) No. 9184. 4. Prospective Bidders May Obtain Further Information From The Municipal Government Of Concepcion And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 25, 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 Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Before Dropping The Sealed Envelopes. 6. The Municipal Government Of Concepcion Will Hold A Pre-bid Conference On (pre-bid Conference Not Required) At ___________which Shall Beopen 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 05, 2025 At 10:00am. 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. Items To Bid: Item No. Quantity Unit Of Issue Item Description 1 19 Rolls Hdpe Pipe Pe100 #2 50m 2 8 Rolls Hdpe Pipe Pe100 #1 100m 3 10 Pcs Coupling Reducer 2”x1” 4 17 Pcs Coupling #2 5 18 Pcs Coupling #1 6 2 Pcs Blue Tank 2 Cu. 7 17 Bags Cement 8 1 Cu. Sand 9 2 Cu. Gravel 10 6 Pcs 12 Dsb 11 3 Kgs Tie Wire 12 1 Roll Cyclone Wire 9. Bid Opening Shall Be On February 05, 2023 At 10:15am The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Checklist Of 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 ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Supported By The Project Owner’s Certificate Of Acceptance. Failure Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (k) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (l) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (m) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (n) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (o) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. 10. The Municipal Government Of Concepcion 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 Sections35.6 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: Mr. Joen R. Pacoy Chairman, Bids And Awards Committee Municipal Building, Poblacion Concepcion, Misamis Occidental Cp No. 0930-500-0150 (sgd) Mr. Joen R. Pacoy Chairman, Bids And Awards Committee
8301-8310 of 8544 archived Tenders