Manpower Tenders

Manpower Tenders

City Of Danao Tender

Textile, Apparel and Footwear
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 Type A 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 Php1,178,100.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Type A 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 Of Type A Uniform For The Athletes Of Cviraa 2025, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost Type A Uniform (parade Uniform) 1. Polo Shirt 185 Pcs 550.00 Polydex 200gsm With Knitted Colar And Cuffs Full Sublimation 2. T-shirt 428 Pcs 450.00 Polydex 200gsm Round Neck Full Sublimation 3. Jacket 428 Pcs 750.00 Cotton Brass With Knitted Colar, Cuffs With Zipper Zipper And Waistband Full Sublimation 4. Jogging Pants 428 Pcs 750.00 Cotton Brass Full Sublimation 5. Bag 428 Pcs 350.00 Sports Bag 6. Cap 613 Pcs 150.00 Baseball Cap With Adjustable Clip At The Back With Print Php1,178,100.00 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 28-february 10, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On January 28, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On February 11, 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 Date11 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.3 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 - 25-02-02 Invitation To Bid For Plastering Of Perimeter Fence At Barangay Hall Purok Sampaguita, 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 One Hundred Seventy-five Thousand Fifty-eight Pesos & 64/100 (p 175,058.64) 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
Closing Date20 Feb 2025
Tender AmountPHP 175 K (USD 3 K)

City Of Danao Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy.mantija Invitation To Apply For Eligibility And To Bid Concreting Of Basketball Court At Purok-ii Brgy. Mantija, Danao City The Brgy.mantija, Tends To Apply The Sum Of Php365,868.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of Basketball Court At Purok- Ii Brgy.mantija, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Mantija Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding Of Concreting Of Basketball Court At Purok- Ii Brgy.mantija, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 24 Cu.m Base Coarse (gravel) 2,100.00 50,400.00 2. 432 Bags 40-kg Portland Cement 248.00 107,136.00 3. 24 Cu.m Washed Sand 2,100.00 50,400.00 4. 48 Cu.m Washed Gravel 2,100.00 100,800.00 5. 15 Lengths 12mm X 6m Deformed Bars 318.00 4,770.00 6. 1 Kg. G.i Tie Wire #16 92.00 92.00 7. 30 Pcs. 2”x8”x10’ Coco Lumber 400.00 12,000.00 8. 2 Kg. Concrete Nail 115.00 230.00 9. 1 Pair 20mm Thk. Arcrylic/fiber Glass Board 6’x4’12mm Tempered Glass With Aluminum Frame, With Dual Shock Snap Back Ring, Nylon Woven Net,white Border And Shoot Box 38,000.00 38,000.00 10. 2 Gal Epoxy Primer (gray) 1,020.00 2,040.00 Php 365,868.00 Delivery Of The Goods Is Required Not Later Than Jan.30, 2025. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Jan.07- 14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration Submission And Receipts Of Bids On Jan.14, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Mantija, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations 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 Ll Of The Bidding Documents, Itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.roscel N. Gungob Brgy. Bac Chairman Mantija,danao City
Closing Date14 Jan 2025
Tender AmountPHP 365.8 K (USD 6.2 K)

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Details: This Notice Is A Combined Synopsis Of Proposed Contract Action (pursuant To Far Subpart 5.2) And Sources Sought (pursuant To Dfars Pgi 206.302-1). This Notice Does Not Constitute A Request For Proposal. This Is Not A Solicitation. relevant Awards/previous Postings: indefinite-delivery Indefinite-quantity (idiq) Contract Fa9422-21-d-0001 sources Sought Number Fa9422-19-r-5009 sources Sought Number Fa9422-19-r-5009(a) purpose: the United States Air Force Nuclear Weapons Center (afnwc) Is Seeking To Expand Its Sustainment And Support Services For The B61 Nuclear Gravity Bomb, Currently Provided Via The B61-12 Tail Kit Assembly (tka) Surveillance And Sustainment Support (bts3) Idiq Fa9422-21-d-0001. Specifically, Afnwc Contemplates A Contract Modification Under Fa9422-21-d-0001 To Incorporate The B61-13 And Any Future Variants And/or Modifications. No Increase To The Idiq Ceiling Is Anticipated As A Result Of This Contemplated Action. This Contract Modification Would Add New Work Via The Sole-source Authority Of 10 U.s.c 3204(a)(1) As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Additionally, Afnwc Is Seeking To Extend The End Date For Which Orders May Be Issued Under The Idiq (as Governed By Far 52.216-18) From 14 September 2026 To 14 September 2028. Such An Award Is Subject To Approval Of A Sole-source Justification. This Notice Serves To Meet The Sources Sought Requirements Of Dfars Pgi 206.302-1. background: idiq Fa9422-21-d-0001 Was Awarded On 15 September 2021 To: the Boeing Company (cage 76301) 6200 Js Mcdonnell Blvd saint Louis, Mo 63134 the Award Was Made Via The Sole-source Authority Of 10 U.s.c 3204(a)(1) As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. A Redacted Sole-source Justification Was Posted To Ww.sam.gov On 17 September 2021. As Noted In The Justification, “the Boeing Company Developed The Hardware And Software Systems Currently Used To Support The B61-12 Tka And Its Associated Trainer, Test Variants And Test Tools, Are Intrinsic To The Hardware And Software Designs Of The System.” Additionally, “the Technical Data Necessary For Competing The Current Requirements, As Well As Future Highly Specialized Support Of Aircraft Integration, Modifications, And Nuclear Certification Was Not Part Of The Technical Data Delivered Under The Earlier Contracts.” Ultimately, It Was Determined That “the Only Source Possessing The Technical Information Necessary To Support The Skill Sets, Special Test/inspection/maintenance Equipment, Flight Simulation Models, And Computer Programs Required To The Provide The Highly Specialized Engineering Support Services And Analysis During The Period Of This J&a [justification And Approval] Is The Boeing Company.” current Requirement: the B61-13 And Future Variants Will Require Highly Specialized Engineering And Logistics Services To Ensure Their Continued Safety, Security, And Reliability. The Afnwc Requires Contract Support That Can Adapt To The Evolving Requirements Of The B61 Program, And Which Can Ensure The Successful Sustainment Of The B61-13 And Future Variants. This Work Includes Sustainment Engineering, Test Support Services, Production Of B61-13 Tka Trainers, Tka Test Variants, And Telemetry Instrumentation Kits (tiks), As Well As Integrated Logistics Support (ils) Services. The Contractor Will Be Responsible For Working Closely With The B61-13 And Future Variant Development Teams To Ensure That The Necessary Support Infrastructure Is In Place To Support The Successful Deployment And Sustainment Of These New Systems. This Will Include Providing Nuclear Weapons Related Materiel (nwrm) Control And Supervisory Duties For Inventory And Storage Management In Support Of Regular Inspections, As Well As Procuring And Sustaining Future Software Capabilities That Correctly Identify The Tka As A B61-13 Or Correct Variant. This Effort Will Supplement Ongoing Efforts To Sustain And Support The B61-12 Tka And All Assets Already Designated As B61-12. The Services Should Complement This Existing Effort To Allow Seamless Sustainment And Support Of The B61 Family Of Systems (b61-12, B61-13, And Future Variants). As Explained Above, The Afnwc Is Currently Under Contract With The Boeing Company For The Production And Sustainment Of B61-12 Tail Kit Assemblies (tkas). The Boeing Company Has Previously Established The Necessary Infrastructure, Institutional Knowledge, Facilities, Manpower, And Systems And Processes To Support The B61 Tka System. As Such, The Afnwc Currently Intends To Modify The Existing Contract With Boeing To Include The B61-13 And Future Variants. The Scope Of Work For The Modified Contract Will Include Sustainment Engineering And Test Support Services, Production Of Tka Trainers, Tka Test Variants, And Tiks, Integrated Logistics Support (ils) Services, Including Sustaining And Software Engineering Support Services, Nuclear Weapons Related Materiel (nwrm) Control And Supervisory Duties For Inventory, Storage Management, And Procurement And Sustainment Of Future Software Capabilities. These Supplies And Services Are Already Addressed In Fa9422-21-d-0001. The Intended Modification Would Make The Requirements Applicable To The B61-13 And Future Variants. Additionally, Extending The Period For Which Orders May Be Issued Will Allow Sufficient Time For Such Work To Be Accomplished. At Present, Afnwc Does Not Find That The Competition Environment Has Changed To The Extent That Would Void The Justification For Sole-source Award Of Fa9422-21-d-0001. statement Of Capability (soc): all Responsible Sources Believing They Have The Capability To Perform This Requirement Are Requested To Submit Their Soc To The Government Pocs Listed Below By The Closing Period On This Notice. All Socs Shall Be Unclassified And Shall Not Exceed 4 Pages. Submissions Shall Be In Microsoft Word Or Pdf Format. Socs Shall Be Submitted Electronically Via Email To The Government Pocs Assigned To This Notice. All Email Submissions Shall Include, “[insert Your Company Name] - Soc Response B61-13” In The Subject Line Of The Email Submission. submissions Shall Detail Past Experience And Capabilities To Address The Key Requirements Cited Below. key Requirements: sustainment Engineering And Test Support Services For The B61-13 And Future Variants production Of Tka Trainers, Tka Test Variants, And Tiks For The B61-13 And Future Variants ils Services, Including Sustaining And Software Engineering Support Services nwrm Control And Supervisory Duties For Inventory And Storage Management procurement And Sustainment Of Future Software Capabilities For The B61-13 And Future Variants questions Or Requests For Additional Information, To Include The Performance Work Statement, Shall Be Directed To The Government Pocs Listed Below.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

City Of Danao Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangays, Barangay Sta. Rosa, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php55,211.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangays, Barangay Sta. Rosa, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Improvement Of Streetlights At Various Barangays, Barangay Sta. Rosa, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 6 Bags 2. Washed Sand 1 Cu.m 3. Washed Gravel 1 Cu.m 4. 10mmø X 6.0m Deformed Steel Bar 7 Length 5. 12mmø X 6.0m Deformed Steel Bar 6 Length 6. G.i. Tie Wire #16 9 Kg 7. 1/2" Plywood Ordinary 2 Sht 8. 2” X 2” X 10’ Coco Lumber 10 Length 9. 2” X 3” X 10’ Coco Lumber 6 Length 10. 2” Cwn 2 Kg 11. 3” Cwn 2 Kg 12. Hacksaw Blade 4 Pcs 13. 75mmø G.i Pipe Post (sch.40) 2 Length 14. 50mmø G.i Pipe Post (sch.40) 2 Length 15. 16mmø X 300mm Anchor Bolts With Nuts And Washers 8 Pcs 16. 12mm Thk. X 150mm X 200mm Base Plate 4 Pcs 17. Welding Rod 1 Box 18. 300 Watts Solar Light 2 Set Php55,211.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date5 Feb 2025
Tender AmountPHP 55.2 K (USD 944)

BARANGAY TALUNGON BAIS CITY Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bais Barangay Talungon Bids And Award Committee Invitation To Apply For Eligibility And To Bid The Sangguniang Barangay Of Barangay Talungon, Bais City Invites Interested Suppliers To Apply For Eligibility And To Bid For The Supply And Delivery For The: Item Number Qty. Item Description Abc 1. 1 Purchase Of 1 Unit Motorcycle 83,557.14 The Approved Budget For The Contract Is ₱ 83,557.14 To Be Taken From The General Fund 2024. The Following Documents Are Required For Submission: A. Eligibility Requirements Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor’s Permit Where The Principal Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its On-going And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Orders Or Job Orders; And End-user’s Acceptance Of Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty Percent (50%) Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty-five Percent (25%) Of The Abc; Or The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only) 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only) 7. Batch Release Certificate From Fda. (for Medicine Only) 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only) 9. License To Operate (bfad). (for Medicine Only) 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf). (for Accountable Forms Only) 11. Audited Financial Statements, Showing, Among Others, The Bidder’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. 12. The Bidder’s Computation For Its Net Financial Contracting Capacity (nfcc) Must At Least Be Equal To The Abc To Be Bid, Or Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid. 13. Valid Joint Venture Agreement (jva), In Case The Joint Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below). (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank – Two Percent (2%); (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However That Is Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank, If Issued By A Foreign Bank – Two Percent (2%); (c) Surety Bond Callable Upon Demand Issued By A Surety Of Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. – Five Percent (5%); (d) Bid Securing Declaration; Prospective Bidder May Also Submit Bid Security In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From The Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule 16. Manpower Requirements 17. After-sales Services/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representatives To The Following: (a) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies, Office Corporations, Or Lgu’s, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; (b) Each Of The Documents Submitted Is Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; (c) It Is Authorizing The Head Of The Procuring Entity Or The Duly Authorized Representative(s) To Verify All The Documents Submitted; (d) Authority Of The Signatory; (e) Disclosure Of No Relationship; (f) Certification On Bidder’s Responsibilities; (g) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; And (h) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity. 19. Technical Specifications (with Brochures, If Applicable) 20. Certificate Of Philgeps Registration 21. Tax Clearance 22. Latest Income And Business Tax Returns (monthly Or Quarterly) Bidders Or Its Duly Authorized Representative Shall Certify Under Oath That Each Of Line Documents Submitted In Satisfaction Of The Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Or Copy Of The Original, Complete, And That All Statements And Information Provided Therein Are True And Correct. B. Financial Documents (2nd Envelope): 1. Bid Prices In The Bill Of Quantities Bid Documents Can Be Obtained At The Abc Secretariat W/o Office Of The Barangay Captain, This City, Tel. No. 402-3041,anytime During Office Hours; And Can Also Be Inquired For Further Particulars. Eligibility, Technical And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes On February 11, 2025 10:00 Am At The Bac Secretariat, Office Of The Barangay Captain, Barangay Talungon At Which Date, Place, Time, Said Envelops Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Implementing Rules And Regulation Of R.a. 9184 Otherwise Known As The Gov’t Procurement Reform Act. The Barangay Gov’t Of Barangay Talungon Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, To Waive. Jerome G. Chiu Barangay Kagawad/bac Chairman
Closing Date11 Feb 2025
Tender AmountPHP 83.5 K (USD 1.4 K)

City Of Danao Tender

Electrical and Electronics...+1Solar Installation and Products
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 Solar Lights For Improvement Of Streetlight At Various Barangays, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The City Engineering Office Intends To Apply The Sum Of Php572,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Solar Lights For Improvement Of Streetlight At Various Barangays, 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 Solar Lights For Improvement Of Streetlight At Various Barangays, Danao City, As Follows; Seq. Item Description Quantity 1. Solar Lights 110 Units Specs: Battery 3.2v, 20000mah, 150 Watts All In One Solar Panel 6v 16w, Abs Plastic, Smd Chips White Light, Photocell + Remote Control (without Aaa Battery) 12 Hours Work (at Night 20% Power) When People Movement Is Detected, Lamp Turns 100% Power Off At Day Lamp Arm: 5.0cm L X 50cm Ø Complete With Screws 2. Solar Lights 10 Units Specs: Battery 3.2v, 30000mah, 200 Watts All In One Solar Panel 6v 16w, Abs Plastic, Smd Chips White Light, Photocell + Remote Control (without Aaa Battery) 12 Hours Work (at Night 20% Power) When People Movement Is Detected, Lamp Turns 100% Power Off At Day Lamp Arm: 50cm L X 5.0cm Ø Complete With Screws Php572,500.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On February 12-17, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 18, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date18 Feb 2025
Tender AmountPHP 572.5 K (USD 9.8 K)

Municipality Of San Marcelino, Zambales Tender

Solid Waste Management...+1Transportation and Logistics
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Lgu Of San Marcelino, Zambales Through The General Fund Intends To Apply The Sum Of Five Million Pesos (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”, Project Id No. Goods-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Marcelino Now Invites Bids For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”: Product Id Product Id No. Goods-2025-03 Item No. Qty Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1. 157 Containers (32 Cubic Meter/fully Loaded Container) Hauling And Disposal Of Residual Waste (solid Waste Disposal Services) 31,847.13 5,000,000.00 Total Php5,000,000.00 Delivery Period January To December 2025 Terms Of Reference: 1. The Basis Of Billing Will Be In Cubic Meter Which Will Be Determined By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. 2. Service Provider Will Utilize Hook Lift In Transporting The Waste Which Ever Necessary. 3. The Service Provider Will Provide Container Bins At The Accessible Transfer Station Of The Municipality That Has A Stable Ground Condition, Preferably Concreted. 4. All Vehicles Should Be In Good Running Conditions And Shall Be At Lgu Dispatching Area Before The Start Of The Operation Together With Driver And Loader Which Will Be Provided For Further Briefing And Discussion. 5. The Service Provider Shall Provide Dump Trucks To Be Used To Collect Garbage From Mrf Of Lgu San Marcelino, Zambales And Will Be Disposed Directly To A Sanitary Landfill. 6. Service Provider Must Provide An Environmental Compliance Certificate (ecc) Approved By Denr. 7. The Garbage Collected Must Be 12 Inches Lower Than The Edge Of The Dump Box And With Safety Net. 8. The Lgu San Marcelino Will Provide The Necessary Equipment And Manpower To Load The Residual Waste To Container Bin. 9. The Lgu Of San Marcelino, Zambales Will Issue Dispatched Tickets To Validate The Origin Of Waste Billing, Monitoring And Reporting Purposes. 10. The Weighing Of Garbage Collected Should Be Manned By Lgu Personnel. 11. Service Provider Shall Shoulder The Damage Incurred During Operation Within The Area Of Operation And Shall Observe Strictly On The Policy On Garbage Disposal Of The Lgu Of San Marcelino, Zambales. 12. Service Provider May Claim Monthly Billing. 13. For Purposes Of Payment, The Computation Shall Be As Follows: Payable- Number Of Cubic Meter By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. Unit Cost – Quoted Price During Canvass Or Public Bidding No. Of Cubic Meter- Cubic Meter Waste Collected During Operation 14. Service Provider Must Be Ready To Start Operation With Driver And Loader Immediately Upon Receipt Of Notice To Proceed. 3. Delivery Of The Goods Is Required Immediately Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The Government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders Should Be Enrolled In The Electronic Filing And Payment System (efps) Program Of The Bureau Of Internal Revenue (bir), Pursuant To Executive Order No. 398, Rr 3-2005, And Must Be Registered Under The Philippine Government Procurement System (philgeps). 5. Interested Bidders May Obtain Further Information From The Municipality Of San Marcelino, Zambales And Inspect The Bidding Documents At The Address Given Below From Monday To Friday 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 11-30, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Of Five Thousand Pesos (php 5,000.00). 6. The Municipality Of San Marcelino Will Hold A Pre-bid Conference On January 17, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 8:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be January 31, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales. 8. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents Php 5,000.00 (non-refundable) Inspection/selling Period Of Bidding Documents January 11-30, 2025 Bac Office San Marcelino, Zambales Pre-bid Conference January 17, 2025, 9:00 Am Bac Office San Marcelino, Zambales Deadline Of Submission Of Bids On Or Before January 31, 2025, 8:30 Am. Opening Of Bids January 31, 2025, 9:00 Am Bac Office San Marcelino, Zambales 9. The Municipality Of San Marcelino Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. In Case Pre-bid/bid Opening Falls On A Holiday Or If Conditions Do Not Permit The Holding Of A Bidding, It Will Be Held The Next Working Day. For Further Information, Please Refer To: Bids And Awards Committee Secretariat Municipal Hall Municipality Of San Marcelino Zambales 2207 (047)-602-2123 Engr. Armida Fabelinia Municipal Engineer Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 5 Million (USD 85.3 K)

City Of Danao Tender

Others
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Production Staff For Danao City Contingent For The Sinulog Festival 2025 Of The City Government Of Danao The Local Government Of Danao City, Through The Tourism Office Intends To Apply The Sum Of Php7,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Production Staff For Danao City Contingent For The Sinulog Festival 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 Of Production Staff For Danao City Contingent For The Sinulog Festival 2025, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost A. Props Structural And Pros Design This Includes Structural Materials (angle Bar, Wheels, 1 Plywoods, Welding Rod, Welding Wires & Etc, Including The Andas Making Materials B. Artistic Team Artistic Choreographer 1 Pax Head Choreographer 1 Pax Head Dance Masters 2 Pax Dance Masters 4 Pax Consultants 2 Pax Music Director 1 Pax C. Visual Team/laborers/rentals Head Artist (including Assistants) 4 Pax Welders, Carpenters 6 Pax D. Instrumentalists/music Ensemble Drum & Bugle Corp 1 Orchestra 1 Choir And Soloist 1 E. Lighting Design Technicians And Assistants Labor 1 F. Video And Graphics Design Official Graphic Artist 1 Video Support 1 G. Lights For The Costumes And Props Costume 100 Props 100 H. Costume, Make Up And Official Shirt Dancers Costume 100 Shoes 200 Make Up 150 Official Tshirt 500 Dramatist 30 I. Festival Queen Costume 1 Hair And Make Up Artist And Handlers -all Exposures 1 Festival Queen Allowance – Meals & Transpo J. Confetti Confetti Showers Used The End Part Of Dance 1 Presentation Php7,000,000.00 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 December 23, 2024 – January 03, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On December 23, 2024 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 06, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Rosette B. Villaflor Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 7 Million (USD 120.6 K)

City Of Danao Tender

Civil And Construction...+2Road Construction, Construction 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 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 Php1,293,290.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, 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 Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Guinsay, Danao City, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Limestone 83 Cu.m 2. Gravel 83 Cu.m 3. 40kg Portland Cement 1,725 Bag 4. Washed Sand 96 Cu.m 5. 3/4 Crushed Sand 192 Cu.m 6. 16mm.ø X 6.0m Plain Round Bar 10 Length 7. 16mm.ø X 6.0m Deformed Bar 20 Length 8. 1/2" X 4’ X 8’ Ordinary Plywood (formworks) 20 Sheet 9. 2” X 2’ X 8’ Coco Lumber (formworks) 150 Length 10. Cwn #1-1/2” (formwork) 10 Kg 11. Cwn #3” (formwork) 10 Kg Php1,293,290.00 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 15-27, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 28, 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 Date28 Jan 2025
Tender AmountPHP 1.2 Million (USD 22 K)
8311-8320 of 8544 archived Tenders