Manpower Tenders

Manpower Tenders

City Of Bais Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 226.9 K (USD 3.9 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Construction Of Corn Mill Building At Medalla, Brgy. Calasga-an (rev. I) 8918-1-07-04-990(13), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 56-25 Php 226,905.00 1 20 Pcs. 2" X 2" X 12' G. Melina 2 25 Pcs. 2" X 3" X 12' G. Melina 3 45 Pcs. 2" X 4" X 12' G. Melina 4 15 Kls. Common Wire Nails # 4" 5 10 Kls. Commin Wire Nails # 3" 6 6 Kls. Common Wire Nails # 2" 7 4 Kls. Common Wire Nails # 1" 8 138 Lngth 10mm Dia X 6.0m Def. Bar 9 38 Lngth 16mm Dia X 6.0m Def. Bar 10 20 Kls. G.i Tie Wire # 16 11 6 Pcs. Hacksaw Blade 18t 12 580 Pcs. 4 X 8 16" Chb 13 21 Lngth 5mm X 38mm X 6.0m Angle Bar 14 25 Lngth 5mm X 25mm X 6.0m Angle Bar 15 25 Lngth 1.20mm Thick X 50mm X 100mm X 6.0m C-purlins 16 200 Mtrs. No.2 Service Drop Wire (twisted) 17 5 Lngth 2 1/2" Øft Gi Pipe, Sched 40 18 4 Set Secondary Rack W/ 2 Spool Insulator, Heavy Duty 19 5 Lngth No.10 Deformed Bar 20 1 Gal. Red Oxide Paint 21 1 Gal. Black Qde Paint 22 1 Pc. 60a, Circuit Breaker, Outdoor Type 23 1 Lngth 1 1/2" Ø Rsc Pipe 24 1 Pc 1 1/2" Ø Service Entrace Cap 25 20 Mtrs. No.2 Copper Wire Thw 26 2 Pcs. No. 125 Compression Connector The Approved Budget For The Contract Is To Be Taken From 20% Dev’t Fund 2022. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents 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 Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing 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 Or Job Orders; And End-users Acceptance Or 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 (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent 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 (fda). (for Medicine Or Medical Supplies/equipment)* 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 Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A 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 Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security 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 It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or 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 Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue 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 Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As 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 In 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 Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of 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; 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, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee

BARANGAY SALVADOR, TANAUAN, LEYTE Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 248.7 K (USD 4.3 K)
Details: Description I. Project Signboard Ii. Occupational Safety & Health Iii. Clearing & Excavation Iv. Reinforcing Steel Bar, Grade 40 (minor Structure) V. Lined Canal 1. Barangay Salvador, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Phase 2 Of Construction Of Irrigation Canal (canalita) @ Zone 6 To 7 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 19, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 19, 2025. 5. Barangay Salvador, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Salvador, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Melo Guimong Bac Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Salvador, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Salvador, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p248,753.43);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 19, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Melo Guimong Bac Chairman

BARANGAY STA CRUZ, TANAUAN, LEYTE Tender

Civil And Construction...+1Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 294.4 K (USD 5 K)
Details: Description I. Project Billboard Ii. Occupational Safety & Health Program Iii. Removal Of Existing Concrete Pavement, Actual Structures & Other Obstruction Iv. Subgrade Preparation V. Aggregate Base Coarse Vi. Portland Cement Concrete Pavement 1. Barangay Sta. Cruz, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Road Reblocking 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 19, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 19, 2025. 5. Barangay Sta. Cruz, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Sta. Cruz Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Michael G. Legaspi Barangay Bac Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Sta. Cruz, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Sta. Cruz, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p294,465.04);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 19, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Michael G. Legaspi Barangay Bac Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 115.8 Million (USD 1.9 Million)
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 – February 11, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0107-25df0113 Page 4 Of 4 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer

City Of Bais Tender

Automobiles and Auto Parts
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Tax Mapping, Field Work Activities, And Official, And Official Use Of The City Assessor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 715-24 Php 2,000,000.00 1 1 Unit Brand New Pick-up Truck (4wd Mt) Color: Blade Silver Metallic Specifications: Dimensions Overall Length: 5,320 Mm Overall Height: 1,795 Mm Tread (front/rear) 1,570/1,565 Mm Min. Ground Clearance: 222 Mm Cargo Floor Height: 800 Mm Gross Vehicle Weight: 3,000 Kg Curb Weight: 2,035 Kg Seating Capacity: 5 Persons Engine Model And Type: 2.4 Liter Turbocharged Direct Injection Diesel (euro 4) Maximum Power: Ps 183/rpm 3,500 Maximum Torque: Nm 430/rpm2,250-2,500 Fuel Tank Capacity: 75 Transmission Transmission: 6-speed Mt 4wd System: Easy Select 4wd Suspension Front: Independent-wishbone With Coil Springs Rear: Rigid With Leaf Springs Brakes Front: Ventilated Disc Rear: Leading And Trailing Drums Abs: Equipped With Electronic Brakeforce Distribution (ebd) Brake Assist: Equipped With Brake Assist Steering Power Steering: Hydraulic Steering Wheel: Leather Wrapped Steering Wheel-mounted Audio Control: Equiped Cruise Control: Equipped Steering Column Adjustment: Tilt And Telescopic Safety Equipped With Airbags On Driver's Side, Passengers' Side And Driver's Knee. Also Equipped With Front And Rear Seatbelts And Seatbelt Reminder On All Seats Equipped With Reverse Camera, Active Stability & Tractioncontrol, Hill Start Control, Trailer Stability Assist, Iso-fix & Tether Anchor, And Remote Keyless Entry. Multi-media System 8" Touchscreen Display With Am/fm Radio, Bluetooth With Hands-free Technology, Usb Connectivity, Apple Carplay And Adroid Auto. Also Equipped With Usb Ports For Type A And C For Front And Rear, And 6 Speakers. Exterior Equipped With Halogen Headlights, Halogen Foglights, Halogen Daytime Running Lights, And Bedliner Interior Equipped With 6-way Manual Adjustable Seats (slide,recline,height) With Convenience Hook And Seatback Pocket For The Driver's Side, And 4-way Manual Adjustable (slide And Recline) For The Front Passenger Side. Equipped 7" Color Lcd Instrument Cluster Display Equipped With Single Zone Automatic Air Conditioning System And Air Conditioning Rear Circulator Freebies 3 Years Lto Registration, 3 Years Tpl Insurance, 1 Year Gsis Comprehensive Insurance, Floor-matting, Tint And Seatcover With Warranty Of 100,000 Kilometers Or Three (3) Years Whichever Comes First Additions With Three (3) Consecutive Regular Pms 1,000,5,000 And 10,000 With Decal's Official Seal Of City Of Bais City Assessor's Office For Official Use Only The Approved Budget For The Contract Is To Be Taken From 01-07-06-010. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents 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 Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing 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 Or Job Orders; And End-users Acceptance Or 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 (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent 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 (fda). (for Medicine Or Medical Supplies/equipment)* 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 Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A 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 Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security 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 It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or 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 Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue 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 Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As 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 In 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 Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of 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; 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, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 14, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 99.3 Million (USD 1.7 Million)
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 – February 11, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0107-25df0113 Page 4 Of 4 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 – February 11, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0107-25df0113 Page 4 Of 4 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 6.9 Million (USD 119.4 K)
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 – February 11, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0107-25df0113 Page 4 Of 4 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer

City Of Bais Tender

Food Products
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 999.6 K (USD 17 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Food Supplies And Materials To Be Used During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 61-25 Php 999,689.50 1 55 Sacks Rice (50 Kgs Per Sack) 2 4950 Packs Milk Powder (33g Pack) 3 10000 Pieces Assorted Biscuits/crackers, 10 Pieces Per Pack 4 10 Packs Pure Monosodium Glutamate, Umami Seasoning (11g X 18 Pcs.) 5 10 Packs All-in-one Seasoning (8g X 16 Pcs.) 6 12 Boxes Pork Broth Cubes (10g X 6 Pcs.) 7 12 Boxes Chicken Broth Cubes (10g X 6 Pcs.) 8 10 Kgs. Rock Salt (1 Kg Per Pack) 9 12 Packs Cornstarch (1 Kg Pack) 10 6 Packs Bread Crumbs (1 Kg Pack) 11 120 Trays Eggs (30 Pcs/tray) Xl 12 500 Containers Mineral Water Refill (20 L Per Container) 13 8 Tanks Lpg Gas 11 Kg (refill Only) 14 12 Cans Black Beans 180 G 15 12 Sachets Banana Blossom (sachet) 16 24 Sachets Oyster Sauce 405 G 17 12 Packs Raisins (250 G/pack) 18 8 Kgs. Garlic (kg.) 19 8 Kgs. Red Onion (kg.) 20 8 Kgs. Red/green Bell Pepper (kg) 21 6 Kgs. Green Chili/siling Haba (kg) 22 12 Kgs. Carrots (kg) 23 12 Kgs. Potato (kg) 24 12 Kgs. Baguio Beans (kg) 25 12 Kgs. Sayote (kg) 26 12 Kgs. Apara (kg) 27 12 Kgs. Cabbage (kg) 28 12 Packs All Purpose Cream (250 Ml/pack) 29 12 Cans Pineapple Tidbits, 432 G/can 30 2 Kgs. Whole Black Pepper (kg) 31 2 Kgs. Ground Black Pepper (kg) 32 1 Kgs. Laurel Leaves (kg) 33 12 Kgs. Green Peas (kg) 34 12 Kgs. White Beans (kg) 35 3 Kgs. Ginger (kg) 36 6 Kgs. Tomato (kg) 37 6 Bundles Spring Onion (bundle) 38 12 Kgs. Kalamansi (kg) 39 8 Containers Cooking Oil (4 Gallons/container) 40 6 Gallons Soy Sauce (3.785 L/gallon) 41 3 Gallons Vinegar (3.785 L/gallon) 42 150 Bundles Firewood (bundle) 43 365 Kgs. Pork (kg) 44 220 Kgs. Ground Pork (kg) 45 365 Kgs. Dressed Chicken Choice Cuts (kg) 46 10500 Pcs. Ripe Banana Lakatan/bulungan 47 140 Kgs. Fish (kg) 48 48 Packs Longganisa (1 Kg/pack) 49 80 Packs Jumbo Hotdog (1 Kg/pack) 50 80 Packs Sweet/cooked Ham (1 Kg/pack) 51 40 Packs Chicken Loaf (1 Kg/pack) 52 1 Sacks Mung Beans (monggo, Sack) 53 20 Packs Sotanghon (1 Kg/pack) 54 12 Packs Pancit Canton (1 Kg/pack) 55 12 Gallons Banana Catsup (2 Kg/gallon) 56 12 Packs Tomato Paste (1 Kg/pack) 57 6 Packs Clear, Lemon-lime Flavored Soft Drink 1.5 L (pack Of 12) 58 12 Kgs. Brown Sugar (kg) The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents 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 Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing 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 Or Job Orders; And End-users Acceptance Or 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 (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent 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 (fda). (for Medicine Or Medical Supplies/equipment)* 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 Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A 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 Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security 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 It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or 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 Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue 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 Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As 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 In 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 Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of 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; 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, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 28, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao /oic-cbo Chair, Bids And Awards Committee

Department Of Agrarian Reform - DAR Tender

Manpower Supply
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 616.7 K (USD 10.5 K)
Details: Description Request For Quotation Procurement Of Security Services For Cy 2025 Nv-rfq -2025-01-001 Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Proposal Form (see Annex “a” Of The Request For Quotation), Subject To Terms And Conditions Stated In The Rfq. Item No. Qty. Unit Item Description Unit Per Month Approved Budget For The Contract 1 1 Lot Monthly Supply Of The Following Security Guards At The Darpo, Bayombong, Nueva Vizcaya, Rendering At Least Eight (8) Hours Duty Daily, Including Saturdays, Sundays, And Holidays: 1 – Head Guard 2 – Regular Guards 3 Total No. Of Guards Required 616,722.92  Minimum Requirements A. General Requirements 1) Must Be Licensed Security Guard 2) Physically And Mentally Fit; 3) No Derogatory Record; 4) The Security Agency Must Have At Least One (1) Key Personnel With A Title Of Certified Security Professional; 5) No Double Posting Of Guards. B. Additional Minimum Requirements: Security Equipment 1) At Least One (1) Standard Firearms To Be Issued To Guards Must Be High Capacity 9mm Pistols; 2) Provide Their Own Logbooks Throughout The Implementation Of The Contract And Must Turn-over These Logbooks To Darpo, Bayombong, Nueva Vizcaya Upon Expiration Or Termination Of The Contract. 3) Provide Guards Free Access To Firing Range; 2. Record All Incoming And Outgoing Official Equipment, Supplies, Materials, And Properties, And Keep On File Copies Of Duly Approved Gate Passes. A Written Report Shall Be Submitted To The Chief Administrative Officer Within Twenty-four (24) Hours If Any Property Belonging To Darpo, Bayombong, Nueva Vizcaya Shall Be Brought Without Duly Approved Gate Pass; 3. Security Guards Shall Record All Incoming And Outgoing Vehicles In Their Logbook 4. Security Guards Shall Allow Visitors In The Office Premises Only Upon Proper Identification And Shall Require Them To Properly Fill Out The Visitor's Logbook 5. Security Guards Shall Record All Trips Of Service Vehicles And File One Copy Of Each Duly Approved Trip Ticket; 6. Security Guards Shall Enforce And Obey All Orders/instructions/memoranda Issued By The Provincial Agrarian Reform Program Officer (parpo-ii), The Chief Administrative Officer (cao) Or Any Authorized Official In Behalf Of Darpo, Bayombong, Nueva Vizcaya, Which Are Relevant To Their Functions; C. Additional Terms And Conditions: 1. In View Of The Manpower Requirements, The Agency Shall Provide Darpo Bayombong With A Copy Of The Individual Personnel Profiles Of The Security Guards To Be Assigned In Darpo, Bayombong Together With Their Technical Qualifications And Certificates Of Training After The Receipt Of The Notice Of Award. Should There Be A Replacement Of Guards, Then The Individual Personnel Profiles Of The Replacing Security Guard/s Together With Their Technical Qualifications And Certificates Of Training Shall Be Submitted To Darpo Bayombong Before Assumption Of Work Of The Said Security Guard; 2. The Number Of Guards May Be Increased Or Decreased As The Need Arises Upon Mutual Agreement By The Darpo, Bayombong And The Agency; 3. Should Darpo, Bayombong Be In Need Of The Services Of Additional Security Guards, The Agency Shall Provide The Needed Number At The Same Service Rate And Under The Same Terms And Conditions In The Contract, Upon Written Request Of The Darpo, Bayombong; 4. The Agency Hereby Warrants To Make Available At All Times Duly Trained And Qualified Relievers And/or Replacements To Ensure Continuous Service In Case Of Absence Of The Assigned Guard, And To Exercise The Needed Supervision Over The Work Of Its Personnel, Provided That No Security Guard Shall Serve More Than A Continuous Twelve (12) Hours Duty In A Day; Specification 5. The Agency Shall Agree To Remove, Change Or Substitute Any Or All Of The Guards Whose Performance Or Showing Is/are Found Unsatisfactory, As Observed By And The Upon Notice Or Advice By Darpo, Bayombong, Nueva Vizcaya; 6. The Agency Shall Closely Check The Guards In The Performance Of Their Duties And Responsibilities By Conducting Inspection Any Time Of The Night Or Day To Ensure That They Are Not Committing Any Act Prejudicial To The Interest Of The Darpo, Bayombong; 7. There Shall Be No Employer-employee Relationship Between Darpo, Bayombong, Nueva Vizcaya And The Security Guards; 8. The Darpo Shall Not Be Responsible For Any Accident, Mishap, Or Injury Of Any Kind Or Nature Sustained Or Caused By Any Of The Guards Assigned By The Agency Including Death Resulting Therefrom; 9. The Agency Shall Be Solely Liable And Answerable For Claims, If Any, That May Be Made By Guards Under The Provisions Of The Labor Code, Presidential Decrees And Other Relevant Laws; 10. All And Whatever Benefits The Said Guards Or Their Heirs May Claim Relative To The Preceding Paragraph In Connection With Their Employment Shall Be Borne By The Agency; 11. The Agency Shall Be Exclusively Responsible For The Enforcement, Compliance, And Observance Of Labor Laws, Pertinent Rules And Regulations Governing Employer-employee Relationship Relating To The Operations, Management And Conduct Of Security Agencies; 12. The Agency Shall Protect The Darpo, Bayombong From Any Liability Arising From Non-observance Of Laws, Rules And Regulations Referred To In The Preceding Paragraph, And/or Whatever Claims, Cases, Either Administrative, Civil Or Criminal, Arising From Non-compliance With Agreement For Other Laws, Or As A Result Of This Contract; 13. The Agency Shall Be Liable To Darpo, Bayombong For Any Loss Or Damage That May Be Incurred Upon The Latter's Equipment, Buildings And Properties Within The Guarded Compound; 14. The Liability For Any Loss Or Damage Stated Under Paragraph 13 Is Subject To The Following Exceptions: A) Where The Loss Or Damage Occurs Inside A Closed Office, Building Or Compartment Into Which The Agency Or Its Agents Have No Access, In Which Case, The Agency Is Not Liable, Unless The Door Or Window Of Any Of The Office Building Or Compartment Is Forcibly Opened, And Such Was Not Prevented By Reason Of The Act Or Omission, Fault Or Negligence Of Specification The Guards. B) For Loss Of, And/or Damage To Property Delivered, Or Entrusted By The Darpo To Its Employees, Which Equipment Or Property Is Outside The Administrative Control Of The Agency At The Time Of Said Loss Or Damage, The Agency Is Not Liable. In This Connection, Properties Or Equipments Are Considered Outside The Administrative Control Of The Agency Only When The Same Are Brought Outside The Darpo's Premises Or Compound By The Authorized Employees Themselves. C) For Loss Of, And/or Damage To Property Resulting From Fortuitous Events Or Force Majeure; 15. For Any Loss Or Damage Stated Under Paragraph 13 The Agency Shall Indemnify The Darpo, Bayombong, Nv For Any Loss Or Damage To The Property Or Properties Of The Latter Provided That It Has Been Fully Established That Said Loss Or Damage Was A Result Of The Act Or Omission, Negligence Or Fault Of The Guard On Duty. To Ensure Compliance With This Undertaking, The Agency Shall Furnish The Darpo A Performance Security To Guarantee The Payment Of Such Claim Or Damages And Those Claims Arising From The Operation Of The Contract. It Is Understood, However, That The Liability Of The Agency Shall Not Be Limited To The Amount Of The Performance Security But To The Actual Loss Or Damage That May Be Suffered By The Darpo, Bayombong, Nv; 16. Any Unusual Occurrence In The Premises Noted By The Guard Should Be Reported Immediately In Writing By The Agency To Darpo, Bayombong, Nv Within Twenty-four (24) Hours From Its Occurrence; 17. The Loss Or Damage To Property Shall Be Brought To The Attention Of The Agency By The Darpo Within Twenty-four (24) Hours From Its Occurrence Or Discovery And Shall Immediately Be Acted Upon By The Agency; 18. The Agency Shall Provide The Security Guards Assigned To Darpo, Bayombong, At Its Own Expense, With The Necessary Serviceable, Dependable, Firearms And Ammunitions, And Adequate Equipment. The Agency Hereby Warrants That These Are Duly Licensed And That The Guards Have The Required Permits To Carry And Possess The Same. The Agency Shall Also Provide The Darpo Bayombong Copies Of The Result Of The Drug Test And Neuro-psycho Exams, Including Police And Nbi Clearances Of Each Security Guards Assigned To Darpo, Bayombong, N. V.; Specification 19. Training, Discipline And Administration Of The Security Guards Shall Conform To R.a. 5487 And Its Implementing Rules And Regulations, And The Rules And Regulations Of The Philippine National Police Supervisory Office For Security And Investigation Agencies (pnp Sosia). No Security Guard Shall Take Any Intoxicating/alcoholic Drink Or Prohibited Drugs Within The Premises Of The Guarded Compound Of The Darpo, Bayombong, N. V., Whether He/she Is On-duty Or Off-duty; Likewise, Smoking By Any Of The Security Guard Is Strictly Prohibited Within The Premises Of The Guarded Compound Of The Darpo, Bayombong, Whether He/she Is On-duty Or Off-duty; 20. In Case Of Emergency, Such As Outbreak Of Fire, Occurrence Of Earthquakes And Riots, The Agency Shall Provide The Darpo, Bayombong With A Contingent Of Three (3) Or More Security Guards On Reserve Duty To Augment And Reinforce The Security Force Thereat For The Protection Of The Properties And Of The Latter's Officers And Personnel Against Bodily Harm During The Emergency; 21. It Shall Monitor/supervise Regularly Their Security Guards By Assigning A Supervisor/personnel (who Is Not One Of The Security Guards) To Check Or Evaluate The Performance Of The Said Security Guards At Least Twice A Month And To Make A Corresponding Report To Be Submitted To The Chief Administrative Officer Of This Office On The First Week Of The Month Following The Said Evaluation; 22. It Shall Provide This Office Proof Of Remittances Of All Monthly Mandatory Contributions To The Proper Government Agencies Of All The Security Guards To Be Submitted Together With The Agency’s Monthly Billing Statement For This Office. Failure To Provide Proof Of The Same May Cause The Delay Of The Processing Of The Payment; 23. It Is Agreed That In Order To Have An Assurance That Salaries Of Security Guards Assigned By The Security Service Agency Were Paid On Time, The Darpo, Bayombong, Nueva Vizcaya Requires The Security Service Agency To Present A Certified Photocopy Of The Signed Payroll Of The Security Guards Assigned To The Darpo, Bayombong, N. V. Covering The Preceding Half-month Before Release Of Payment Is Made. It Is Understood That This Measure Is To Check Whether The Security Guards Have Been Paid For Individual Services Rendered In Accordance With The Stipulation Herein Agreed Upon And To Ensure The Security Guards Morale In The Performance Of Their Functions. The Security Service Agency Shall Be Entitled To An Adjustment Of The Stipulated Contract Price In The Event That The Minimum Wage Is Increased Or Such Similar Situation Subject To Renegotiation To Be Made With The Principal And Its Shall Be Understood That The Principal Will Not Be Held Liable For Unpaid Wages If The Security Service Agency Fail To Pay The Security Guards; Specification 25.25. It Shall Not During The Existence Of Its Services Or Anytime Thereafter Disclose To Any Person Or Entity Any Information Concerning The Affairs Of The Office Of The Ombudsman Which The Agency May Have Acquired By Reason Of Its Services. Total 616,722.92 The Proposal Duly Signed By You Or Your Authorized Representative, Accompanied By Required Forms Under Ra 9184, As Amended, Shall Be Submitted Not Later Than January 29, 2025; 10:00 Am At The Address Indicated Below: Esterlina P. Martin Head Secretariat, Bac Sgt. L.b. Perez, Don Mariano Perez Bayombong, Nueva Vizcaya Procurement Service-philgeps Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. In Case, However, A Supplier Intends To Submit Proposals For Several Requests For Quotation In Which The Deadline Of Submission And Opening Of Proposals Are Scheduled On The Same Date And Time, It May Submit One (1) Set Of Documents To Cover All The Rfqs Where It Wishes To Participate. The Envelope Shall Contain The Name Of The Contract To Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. Proposal And Other Documents Required May Either Be Submitted Manually At The Department Of Agrarian Reform, Sgt. Lb Perez St., Brgy. Don Mariano Perez, Bayombong, Nueva Vizcaya Or Electronically To Records.nuevavizcaya@dar.gov.ph On Or Before The Deadline Of Submission As Stated In This Rfq. Bidders Must Only Elect One Mode Of Submission. Unsealed Or Unmarked Envelopes, Or Corrupted Files In Case Of Electronic Submission, Shall Be Rejected. However, Envelopes That Are Not Properly Sealed And Marked Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Proposal As Submitted. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Proposals, And Labeled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. (signed) John Daryl L. Yacapin Bac-chairperson N.b: Suppliers Not Directly Invited May Participate. The Duly Accomplished Proposal (annex A, B, C, And D) Shall Be Submitted On Or Before The Deadline For Submission Of Proposal Or Any Extension Thereof. The Following Documents Shall Also Be Submitted During Submission Of Offers: 1. Mayor’s Permit For The Year 2024; 2. Philgeps Registration Number; 3. Omnibus Sworn Statement (annex “d”), 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. Philgeps Platinum Registration Certificate With Updated Annex A. Instructions For Format And Signing As Stated Above Shall Apply To Non-directly Invited Suppliers.
8801-8810 of 8905 archived Tenders