Manpower Tenders
Manpower Tenders
National Irrigation Administration Tender
Environmental Service
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 4.4 Million (USD 76.3 K)
Details: Description Request For Expression Of Interest For Social Environmental Impact Assessment (seia) For Lipitan Srip Pb # Occmdo-imo-2024-043 1. The Nia Occidental Mindoro Irrigation Management Office Through The General Appropriation Act Of Cy2024 Intends To Apply The Sum Of Four Million Four Hundred Twenty Five Thousand Nine Hundred Nine Pesos Only (₱ 4,425,909.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2024-occi-con-(seia)liptansrip-4.6m-043. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Nia Occidental Mindoro Imo Now Calls For The Submission Of Eligibility Documents For The Social Environmental Impact Assessment (seia) For Lipitan Srip, At San Jose/rizal, Occidental Mindoro. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before December 6, 2024, (friday) 10:30 Am At Nia Training Center, Airport Road, San Roque, San Jose, Occidental Mindoro. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From Nia Occidental Mindoro Imo And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 29, 2024 From The Address Below Upon Payment Of Five Thousand Pesos Only (php 5,000.00) To The Cashier. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. A Pre-bid Conference Will Be Held On December 13, 2024 (friday) 10:00 Am At Nia Training Center, Airport Road, San Roque, San Jose, Occidental Mindoro. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Not More Than Three (3) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Criteria Rating Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firms Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants 50% Manpower Qualifications 30% Current Workload Relative To Capacity 20% Total 100% 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Deadline Of Submission Of Bids Shall Be On January 3, 2025, 9:00 Am And Its Opening Shall Be On January 3, 2025 (friday), 10:00 Am At Given Address Below Which Should Be Attended By The Managing Officer. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. No Attorney-in-fact Allowed To Participate In The Bidding. 7. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure At A Weight Ratio Of 70% For The Technical Proposal And 30% For The Financial Proposal. The Criteria And Rating System For The Evaluation Of Proposals Shall Be Provided To The Instruction To Bidders. 8. The Contract Shall Be Completed Within One Hundred Eighty (180) Calendar Days. 9. The Nia Occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Joselle Elijah T. Sapo Bac Secretariat Head Nia Occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043) 4570250 / 0977-8247254 / 0920-9595102 Niaoccmindoroimo150@gmail.com November 29, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A
Board Of Investments Makati City Metro Manila Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description I. Project Summary This Provides A Terms Of Reference For The Catering And Food Services For The Upcoming Gawad Bayanihan Sa Pamumuhunan Awarding Ceremony “making It Happen With A Whole-of-nation Strategy” On February 06, 2025 At Malacanang Palace, And Requires The Services Of Qualified Supplier Which Is Accredited By The Malacanang Palace To Provide Excellent Service. Ii. Rationale On February 23, 2023, The Office Of The President Issued Executive Order No. 18: Constituting Green Lanes For Strategic Investments. Eo 18 Provided A Relevant Policy Guideline That Would Create Appropriate Conditions Needed To Develop The Country's Competitiveness Through The Promotion Of Ease Of Doing Business For Strategic Investments. Eo 18 Mandated All Government Agencies To Establish "green Lanes," Special Mechanisms For Streamlining, Expediting, And, As Much As Possible, Automating Processes Involved In Securing Government Permits, Licenses, And Approvals For Strategically Identified Projects. Eo 18 Integrated The So-called "whole-of-government Approach" To Avoid Delays Brought About By Redundant Or Duplicative Requirements From Various Agencies. It Has Been Designed To Eliminate Regulatory Impediments And Institutional Barriers To The Timely Completion Of Socio-economic Programs Of High Priority. It Likewise Aimed At Promoting The Country's Competitiveness For Foreign Direct Investments (fdis) Through Increased Capital Inflows For Stimulating National Economic Growth And Development By Improving Infrastructure And Expanding Employment Opportunities. With The Eo, The Government Guaranteed Inter-agency Coordination From The Country And, Therefore, Made It More Attractive Destination For The Location Of Fdis. Eo 18 Tasked The Department Of Trade And Industry And The Board Of Investments To Establish A One Stop Action Center For Strategic Investments (osac-si) To Serve As A Single Point Of Entry From All Strategic Investments. The Osacsi Coordinated With All Concerned Agencies, Together With The Investments Facilitation Network Or Infanet Member Agencies, To Ensure That Our Partners In The Business Sector Receive Necessary Support Toward The Realization Of Their Strategic Investments. The Launch Of Eo 18 And The Covenant Signing Event On July 13, 2023, Brought Together National Government Agencies, Local Government Units, And Private Sector Stakeholders To Raise Awareness Of The Eo. This Event Underlined The Government’s Commitment To Making The Philippines More Business-friendly By Addressing Barriers To Investment. Heads And Representatives Of Infa-net Member Agencies Have Signed The Covenant To Pledge Their Support To Eo 18 And Its Provisions Specifically Focusing On The Seamless Coordination Among Government Agencies For The Realization Of Strategic Investments Through The Streamlining And Expediting Of The Permitting And Licensing Processes. As Of 31 December 2024, Osacsi Has Endorsed A Total Of 176 Projects As Strategic Investments Eligible For Green Lane Services. These Projects Represent A Total Investment Of Php4.536 Trillion, Which Can Lead To Further Creation Of More Businesses And Employment Opportunities. Eo 18, Marked A Significant Step Toward Improving The Ease Of Doing Business In The Philippines. By Fostering Inter-agency Coordination, Minimizing Bureaucratic Delays, And Creating Investor-friendly Pathways, The Government Positioned The Philippines As One Of The Top Investment Destinations In Southeast Asia. Moving Forward, Green Lane Services Would Remain Essential In Advancing The Country’s Economic Development Objectives. Iii. Objectives Ensure Seamless Catering Services To Facilitate Smooth Implementation And Achieve The Main Objective Of The Event. • Awarding Of Valuable Contributions - Gawad Bayanihan Sa Pamumuhunan Iv. Expected Outputs And Deliverables The Supplier Shall Provide, At Its Own Expense, Materials, Machinery And Equipment, Manpower And Supervision, And Other Ancillary Works Necessary To Effect And Ensure The Satisfactory Completion Of The Event Following The Required Specifications: A. Catering Requirements 1. Am Snacks 2. Free-flowing Coffee (brewed, With Separate Creamer And Sugar), Hot Chocolate (if Available), Tea, And Water. B. Additional Requirements 1. Consider A Dedicated Staff To Assist Pwd Attendees 2. Verify That Health And Safety Protocols, Including Covid-19 Measures, Are In Place, If Applicable. V. Qualifications 1. Accredited By Malacañang 2. Requires Appropriate Attire On The Venue 3. Accepts Postponement Or Rescheduling Of Event 4. Accept Send Bill Arrangement Payment Process Vi. Approved Budget And Payment Terms The Approved Budget For The Contract (abc) Allocated For The Procurement Of Catering And Food Services Are As Follows, Inclusive Of All Applicable Government Taxes And Charges, Professional Fees, And Other Incidental And Administrative Costs: Particulars Abc Am Or Pm Snacks (plated) For 150 Pax *2000 Php300,000.00 Total Php300,000.00 Send Bill Arrangement. Full Payment Of The Contract Shall Be Processed Thirty (30) Days After The Event. The Provider Shall Be Paid 100% Of The Agreed Contract Price Upon Completion Of Deliverables And The Issuance Of The Corresponding Certificate Of Satisfactory Service By The End-user.
Municipality Of Sibulan, Negros Oriental Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 2.3 Million (USD 39.7 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Sibulan Barangay Looc Office Of The Bids And Awards Invitation To Apply For Eligibility And To Bid The Barangay Government Of Looc, Sibulan, Negros Oriental Invites All Interested Supplier For The Project; Purchase Of Dump Truck – Barangay Looc. Total Abc Php. 2,305,054.00 Qty. Unit Decription Unit Cost Amount Purchase Of Dumptruck – Barangay Looc Unit Brand New Mini-dumptruck Specification: - All Parts Are Brand New - 3.5-4.0 Cu.m. Load Capacity - Engine; Cylinders; 4 In-line, Displacement; (cc) 2900 – 3600 Turbo – Inter Cooler Diesel Engine - Cab With Air Condition - Power Steering - With Logo - Equipped Tools - With Spare Tire - With Registration And Insurance - With Available Local Service Center - With Readily Available Original Spareparts Incase Of Repair/replacement Needs - Tire (6 Wheeler) - Single 215/75r17.5 (front) - Dual 215/75r17.5 (rear) Warranty: - State The Coverage Of Warranty Period Note: - Provide More Technical Specifications & Brochure Of The Unit You Quote. Abc: P2,305,054.00 Bidder’s Bond (2% Of Abc): P46,101.08 Requirements (one Original/certified True Copy Set - To Be Compiled In A Sealed Envelope With Complete Label Of The Supplier’s Information, Name Of Project, And Date Of Bid Opening) 1. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. For Expired Business/mayor’s Permit, Kindly Attach The Expired Document Together With The Receipt Of Business Taxes Paid As Proof That The Supplier Is Applying For Business Permit Renewal. 2. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives. 4. In The Case Of Procurement Of Infrastructure Projects, A Valid Pcab License And Registration For The Type And Cost To The Contract To Be Bid; 3. Tax Clearance Per E.o. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). 4. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr, Except For Foreign Bidders Participating In The Procurement By A Philippine Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of This Irr; 5. Statement Of All Ongoing Government And Private Contracts; 6. Statement Of Slcc; 7. Nfcc Computation Or Committed Line Of Credit; 8. Audited Financial Statement; Stamped Received By The Bir; 9. In The Case Of Procurement Of Infrastructure Projects, A Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid; 10. Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of This Irr, If Applicable; 11. Bid Security In The Prescribed Form, Amount And Validity Period; Form Of Security 1. Cash Or Cashier’s/manager’s Check Issued By A Universal/commercial Bank (2% Of Abc) 2. Bank Draft/irrevocable Letter Of Credit (2% Of Abc) 3. Surety Bond (5% Of Abc) 5. Bid-securing Declaration 12. Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales Service/parts, If Applicable; 13. Omnibus Sworn Statement. Additional Requirements For Drugs And Medicines Suppliers Only: (per Coa Circular No. 2024-010, Dated July 31, 2024) For The Procurement Of Locally Manufactured And Imported Drugs And Medicines: 14. Valid Certificate Of Product Registration (cpr) Issued By The Food And Drug Administration (fda) 15. Batch Notification, Lot Release Certification From Fda Or Its Equivalent, As Required By Fda For Specific Drugs And Medicines 16. Valid License To Operate (lto) Issued By The Fda For Suppliers, Distributors And Traders Pre-bid Conference Will Be On January 31, 2025, 9am At The Barangay Hall Of Looc, Sibulan, Negros Oriental. Bid Documents Shall Be Available For The Issuance To Prequalified Bidders On February 3-12, 2025 At The Bac Secretariat Of Barangay Looc, Sibulan. Sealed Bids In One (1) Set Shall Be Received By The Bac Of Barangay Looc Sibulan, Negros Oriental Not Later Than February 12, 2025, 9am And Then Publicly Opened At 9:00am On The Same Date. The Barangay Government Of Looc Sibulan Reserves The Right To Reject Any Of All Bids Should Circumstances So Warrants. Antonio E. Benitez Bac Chairman
City Of Tabaco Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 20 Million (USD 345.7 K)
Details: Description Invitation To Bid For Improvement Of Sanitary Landfill Sitio Nagsipit, Brgy. Mariroc, Tabaco City Contract Id No. 011-02-2025-infra-pb 1. The City Government Of Tabaco, Through The 20% City Development Fund (sb No. 3-2024), Intends To Apply The Sum Of Twenty Million Pesos (php 20,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Sanitary Landfill, Sitio Nagsipit, Brgy. Mariroc, Tabaco City Under Contract Id No. 011-02-2025-infra-pb. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tabaco Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150 Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The City Government Of Tabaco And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. To 4:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10-march 03, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (p25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The City Government Of Tabaco Will Hold A Pre-bid Conference On February 18, 2025, 9:30am, Bac Conference Room, 2f Annex Bldg., Tabaco City Hall, Tabaco City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00am, March 03, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 03, 2025, 9:30am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Other Necessary Information: Minimum Pcab License Category: General Engineering Project Size Range: Sewerage And Sewage System- Small B Minimum Manpower Requirements: • 1 Project Manager • 1 Project Engineer • 1 Materials Engineer • 1 Construction Foreman • 1 Safety Officer • 1 First Aider • 18 Skilled Laborer • 25 Common Laborer Minimum Equipment Required: • 1unit Self-loading Truck • 2 Units Backhoe, Crawler Type, 0.80 Cu.m • 1 Unit Bulldozer, D65a-8/155hp • 1 Unit Road Roller, Vibratory, Single Smooth Drum, Sp 56 • 1 Unit Road Grader, 140hp / G710a • 1 Unit Water Truck, 1000gal • 2 Units Bar Cutter • 2 Units Bar Bender • 2 Units Concrete Vibrator • 4 Units Concrete Mixer, One-bagger • 4 Units Stake Truck • 1 Unit Jackhammer, With Air Compressor • 1 Unit Concrete Cutter • Enough Handtools 11. The City Government Of Tabaco Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Jovito Bron Coderis, Jr. Bac Chairman / City Legal Office Bac Office / City Legal Office 2f Annex Bldg., Tabaco City Hall, Tabaco City Email: Bactabaco16@gmail.com Website: Tabacocity.gov.ph 13. You May Visit The Following Website: For Downloading Of Bidding Documents: Www.tabacocity.com.ph February 10, 2025 (sgd.) Atty. Jovito Bron Coderis, Jr. Bac Chairperson
City Of Danao Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 622.5 K (USD 10.7 K)
Details: Description Republic Of The Philippines Danao City Brgy. Guinacot Invitation To Apply For Eligibility And To Bid Concreting Of Barangay Road @ Brgy. Guinacot,danao City The Brgy. Guinacot, Tends To Apply The Sum Of Php 622,531.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Barangay Road @ Brgy. Guinacot, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Guinacot Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding Of Concreting Of Barangay Road @ Brgy. Guinacot, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost Are All Provided In The Line Items Below After This Description. Php 622,531.00 The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On February 20-27, 2025 At 1:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts / Notice Of Awards 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer,supplier,or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Danao City Mayor’s Permit To Bid Submission And Receipts Of Bids On February 27, 2025 At 1:00 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Guinacot, Danao City. Technical Envelope: 1. Declaration Of Business Interest 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 Maintenance Costs, If Applicable Instructions To Bidders: 1.)for Winning Bidders,performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.)retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.)all Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.)the City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items ; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184),otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines,as Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents,itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project.the Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon. Roy Lato Barangay Chairman Guinacot, Danao City
Province Of Iloilo Tender
Furnitures and Fixtures
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 299.1 K (USD 5.1 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-03-np (sv) Reference Pr No. Gov-25-03 January 10, 2025 ________________________ ________________________ _________________________ 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 14, 2025 At 9:00 A.m. With The Bids And Awards Committee At The Bids And Awards Committee-secretariat, 5th Floor, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). (sgd)atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱299,190.00 Place Of Delivery: Iloilo Provincial Capitol, Iloilo City Date Of Delivery: 5 Calendar Days Upon Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 250 Pc Coco Lumber, 2”x4”x12’ 357.00 2 150 Pc Coco Lumber, 2”x4”x8’ 240.00 3 135 Pc Coco Lumber, 2”x4”x10’ 299.00 4 150 Pc Coco Lumber, 2”x2”x12’ 179.00 5 200 Pc Coco Lumber, 2”x2”x10’ 146.00 6 50 Pc Bamboo Poles 156.00 7 65 Pc Wooven Sawali, 8’x8’ 380.00 8 80 Lin.m. Laminated Sack, 12’ Wide 169.00 9 8 Box Common Wire Nails, 4” 1,983.00 10 10 Kilo Common Wire Nails, 1-1/2” 85.00 11 7 Box Common Wire Nails, 2-1/2” 2,113.00 Terms & Conditions 1. All Materials Shall Be Delivered At The Iloilo Provincial Capitol. 2. The Supplier Shall Inform The Office Of The Provincial Engineer And Submit Letter Of Inspection Attached With A Copy Of Approved Purchase Order (p.o.) Five (5) Days Prior To The Delivery Of The Materials. 3. Winning Bidder Shall Deliver The Materials Five (5) Days Upon Receipt Of Notice To Proceed. 4. Materials To Be Delivered Shall Be Of Good Quality. Any Material Found To Be Defective Shall Be Returned And Replaced By The Supplier At His/her Own Expense. 5. Liquidated Damages Shall Be Charged To The Supplier For Every Day Of Delay. 6. The Iloilo Provincial Government Reserves The Right To Rescind/cancel The Contract If Deemed Necessary And To The Best Interest Of The Government. 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.
National Irrigation Administration Tender
Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 2.8 Million (USD 48.3 K)
Details: Description Invitation To Bid For Improvement Of Baribuan Cis Pb # Occmdo-imo-2025-017 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2025 Intends To Apply The Sum Of Two Million Eight Hundred Twenty Five Thousand One Hundred Seventy Six Pesos & 87/100 Only (₱ 2,825,176.87) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-occi-baribuancis-3m-017. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Improvement Of 0.325 Km Canal Lining And 4 Structure For Baribuan Cis At Sta. Cruz, Occidental Mindoro. Completion Of The Works Is Required Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Equipment Requirement: One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) One (1) Unit – Plate Compactor One (1) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) One (1) Unit – Bar Cutter One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) One (1) Unit – Water Pump 4” Dia. One (1) Unit – Service Vehicle (5 Sitter) One (1) Unit – Concrete Vibrator One (1) Unit – Water Truck (min. Water Cap. 1000l) One (1) Unit – Welding Machine One (1) Unit – One Bagger Mixer With Complete Accessories Three (3) Units – Concrete Cylinder Mold (6 In. X 12 In.) Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Five Thousand Pesos Php. 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 10:30 A.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 9:00 A.m. Of January 15, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 10:00 A.m. January 15, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A
Municipality Of Caibiran, Biliran Tender
Civil And Construction...+2Construction Material, Water Storage And Supply
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 299.9 K (USD 5.1 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Water System Materials Location : So, Lgu Of Caibiran, Biliran Delivery Period : 10 W.d. Abc : P299,960.00 Source Of Funds : Philhealth Trust Fund All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Pcs G.i. Tee 1 X 1 ½” 7 2 Pcs Teflon Tape (big) 1 3 Pcs ½ “ G. I. Elbow 10 4 Rolls 1” P.e. Pipes 15 5 Rolls ½” P.e. Pipes 1 Schedule Of Activities: (negotiated Procurement – Two Failed Bidding) Advertisement : January 14, 2025 To January 17, 2025 Bid Evaluation : January 20, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 1. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 Until January 17, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 2. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 3. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 20, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 4. Bid Evaluation Shall Be On January 20, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 5. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 6. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production Delivery Schedule 4. Manpower Requirement 5. After Sales Service/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps009
National Irrigation Administration Tender
Civil And Construction...+1Others
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 38.2 Million (USD 655.1 K)
Details: Description Invitation To Bid For Construction Of Mamara Sip Pb # Occmdo-imo-2025-023 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2025 Intends To Apply The Sum Of Thirty Eight Million Two Hundred Seventy Thousand Twenty Four Pesos & 90/100 Only (₱ 38,270,024.90) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-occi-mamarasip-40m-023. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Construction Of Phase I With Target Diversion Structure And Canal Lining For Mamara Sip At Abra De Ilog, Occidental Mindoro. Completion Of The Works Is Required Two Hundred Forty (240) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Equipment Requirement: One (1) Unit – Bulldozer (min. Of 160 Hp) One (1) Unit – Loader (min. Of Bucket Size: 1.50 Cu.m.) Three (3) Unit – One Bagger Mixer One (1) Unit – Backhoe (min. Of Bucket Size: 0.50 Cu.m.) Two (2) Unit – Plate Compactor Three (3) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) Two (2) Unit – Bar Cutter One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) Two (2) Unit – Water Pump 4” Dia. One (1) Unit – Service Vehicle (5 Sitter) Two (2) Unit – Concrete Vibrator One (1) Unit – Water Truck (min. Water Cap. 1000l) One (1) Unit – Welding Machine Three (3) Units – Concrete Cylinder Mold (6 In. X 12 In.) With Complete Accessories Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From December 27, 2024 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024, From Given Address In The Amount Of Twenty Five Thousand Pesos Php. 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On January 3, 2024; 4:00 P.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 1:00 P.m. Of January 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 2:30 P.m. January 17, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address December 27, 2024 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A
Municipality Of Caibiran, Biliran Tender
Automobiles and Auto Parts
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.3 Million (USD 73.3 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Purchase Of 6 Wheeler (8 Cu.m.) Garbage Truck – Brand New Location : Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P4,300,000.00 Source Of Funds : 20% D.f. 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 1.0 Unit 6 Wheeler (8 Cu.m.) Garbage Truck – Brand New • With Lgu Decals And Logo • Including Delivery And Insuran Schedule Of Activities: (1st Posting) Advertisement : January 6, 2025 To January 13, 2025 Pre-bid Conference : January 14, 2025 (11:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bid Evaluation : January 28, 2025 (11:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 6, 2025 Until January 27, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos. [p5,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. The Local Government Unit Of Caibiran Will Hold A Pre-bid Conference On January 14, 2025 At 11:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran, Which Shall Be Open To Prospective Bidders. 5. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 28, 2025 At 11:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 6. Bid Evaluation Shall Be On January 28, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps003
9281-9290 of 9635 archived Tenders