Manpower Tenders
Manpower Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Others
United States
Details: Service: Lawn And Grounds Maintenance Services
location(s): Federal Buildings
1500/2306/2312 East Bannister Road,
601/701 East 12th Street, 8930 Ward Parkway
kansas City, Missouri
500 State Street, 850 Nebraska
kansas City, Kansas
service: Snow Removal Services
location(s): Federal Buildings
601/701 East 12th Street, 300/400 East 9th Street
kansas City, Missouri
500 State Street, 850 Nebraska
kansas City, Kansas
naics: 561730 Landscaping & Snow Removal Services
full And Open Competition
base Period Of Performance (anticipated): April 1, 2025 - October 31, 2025
potential Ultimate Expiration Date (assuming All Options Exercised) October 31, 2029
this Scope Of Work Is Organized In Two Parts: Part I- Lawn & Grounds And Part Ii- Snow Removal. The Contractor Shall Provide All Personnel, Supplies, Equipment, Supervision, Etc. To Meet Contract Requirements As Described Herein. The Contractor Shall:
comply With All Applicable Federal , State And Local Laws And Regulations
be Capable Of Working All Areas Simultaneously If Required By The Cor(s)
be On Site, With Equipment, Personnel, Tools And Commence Work Within 24 Hours (see Part Ii – Snow Removal For Exceptions) Upon Receipt Of An Order.
wear Distinctive Clothing Appropriate For The Type Of Work To Be Performed. Uniforms Shall Have The Contractor’s Name, Logo Or Monogram Affixed, Visible And Easily Identifiable.
provide To The Cor The Names And Contact Information For All Key Personnel.
execute Work Under This Contract As Not To Interfere With The Normal Work And Activities Of The Facility
keep Equipment On-site Until All Work Is Completed And Contract Requirements Are Met.
maintain Equipment In Good Operating Condition And Operate In A Safe, Careful And Efficient Manner.
equipment Breakdown Will Not Relieve The Contractor Of Meeting Contract Requirements
if The Cor Deems A Piece Of Equipment Unsafe Or In Disrepair, The Contractor Shall Immediately Stop Using The Piece Of Equipment And Remove It From The Site(s)
the Contractor Shall Furnish All Necessary Labor, Materials, Supplies, Equipment And Supervision To Provide Lawn, Tree, Shrub, Flower And Field Maintenance As Described Within The Official Statement Of Work For The Following Federal Buildings:
601/701 East 12th Street, Kansas City, Mo
8930 Ward Parkway, Kansas City, Mo
1500/2306/2312 East Bannister Road, Kansas City, Mo
500 State Ave Kansas City, Ks
850 Nebraska Ave, Kansas City, Ks
the Government May Add Other Building(s), Or Work To This Contract. All Changes Will Be Negotiated.
part Ii – Snow Removal
description Of Work
the Contractor Shall Furnish All Necessary Labor, Materials, Supplies, Equipment And Supervision To Provide Snow And Ice Pushing/removal/hauling/disposal As Described Herein For Federal Buildings, 601/701 East 12th Street And 300/400 E 9th Street In Kansas City, Missouri, And Federal Buildings, 500 State Ave And 850 Nebraska Ave In Kansas City, Kansas. The Government May Add Other Building(s), Or Work To This Contract. All Changes Will Be Negotiated.
the Contractor Shall Perform Snow And Ice Removal From Entrances, Steps, Landings, Sidewalks, Driveways, Plaza Areas, Roadways, Parking Areas, Paved Areas, Handicap Accessible Areas And Approaches. This Includes Snow And Ice Removal Requiring Heavy Equipment (ride-on Equipment Such As Front End Loaders, Backhoes, Skid Loaders, Snow Plows, Trucks, Trailers Etc.).
the Contractor Shall “automatically” Commence Snow Removal Operations When There Is Accumulation Of 2 (two) Inches Or Greater Of Snow, Unless Called Sooner By The Cor. It Is The Contractor’s Responsibility To Monitor Weather Forecasts And Conditions And Execute Services Accordingly.
gsa Reserves The Right To:
order Services When The Contractor Has Not Deemed Services Necessary
order Services When Snow Accumulation Has Yet To Reach 2 Inches
order Services Outside Of Normal Business Days/hours, Such As Weekends And/or Holidays ∙
halt Services At Any Time
if The Cor Orders Services Sooner, The Contractor Shall Move Their Equipment To The Site And Begin Work Within A Maximum Of Two (2) Hours After Service Is Ordered. The Contractor Shall Keep Necessary Equipment And Manpower At The Site And Continue With The Performance Of The Snow Removal Until It Is Completed To The Satisfaction Of The Cor.
the Contractor Shall Clear Snow And Ice Before And During The Normal Building Operating Hours To Prevent A Slip Hazard. Work Completed During The Evening Shall Be Completed To Such An Extent As To Allow Safe And Easy Access And Will Be Inspected At The Following Times:
601 And 701 E. 12th Street: 5:30 A.m.
300 And 400 E. 9th Street: 6:30 A.m.
500 State Street: 6:30 A.m.
850 Nebraska: 6:30 A.m.
work Completed During The Day Shall Be Inspected As Determined By The Cor. For Work Completed In The Evening And Otherwise, The Cor Will Inspect The Work Following Notification Of Completion.
salt, Or Synthetic Equivalent, Shall Be Applied To The Entrances, Steps, Landings, Sidewalks, Handicap Ramps, Parking And Driving Areas In Sufficient Amounts To Ensure Safe Walking And Driving Areas And To Reduce Safety Hazards Due To Freezing Rain And Snow Unless Called Sooner By The Cor.
vendor Requirements To Qualify To Submit Proposal
please Note, These Are Not All The Evaluation Factors. The Listed Factor Is The Minimum Experience Requirement To Be Able To Qualify For A Potential Award. The Government Will Identify All Evaluation Factors In An Upcoming Rfp.
work Experience
to Receive Consideration For Award, The Offeror As The Prime Contractor, Shall Submit Two (2) Work Experience References. References Shall Be Submitted Using The Worksheet For Submitting Work Experience (attachment 3). These References Will Be Evaluated As Follows:
one (1) Reference Must Be From A Current And/or Previous Lawn And Grounds Maintenance Contract Performing A Similar Service In Multiple Location(s), With Whom You Have Had A Continuous Working Relationship For Not Less Than Two (2) Years Within The Last Five (5) Years.
additionally, One (1) Reference Must Be From A Current And/or Previous Snow Removal Contract Performing A Similar Service In A Multiple Location(s), With Whom You Have Had A Continuous Working Relationship For Not Less Than Two (2) Years Within The Last Five (5) Years.
Closing Date24 Jan 2025
Tender AmountRefer Documents
City Of Danao Tender
Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of T-shirt And One (1) Pair Of Footwear For Educational Support Program For Pupils From Grade 1 To Grade 6 To All Schools In Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The City Mayor’s Office Intends To Apply The Sum Of Php2,999,543.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of T-shirt And One (1) Pair Of Footwear For Educational Support Program For Pupils From Grade 1 To Grade 6 To All Schools In Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of T-shirt And One (1) Pair Of Footwear For Educational Support Program For Pupils From Grade 1 To Grade 6 To All Schools In Danao City, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. T-shirt And One Pair Of Footwear Size: (31-35) 2,543 Sets 2. T-shirt And One Pair Of Footwear Size: (36-40) 1,496 Sets 3. T-shirt And One Pair Of Footwear Size: (41-45) 154 Sets Specs: T-shirt Drifit, Plain White With Mother Logo Of Danao + Danao Here A Now Print On The Leftside Of The Chest With Printed Danao Now Sleeves Black Rubber Sole With Leather Body In Green Reflectorize Color Way With Danao Logo In The Heel Section Php2,999,543.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 15-27, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On January 28, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date28 Jan 2025
Tender AmountPHP 2.9 Million (USD 51.1 K)
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangays, Barangay Ibo, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php55,211.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Improvement Of Streetlights At Various Barangays, Barangay Ibo, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Improvement Of Streetlights At Various Barangays, Barangay Ibo, Danao City, As Follows; Seq. Item Description Quantity 1. Portland Cement 6 Bags 2. Washed Sand 1 Cu.m 3. Washed Gravel 1 Cu.m 4. 10mmø X 6.0m Deformed Steel Bar 7 Length 5. 12mmø X 6.0m Deformed Steel Bar 6 Length 6. G.i. Tie Wire #16 9 Kg 7. 1/2" Plywood Ordinary 2 Sht 8. 2” X 2” X 10’ Coco Lumber 10 Length 9. 2” X 3” X 10’ Coco Lumber 6 Length 10. 2” Cwn 2 Kg 11. 3” Cwn 2 Kg 12. Hacksaw Blade 4 Pcs 13. 75mm Ø G.i Pipe Post (sch.40) 2 Length 14. 50mm Ø G.i Pipe Post (sch.40) 2 Length 15. 16mmø X 300mm Anchor Bolts With Nuts And Washers 8 Pcs 16. 12mm Thk. X 150mm X 200mm Base Plate 4 Pcs 17. Welding Rod 1 Box 18. 300 Watts Solar Light 2 Set Php55,211.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 30-february 05, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date5 Feb 2025
Tender AmountPHP 55.2 K (USD 944)
Municipality Of San Marcelino, Zambales Tender
Solid Waste Management...+1Transportation and Logistics
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Lgu Of San Marcelino, Zambales Through The General Fund Intends To Apply The Sum Of Five Million Pesos (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”, Project Id No. Goods-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Marcelino Now Invites Bids For The “hauling And Disposal Of Residual Waste (solid Waste Disposal Services)”: Product Id Product Id No. Goods-2025-03 Item No. Qty Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1. 157 Containers (32 Cubic Meter/fully Loaded Container) Hauling And Disposal Of Residual Waste (solid Waste Disposal Services) 31,847.13 5,000,000.00 Total Php5,000,000.00 Delivery Period January To December 2025 Terms Of Reference: 1. The Basis Of Billing Will Be In Cubic Meter Which Will Be Determined By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. 2. Service Provider Will Utilize Hook Lift In Transporting The Waste Which Ever Necessary. 3. The Service Provider Will Provide Container Bins At The Accessible Transfer Station Of The Municipality That Has A Stable Ground Condition, Preferably Concreted. 4. All Vehicles Should Be In Good Running Conditions And Shall Be At Lgu Dispatching Area Before The Start Of The Operation Together With Driver And Loader Which Will Be Provided For Further Briefing And Discussion. 5. The Service Provider Shall Provide Dump Trucks To Be Used To Collect Garbage From Mrf Of Lgu San Marcelino, Zambales And Will Be Disposed Directly To A Sanitary Landfill. 6. Service Provider Must Provide An Environmental Compliance Certificate (ecc) Approved By Denr. 7. The Garbage Collected Must Be 12 Inches Lower Than The Edge Of The Dump Box And With Safety Net. 8. The Lgu San Marcelino Will Provide The Necessary Equipment And Manpower To Load The Residual Waste To Container Bin. 9. The Lgu Of San Marcelino, Zambales Will Issue Dispatched Tickets To Validate The Origin Of Waste Billing, Monitoring And Reporting Purposes. 10. The Weighing Of Garbage Collected Should Be Manned By Lgu Personnel. 11. Service Provider Shall Shoulder The Damage Incurred During Operation Within The Area Of Operation And Shall Observe Strictly On The Policy On Garbage Disposal Of The Lgu Of San Marcelino, Zambales. 12. Service Provider May Claim Monthly Billing. 13. For Purposes Of Payment, The Computation Shall Be As Follows: Payable- Number Of Cubic Meter By The Size Of A Fully Loaded 32 Cubic Meter Container Bin Provided By The Service Provider. Unit Cost – Quoted Price During Canvass Or Public Bidding No. Of Cubic Meter- Cubic Meter Waste Collected During Operation 14. Service Provider Must Be Ready To Start Operation With Driver And Loader Immediately Upon Receipt Of Notice To Proceed. 3. Delivery Of The Goods Is Required Immediately Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii, Instruction To Bidders. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The Government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders Should Be Enrolled In The Electronic Filing And Payment System (efps) Program Of The Bureau Of Internal Revenue (bir), Pursuant To Executive Order No. 398, Rr 3-2005, And Must Be Registered Under The Philippine Government Procurement System (philgeps). 5. Interested Bidders May Obtain Further Information From The Municipality Of San Marcelino, Zambales And Inspect The Bidding Documents At The Address Given Below From Monday To Friday 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 11-30, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Of Five Thousand Pesos (php 5,000.00). 6. The Municipality Of San Marcelino Will Hold A Pre-bid Conference On January 17, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 8:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be January 31, 2025, 9:00 Am At The Bac Office, San Marcelino, Zambales. 8. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents Php 5,000.00 (non-refundable) Inspection/selling Period Of Bidding Documents January 11-30, 2025 Bac Office San Marcelino, Zambales Pre-bid Conference January 17, 2025, 9:00 Am Bac Office San Marcelino, Zambales Deadline Of Submission Of Bids On Or Before January 31, 2025, 8:30 Am. Opening Of Bids January 31, 2025, 9:00 Am Bac Office San Marcelino, Zambales 9. The Municipality Of San Marcelino Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. In Case Pre-bid/bid Opening Falls On A Holiday Or If Conditions Do Not Permit The Holding Of A Bidding, It Will Be Held The Next Working Day. For Further Information, Please Refer To: Bids And Awards Committee Secretariat Municipal Hall Municipality Of San Marcelino Zambales 2207 (047)-602-2123 Engr. Armida Fabelinia Municipal Engineer Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 5 Million (USD 85.3 K)
Municipality Of Sibulan, Negros Oriental Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan Barangay Calabnugan -o0o- Bids And Awards Committee ______________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Barangay Calabnugan Sibulan, Negros Oriental Invites All Interested Suppliers For The Purchase Of Materials – Rehabilitation Of Day Care Center With The Following Details; Total Abcd P 173,115.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Rehabilitation Of Day Care Center A. Lot 1 Hardware 20 Lgths Spanish Gutter 24’’ Cut, Pre-painted Green 1 Ltrs All Purpose Epoxy 8 Lgths 3” ⌀ Pvc Sanitary Pipe S1000 6 Pcs 3” ⌀ Pvc Elbow 90° S1000 1 Shts L=2.44m X W=0.76m G.i. Plain Sht, Thk=0.49mm 5 Kls 4” Cw Nails 2 Cans Solvent Cement 1/4l 2 Box Blind Rivets 1/8” X 3/8” (4-4) 5 Pcs Metal Drill Bit 40mm X 70mm X 1/8” ⌀, Good Quality 6 Bags Portland Cement Type-1 2 Units 0.7m X 2.1m Pvc Door 2 Sets Stainless Door Knob Heavy Duty, Good Quality 5 Pails Latex Paint Semi-gloss Color: Pale Orange, Good Quality (for Walls) 1 Pails Latex Paint Semi-gloss Color: Light Brown, Good Quality (for Columns) 4 Gals Enamel Gloss Paint, Good Quality 4 Gals Paint Thinner 3 Pcs 1” Paint Brush 5 Pcs 2” Paint Brush 6 Pcs 7” Roller W/ Tray 1 Kl Cotton Rug Approved Budget Contract P 57,990.00 Bidders Bond 2% Of The Approved Budget P 1,159.80. B. Lot 2 Aggregates 2 Cu.m Washed Sand, River Source Approved Budget Contract P 2,200.00 Bidders Bond 2% Of The Approved Budget P 44.00 C. Lot 3 Lumber 25 Pcs 2” X 4” X 10’ Coco Lumber 15 Pcs 2” X 3” X 10’ Coco Lumber Approved Budget Contract P 6,325.00 Bidders Bond 2% Of The Approved Budget P 126.50. D. Lot 5 Glass Doors And Windows 2 Units ¼” Thk X 1.0m X 2.10m Bronze Glass Swing Door On Analok Aluminum Framing (powder Coat Black), Including Heavy Duty Lockset And Including Installation 2 Units 8 Blades Bronze Glass ¼” Thk X 0.68m X 0.5m – Jalousie Jalouplus Window Frame Heavy Duty, Including Installation 1 Unit 8 Blades Bronze Glass ¼” Thk X 0.68m X 0.68m – Jalousie Jalouplus Window Frame Heavy Duty, Including Installation 4 Units ¼” Thk X 1.33m X 1.31m Bronze Glass Sliding Window On Analok Aluminum Framing (powder Coat Black), Including Installation 2 Units ¼” Thk X 0.69m X 1.27m Bronze Glass Sliding Window On Analok Aluminum Framing (powder Coat Black), Including Installation 2 Units ¼” Thk X 1.33m X 1.31m Bronze Glass Sliding And Fix Window On Analok Aluminum Framing (powder Coat Black), Including Installation Approved Budget Contract P 106,600.00 Bidders Bond 2% Of The Approved Budget P 2,132.00 Eligibility Requirements 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. 14. License To Operate From Fda And Certificate Of Product Registration (for Drugs And Medicine Suppliers) This A Line Item Bidding. Bid Documents Shall Be Available For Issuance To Prequalified Bidders On January 15-22, 2025. Sealed Bids In One (01) Set Shall Be Received By The Bac Of Calabnugan Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 22, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The Barangay Hall, Calabnugan Sibulan, Negros Oriental. The Local Government Unit Of Calabnugan Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Eusebio C. Pis-an Bac Chairman
Closing Date22 Jan 2025
Tender AmountPHP 173.1 K (USD 2.9 K)
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Slope Protection Of Landslide Prone Areas At Sitio Campar Barangay Licos, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php203,831.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Slope Protection Of Landslide Prone Areas At Sitio Campar Barangay Licos, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Slope Protection Of Landslide Prone Areas At Sitio Campar Barangay Licos, Danao City, As Follows; Seq. Item Description Quantity 1. Class A Boulder (maximum 10 Kg) 74 Cu.m 2. 40-kg Portland Cement 199 Bags 3. Mixed Sand 11 Cu.m 4. Fined Sand (for Plastering) 3 Cu.m 5. 16”ø Reinforced Concrete Culvert Pipe 2 Pcs 6. 76mm.ø X 3.00mtrs. Pvc Pipe (ordinary) 6 Lengths 7. Hacksaw Blade 6 Pcs 8. River-washed Sand 1 Cu.m 9. River-washed Gravel 2 Cu.m 10. 10mm.ø X 6.0m Deformed Bar 2 Lengths 11. #12 Welding Electrode 1 Kg 12. 4”ø Cutting Disc 4 Pcs 13. 100mm.ø X 6.00mtrs G.i Pipe Sch.-40 1 Length 14. Ga-16 X 4’ X 8’ Pre-fab Steel Plate (including Bending) 1 Sht 15. 16mm.ø X 150mm. Machine Bolt With Nut And Washer Full 4 Pairs 16. 10mm.ø X 38mm. Machine Bolt With Nut And Washer 8 Pairs 17. 14”ø Cutting Disc 2 Pcs 18. Reflectorized Rubber Based Paint (yellow) 1 Gal 19. Reflectorized Rubber Based Paint (black) 1 Gal 20. Epoxy Primer (gray) 1 Gal 21. 2” Paint Brush 2 Pcs 22. 3” Paint Brush 2 Pcs 23. Paint Thinner 1 Gal 24. Paint Tray 1 Pc 25. 20mm. X 25m. Masking Tape 2 Rolls Php203,831.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
Closing Date21 Jan 2025
Tender AmountPHP 203.8 K (USD 3.4 K)
Province Of Iloilo Tender
Textile, Apparel and Footwear...+1Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-05-np (sv) Reference Pr No.gov-25-05 January 11, 2025 ________________________ ________________________ ________________________ Email Add: The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 16, 2025 At 9:00 A.m. With The Bids And Awards Committee At The 5th Floor Bac Secretariat Office , Iloilo Provincial Capitol Building, Bonifacio Drive Iloilo City, After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos Only(php500.00) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: Php250,000.00 Place Of Delivery: Office Of The Governor Date Of Delivery: Before January 25, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1000 Pcs T-shirt With Print , Design To Be Supplied By Iloilo Provincial Government Size: Free Size ( Male And Female) 250.00 Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ____________________________________________________________ Bid Amount In Words: __________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.gov-25-05-np(sv) Reference Pr No.gov-25-05 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Before January 25, 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. Marie Jill L. Tamudtamud Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date16 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Department Of Education Sorsogon City Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Negotiated Procurement Due To Two-failed Biddings Project Title Project Gamit 2.0 Gaining Access To Meaningful Learning Through Instruction Tools And Equipment Packages Brief Description/ Schools/ /amount 1. Bread And Pastry Production: Abuyog National Hs- 259,851.00 Gatbo National Hs- 259,851.00 2. Cookery : Abuyog National Hs- 702,982.00 Gatbo National Hs- 702,982.00 3. Food And Beverages Services: Abuyog National Hs - 571,245.00 Gatbo National Hs - 571,245.00 4. Local Guiding Services: Sawanga National Hs - 23,090.05 5. Hairdressing : Sorsogon National Hs- 323,170.00 6. Wellness Massage: Sorsogon National Hs - 198,338.00 Total - Php3,612,754.00 Project Identification No. : 001-25-goods-project Gamit 2.0- Tvl/tle Approved Budget For The Contract Three Million Six Hundred Twelve Thousand Seven Hundred Fifty Four Pesos (php3,612,754.00) Mode Of Procurement: Negotiated Procurement – Two-failed Biddings 1. In View Of The Two (2) Failed Biddings Previously Conducted, The Department Of Education, Sorsogon City Division, Through Its Bids And Awards Committee (bac), In Accordance With Section 53.1 Of The 2016 Revised Implementing Rules And Regulations (2016 Rirr) Of Republic Act (ra 1984 Invites Technically, Legally, And Financially Capable Supplier/dealers To Participate In The Negotiated Procurement For The Project Gamit 2.0 Gaining Access To Meaningful Learning Through Instruction Tools And Equipment Packages Under Two Failed Biddings. 2. The Division Of Sorsogon City Requires That The Items Be Delivered Within Thirty (30) Calendar Days From Receipt Of Notice To Proceed (ntp). 3. The Division Of Sorsogon City Will Engage In Negotiations With Three (3) Suppliers Namely: Writeshop Enterprises, Me Rainbow Trading And Amm Trading. 4. The Schedule Of Activities Are As Follows: Activities/ Schedule/venue A) Issuance And Availability Of Negotiation Documents- February 3 To 10, 2025 (9:00 A.m. To 5:00 A.m.) - Division Office, Sorsogon East Central School, Burabod, Sorsogon City B) Conduct Of Pre-bid Conference/negotiation- February 6, 2025 (9:00 A.m.)- Division Office, Sorsogon East Central School, Burabod, Sorsogon City C) Deadline For The Submission Of Negotiation Documents- February 10, 2025 (8:30 A.m.)- Division Office, Sorsogon East Central School, Burabod, Sorsogon City D) Opening Of Negotiation Documents - February 10, 2025 (9:00 A.m.)- Division Office, Sorsogon East Central School, Burabod, Sorsogon City 5. The Three (3) Supplier/bidder May Obtain Further Information From The Bac Secretariat During Office Hours From Monday To Friday At 8:00 A.m. To 5:00 A.m. 6. The Division Of Sorsogon City Waves The Imposition Of Fee For The Negotiation Documents. 7. Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. The Three (3) Suppliers/bidders Shall Be Required To Submit Their Documents In Physical Form On The Stated Address. 9. The Three (3) Suppliers/bidders Shall Submit Three (3) Copies Of The Technical And Financial Components Of Its Bid. All Copies Shall Be Stamped As Certified Copies Of Their Original. 10. Eligibility Documents “class A Documents” Legal Documents (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);] Or (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Documents. And [c] Mayor’s Or Business Permit Issued By The City Or Municipality Were The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And (d) Tax Clearance Per E.o. No. 398 S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And (i) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Financial Component Envelope (m) Original Of Duly Signed And Accomplished Financial Bid Form; And (n) Original Of Duly Signed And Accomplished Price Schedule(s) 11. The Division Of Sorsogon City Reserves The Right To Reject Any And All Bids, Declare A Failure If Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Rirr Of Ra 9184 Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Josephine P. Cochico Head Of Bac Secretariat Josephine.cochico@deped.gov.ph Contact No. : 09301832359 13. You May Visit The Website For Downloading Of Bidding Documents Depedsorsogoncity.com Elena D. Hubilla Cid - Chief Bac Chairman
Closing Date10 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.2 K)
Municipality Of Sibulan, Negros Oriental Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan -o0o- Bids And Awards Committee ___________________________________________________________________________ Invitation To Apply For Eligibility And To Bid The Local Government Unit Of Sibulan, Negros Oriental Invites All Interested Suppliers For The Project: Purchase Of Materials – Construction Of Kamandagan Box Culvert – Maningcao With The Following Details; Total Abc P 1,706,953.00 Qty Unit Description Unit Cost Total Cost Purchase Of Materials – Construction Of Kamandagan Box Culvert – Maningcao Lot 1 Hardware 1547 Bags Portland Cement (type 1) Delivered On Site 24 Length 25 Mm Ø X 6.0 M Def. Rsb 162 Length 20 Mm Ø X 6.0 M Def. Rsb 170 Length 16 Mm Ø X 6.0 M Def. Rsb 430 Length 12 Mm Ø X 6.0 M Def. Rsb 18 Length 10 Mm Ø X 6.0 M Def. Rsb 256 Kls #16 Gi Tie Wire 80 Kls 4” Cw Nails 40 Kls 3” Cw Nails 25 Kls 1½” Cw Nails 41 Pcs Hacksaw Blade, Good Quality 2 Rolls Trapal, Good Quality 50 Pcs Empty Boulder 1 Kl #60 Nylon 80 Shts ½” X 4’ X 8’ Phenolic Board 60 Pcs 5/8” Ø X 1” Bolt & Nut W/ Washer 1 Gal Red Oxide 1 Gal Quick Dry Enamel Paint, Black 1 Gal Quick Dry Enamel Paint, Yellow 2 Pcs 3” Paint Brush 12 Length 2” Ø Pvc Pipe Sanitary 2 Mtrs Mesh Wire (ayagan) 2 Rolls Caution Tape Approved Budget Contract P 914,953.00 Bidders Bond 2% Of The Approved Budget 18,299.06 Lot 2 Aggregates 113 Cum Mixing Sand – River Source 46 Cum ¾” Ø Fine Gravel – River Source 94 Cum 1” Ø Round Gravel – River Source 177 Cum Head Size Boulders (0.20m – 0.30m) – River Source 50 Cum Aggregate Base Course (item 201) Approved Budget Contract P 576,400.00 Bidders Bond 2% Of The Approved Budget P 11,528.00 Lot 3 Lumber 350 Pcs 2” X 2” X 12’ Coco Lumber – Delivered On Site 470 Pcs 2” X 3” X 12’ Coco Lumber – Delivered On Site 250 Pcs 2” X 4” X 12’ Coco Lumber - Delivered On Site 50 Pcs 2” X 8” X 12’ Coco Lumber – Delivered On Site Approved Budget Contract P 210,600.00 Bidders Bond 2% Of The Approved Budget P 4,212.00 Lot 4 Signages 1 Pc Coa Tarpaulin Signage 2.4 M X 2.4 M 1 Pc Construction Tarpaulin Signage 1.2m X 2.4m 10 Pcs Construction Tarpaulin Signage 0.54m X 0.76m Approved Budget Contract P 5,000.00 Bidders Bond 2% Of The Approved Budget P 100.00 Requirements 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Pre-bid Conference Will Be Held On January 10, 2025, 2pm At 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental Bid Documents Will Be Available For Issuance To Prequalified Bidders On January 13-22, 2025 (excluding Weekends And Holidays). Sealed Bids In One (01) Set Shall Be Received By The Bac Of Sibulan, Sibulan, Negros Oriental Not Later Than 2:00 Pm Of January 22, 2025 And Then Publicly Opened At 2:00 Pm On The Same Date At The 2nd Floor, Bac Office (inside Sibulan Multipurpose Building And Evacuation Center), Sibulan, Negros Oriental. The Local Government Unit Of Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Engr. Christian B. Cuevas Bac Chairman
Closing Date22 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.1 K)
City Of Cadiz Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Cadiz City Bid Documents For The Construction Of Water Tank Stand With Plastic Water Tank & Installation Of Water Pipelines, Patricio Elementary School, Brgy. Magsaysay, Cadiz City (1) Bids And Awards Committee Cadiz City Invitation To Bid/request For Expression Of Interest The City Government Of Cadiz, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractor’s Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project : Construction Of Water Tank Stand With Plastic Water Tank & Installation Of Water Pipelines Location : Patricio Elementary School, Brgy. Magsaysay, Cadiz City Abc : P500,000.00 Contract Duration : 45 C.d. Date/time Of Bidding : January 30, 2025 – 9:30 A.m. Place Of Pre-bid/bidding : Bac Conference Room, Cadiz City Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, City Legal Office, Cadiz City, Upon Their Payment Of A Non-refundable Amount Of Five Thousand Pesos (p5,000.00) To The Cadiz City Cashier. Bac Reserves The Right To Review The Qualifications Of The Bidders After The Bidding And Before The Contract Is Executed. Should Such Review Uncover Any Misrepresentation Made In The Eligibility Statements, Or Any Changes In The Bidder’s Situation As To Materiality Downgrade The Substance Of Such Statements, The Bac Shall Disqualify The Bidder Upon Due Notice Without Any Obligation Whatsoever For Any Expense Or Loss That May Be Incurred By It In The Preparation And Submission Of Its Eligibility Statements And Bid. Bac Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bid Documents, Nor Does It Guarantee That An Award Will Be Made. Atty. Reggie C. Placido Bac Chairman (2) Bid Tender January 30, 2025 The Chairman Bids And Awards Committee Cadiz City Subject: Construction Of Water Tank Stand With Plastic Water Tank & Installation Of Water Pipelines, Patricio Elementary School, Brgy. Magsaysay, Cadiz City Sir: Following Is The Bid Schedule And The Corresponding Prices, Which We Are Offering In Connection With The Subject Bidding: Item No. Scope Of Works/description Qty. Unit Unit Price Amount A General Requirements 1 Mobilization & Demobilization 1 Lot 2 Provide Project Sign Board 1 Lot 3 Occupational Safety & Health 1 Lot B Construction Of Water Tank Stand B.1 Earthworks 1 Lot B.2 Concrete Works 1 Lot B.3 Formworks & Scaffoldings 1 Lot B.4 Steel Works 1 Lot C Pipelaying C.1 Excavation Works 1 Lot C.2 Installation Works 1 Lot Total Bid Amount In Figures: P_____________________________________ Total Bid Amount In Words: _____________________________________ _____________________________________ The Offer Is Valid For 120 Days From The Date Of The Opening Of Bids And Other Terms Of The Offer Conform With The Requirements Of The Instruction To Bidders. Very Truly Yours, Signature Of Bidder: _________________________ Name Of Bidder : _________________________ Address : _________________________ (3) The Minimum Equipment Requirement Shall Be As Follows: Type Of Equipment Required Total Remarks None Bid Tender Documents For The Aforementioned Project Will Be Available For Issuance To Interested Bidders Upon Payment Of Non-refundable Amount Of Five Hundred Pesos (p500.00) Per Set Not Later Than January 30, 2025. All Particulars Relative To Pre-qualification, Bid Security, Performance Security, Pre-bid Conference, Bidding, Evaluation On The Bid Tender And Award Of Contract Shall Be Governed By The Provisions Of The Implementing Rules And Regulations Of R.a. 9184 Governing Government Procurements Including Infrastructure Contracts. The Bids And Awards Committee (bac) Reserves The Right To Reject Any Or All Bids, Waives Any Defect Therein And Accepts The Offer Most Advantageous To The Government. Atty. Reggie C. Placido Bac – Chairman (4) Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: [provide Description/clarification Of What Are Major Categories Of Work]. 7.1 [specify The Portions Of Works And The Maximum Percentage Allowed To Be Subcontracted, Which Shall Not Be Significant Or Material Components Of The Project As Determined By The Procuring Entity.] 10.3 [specify If Another Contractor License Or Permit Is Required.] 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Civil Engineer Construction Foreman Skilled Laborer Unskilled Laborer 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units 12 [insert Value Engineering Clause If Allowed.] 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P10,000.00 [insert Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. The Amount Of Not Less Than P25,000.00 [insert Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.2 Partial Bids Are Allowed, As Follows: Item No. Scope Of Works Qty. Unit Amount P A General Requirements 1 Mobilization & Demobilization 1 Lot 8,000.00 2 Provide Project Sign Board 1 Lot 4,221.00 3 Occupational Safety & Health 1 Lot 18,070.00 B Construction Of Water Tank Stand B.1 Earthworks 1 Lot 6,935.00 B.2 Concrete Works 1 Lot 25,966.80 B.3 Formworks & Scaffoldings 1 Lot 95,528.00 B.4 Steel Works 1 Lot 77,562.00 C Pipelaying C.1 Excavation Works 1 Lot 3,504.00 C.2 Installation Works 1 Lot 141,983.00 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.
Closing Date29 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
9071-9080 of 9303 archived Tenders