Paint Tenders

Paint Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 1.9 Million (USD 33.8 K)
Details: Description 1st Invitation To Bid For 25pl0021 – Convergence And Special Support Program - Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services - Construction (completion) Of Multi-purpose Building, Calanan, Barangay Calanan, Tabuk City, Kalinga December 26, 2024 1. The Dpwh-lower Kalinga District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 1,980,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pl0021 – Convergence And Special Support Program - Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services - Construction (completion) Of Multi-purpose Building, Calanan, Barangay Calanan, Tabuk City, Kalinga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-lower Kalinga District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program - Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services - Construction (completion) Of Multi-purpose Building, Calanan, Barangay Calanan, Tabuk City, Kalinga Contract Id No. : 25pl0021 Locations : Tabuk City, Kalinga Scope Of Works : Construction Of Column, Tile Works, Glass Partitions, Ceiling Works, Painting Works And Electrical Works Approved Budget For The Contract : Php 1,980,000.00 Contract Duration : 85 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-lower Kalinga District Engineering Office And Inspect The Bidding Documents At Bulanao, Tabuk City, Kalinga During Weekdays From Mondays To Fridays At 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By The Interested Bidders On December 27, 2024 – January 16, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-lower Kalinga District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025, 10:00 Am At Dpwh-lower Kalinga District Engineering Office, Conference Hall, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lowerkalinga@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 16, 2025, 10:00 A.m At Dpwh-lower Kalinga District Engineering Office, Conference Hall. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-lower Kalinga District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To 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. 13. For Further Information, Please Refer To: Bac Chairperson: Generoso T. Mukay Head –procurement Staff: Marivic T. Pagala Address: Dpwh-lower Kalinga Deo Address: Dpwh-lower Kalinga Deo Cellphone No. 0936-370-7985 Cellphone Nos. 0905-778-6534 Email Address: Dpwhlkdeobac@yahoo.com Email Address: Dpwhlkdeobac@yahoo.com Approved By: Generoso T. Mukay Bac Chairperson

Municipality Of San Andres, Romblon Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Invitation To Bid: Construction Of Barangay Hall Matutuna, San Andres, Romblon The Barangay Government Of Matutuna, San Andres, Romblon Through Blgsf Fund 2024 Intends To Apply The Sum Of One Million Nine Hundred Ninety Seven Pesos And Eighty One Centavos (php1,000,997.81) Only Being The Approved Budget For The Contract (abc) To Payments Under The Project: Construction Of Barangay Hall Phase -2 At Barangay Matutuna, San Andres, Romblon. Bids Received In Excess Of Abc Shall Be Automatically Rejected At Bid Opening. The Barangay Government Of Matutuna, San Andres, Romblon, Now Invites Bids For The Project: Construction Of Barangay Hall Phase -2 At Barangay Matutuna, San Andres, Romblon. Completion Of Works Is Required Within 40 Calendar Days After Issuance Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Is Contained In The Bidding Documents, Particularly, Section Ll Of Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 9ra 9184), Otherwise Known As The Government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizen/sole Proprietorship, Or Organization With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. Interested Bidders May Obtain Further Information From The Bac Of Municipal Government Of San Andres, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 12:00 Noon And From 1:00 To 5:00pm A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non Refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippines Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Free For The Bidding Document Not Later That The Submission Of Their Bids. The Bac Of Blgu Mari-sur, San Andres, Romblon Will Hold A Pre-bid Conference On January 15, 2025 At 1:00 Pm At The Barangay Hall, Matutuna, San Andres, Romblon, Which Shall Be Open To All Interested Parties. Bids Must Be Delivered To The Address Below On Or Before January 27, 2024 At 9:00am At Barangay Hall, Matutuna, San Andres, Romblon. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. Bids Will Be Opened On January 27, 2025 At 9:00 Am At The Municipal Hall, Matutuna, San Andres, Romblon In The Presence Of The Bidder Or Bidders’ Representatives Who Choose To Attend The Bidding. Late Bids Shall Not Be Accepted. The Barangay Government Of Matutuna, San Andres, Romblon Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Barangay Government Of Matutuna, San Andres, Romblon, 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. For Further Information, Please Refer To: Joana G. Eran Head Bac Secretariat Kgd. Jovan J. Ignacio Bac Chairman Bill Of Quantities Item No. Unit Item Description Qty. Unit Cost Total Cost 900(1)c2 Cu. M. Structural Concrete For Column (class A, 28 Days) 3.07 900(1)c5 Cu. M. Structural Concrete For Suspended Slab (class A, 28 Days) 0.45 900(1)c6 Cu. M. Structural Concrete For Beams/girders (class A, 28 Days) 4.07 902(1)a Kgs Reinforcing Steel (deformed) Grade 40 455.99 902(1)b Kgs Reinforcing Steel (deformed) Grade 60 634.03 903(2) Sq.m. Formworks And False Works 46.08 Part B- Finishing 1003(1)a1 Sq.m 4.5mm Fiber Cement Board On Metal Frame Ceiling 59.50 1007(2) L.s Aluminum Framed Glass Doors 1.00 1008(2) L.s Aluminum Glass Window 1.00 1013(2)a2 L.m Fabricated Metal Roofing Accessory (flashings) 33.60 1014(1)b2 Sq.m Prepainted Metal Sheets (rib Type, Long Span, 0.50mm Thk) 68.40 1018(1) Sq.m. Glazed Tiles And Trims 57.96 1027(1) Sq.m Cement Plaster Finish 160.78 1032(1)c Sq.m Painting Works(steel) 92.70 1046(2)a1 Sq.m 100mm Chb Non-load Bearing (including Reinforcing Steel) 80.39 1047(2)a Kgs Structural Steel Trusses 1,582.02 1047(2)b Kgs Structural Steel Purlins 315.12 1051(1) M Railing 42.00 Part C- Electrical Works 1100(10) Lot Conduits, Boxes And Fittings (conduit Works/conduit Rough-in) 1.00 1101 Lot Wires And Wiring Devices 1.00 1102(1) Lot Panelboard With Main And Branch 1.00 1103(1) Lot Lighting Fixtures 1.00

City Of Danao Tender

Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Treasurer’s Office Intends To Apply The Sum Of Php1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office 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 Supply And Delivery Of Four (4) Sets Container Van As Storage For Old Ballot Boxes For The City Treasurers Office, As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. Used International Cargo-container Van 4 Sets 20ft Standard Including Cutting & Installation Of Door Painting Inside & Outside With Delivery & Unloading Php1,000,000.00 Delivery Of The Goods Is Fifteen (15) 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

Municipality Of Sibunag, Guimaras Tender

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

National Historical Commission Of The Philippines Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 3.5 Million (USD 61.1 K)
Details: Description 1. The National Historical Commission Of The Philippines, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Three Million Five Hundred Seventy Four Thousand Four Hundred Forty Five Pesos And 18/100 (php 3,574,445.18) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Restoration Of Cariño House – 2nd Posting. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Historical Commission Of The Philippines Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Forty (240) Calendar Days. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) On Restoration Of Unreinforced Masonry Structure And Ceiling Painting. 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 National Historical Commission Of The Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 4:00 Pm Or Via Bac@nhcp.gov.ph. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 14 January 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 Five Thousand Pesos (php 5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Via A Photocopy Of The Receipt Included In The Submitted Bid Or Via E-mail (bac@nhcp.gov.ph) 6. The National Historical Commission Of The Philippines Will Hold A Pre-bid Conference On 22 January 2025, 9:30 A.m. At Nhcp Building, T.m. Kalaw Ave., Ermita, Manila And/or Through Videoconferencing/webcasting Via Microsoft Teams App Which Shall Be Open To Prospective Bidders. You May Access The Microsoft Teams Thru This Link: Https://bit.ly/prebid_cari%c3%b1ohouse. 7. Bids Must Be Duly Received By The Records Section Or Any Representative Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below On Or Before 03 February 2025, 9:30 A.m. (monday). One (1) Original And Three (3) Additional Copies Of The Technical And Financial Proposals Must Be Provided. Late Bids Shall Not Be Accepted. Please See The Diagram Below For Your Guidance. 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 For The Technical And Financial Proposals Shall Be On 03 February 2025 (monday) At 9:30 A.m And 10:30 A.m., Respectively At The Given Address Below And/or Through Microsoft Teams App. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. You May Access The Microsoft Teams Thru This Link: Https://bit.ly/bidopening_carinohouse. 10. All Bidders Are Reminded That Each And Every Page Of The Bidding Documents Submitted Should Be Duly Signed By The Bidder’s Authorized Representative/s Pursuant To Section 25.8 Of The 2016 Revised Irr Of R.a. No. 9184. Moreover, All Legally Executable Documents (e.g. Omnibus Sworn Statement) Must Be Duly Notarized. Submitted Bids Which Have Unsigned Pages And/or Unnotarized Legal Documents Shall Be Considered Non-responsive. 11. All Bidders Should Sufficiently Provide Information On The Bill Of Quantities Form. Any Modifications Such As Revising The Quantity Of Materials And/or Items And Providing Additional Cost (i.e., Additional Labor Cost) That Are Beyond The Agency Estimate Are Strictly Prohibited. Such Are Grounds For The Bids To Be Considered Non-responsive Pursuant To Section 32.2 Of The 2016 Revised Irr Of R.a. No. 9184. 12. All Bidders Are Advised To Adopt The New, Revised Format Of The Omnibus Sworn Statement Issued Pursuant To Gppb Circular No 4-2020 As Adopted By Gppb Resolution No. 16-2020. The Revised Format Of The Oss Consists Of 10 Articles/paragraphs (with Two New Additional Provisions Since The Previous 2016 Edition), A Template Of Which May Be Downloaded From The Gppb Website Thru This Link Http:www.gppb.gov.ph/downloadable-forms/#tab-61412 13. The National Historical Commission Of The Philippines 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. 14. For Further Information, Please Refer To: Maria Cristina V. Ilagan Bac Secretariat Head National Historical Commission Of The Philippines T.m. Kalaw Ave., Ermita, Manila 1000 E-mail Address: Bac@nhcp.gov.ph Cellphone No.: 0998-3442179 / 08981030989 Telephone No.: (02) 53351208 Website: Http://www.nhcp.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://nhcp.gov.ph/category/nhcp/procurement/bid-opportunities/ For Online Bid Submission: Bit.ly/online-bid-submission 14 January 2025 ________________________________ Rosario V. Sapitan Bac Chairperson

Municipality Of Alcantara, Cebu Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Standard Form Number: Sf-infr-05 Revised On: Invitation To Apply For Eligibility And To Bid The Municipality Of Alcantara, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Source Of Fund : Gen Fund 20% Df 2024 Continuing Appropriation Name Of Project : Completion Of Multi Purpose Building / Evacuation Center At Brgy Palanas Location : Barangay Palanas , Alcantara Cebu Brief Description : Supply Of Labor Materials And Equipment For The Completion Of Multi Purpose Building / Evacuation Center At Barangay Palanas Abc : Php 500,000.00 Contract Duration : 60 Calendar Days Prospective Bidders Should Have Experience In Undertaking Similar Project Within Last 2 Years With An Amount At Least 50% Of The Proposed Project For Bidding, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. Prospective Bidder Should Have A Good Standing In Terms Of Project Implementation , No Pending / Delays Project Implementation. The Bac Will Use Non Discretonary Pass/fall 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 Provissions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Submission Of Letters Of Intent And Application For Eligibility January 20, 2025 - February 5, 2025 2. Submission Of Eligibility Requirements January 20, 2025 - February 5, 2025 3. Issuance Of Bid Documents January 20, 2025 - February 5, 2025 4. Pre-bid Conference 5. Opening Of Bids February 5, 2025 2 Pm 6. Bid Evaluation February 6, 2025 7. Post Qualification February 10, 2025 8. Notice Of Award February 13, 2025 The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount That Shall Correspond To The Abc As Indicated In The Table From General Guidelines On The Sale Of Bidding Document And To Paid To The Municipal Treasurer Of Alcantara Cebu The Municipality Of Alcantara Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Dates Of Publication: Engr. Arturo M. Palencia Newspaper: Bac Chairperson Philgeps January 17, 2024 Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Program Of Works Name Of Project : Completion Of Multi Purpose Building/evacuation Center At Brgy Palanas Scope Of Works : Rehabilitation/improvement Of Elevated Flatform Mode Of Implementation : Straight Contract Location : Barangay Palanas , Alcantara Cebu Duration : 45 Calendar Days Source Of Fund : General Fund 20% Df 2024 Minimum Equipment Requirement : Service Truck, Power Tools , Hand Tools Approved Budget For The Contract : Php 500,000.00 Technical Personnel Requirement : Site Engineer, Foreman, Skilled Worker , Laborer # Item / Description Qty Unit Material Cost Labor Cost Equipment Cost "ocm 15% Of Dc" "profit 10% Of Dc" "vat 5% Of Dc+ocm+p" Total 1 General Requirements 1.1 Mobilization / Demobiization 1 Lot 2,500.00 1.2 Temporary Facilities 1 Lot 10,000.00 1.3 Safety Requirements 1 Lot 2,500.00 1.4 Billboard 1 Lot 2,421.88 2 Earthworks 14.60 Sq.m. 11,680.00 584.00 1,839.60 1,226.40 766.50 16,096.50 3 Ramp 12 Sq.m. 24,760.00 8,666.00 433.30 5,078.90 3,385.93 2,116.21 44,440.34 4 Formworks And Scaffoldings 1 Lot 21,240.00 7,434.00 371.70 4,356.86 2,904.57 1,815.36 38,122.49 5 Carpentry Works ( Ceiling + Overhang Ceiling + Wall ) 110 Sq.m. 46,550.00 16,292.50 814.63 9,548.57 6,365.71 3,978.57 83,549.98 6 Electrical Works 1 Lot 38,750.00 13,562.50 678.13 7,948.59 5,299.06 3,311.91 69,550.19 7 Painting Works 150 Lot 52,360.00 18,326.00 916.30 10,740.35 7,160.23 4,475.14 93,978.02 8 Signage And Logo 1 Lot 80,000.00 4,000.00 12,600.00 8,400.00 5,250.00 110,250.00 9 Plastering Works 10 Sq.m. 2,800.00 1,260.00 63.00 618.45 412.30 257.69 5,411.44 10 Metal Works 6 Sq.m. 11,800.00 4,130.00 206.50 2,420.48 1,613.65 1,008.53 21,179.16 Total Estimated Project Cost 278,260.00 81,351.00 8,067.56 55,151.80 36,767.85 22,979.91 500,000.00 Prepared By : Ok As To Appropriation : Fund Availability : Approved By : Engr. Arturo M. Palencia Karen B. Lisondra Edison Incipido Atty, Fritz A. Lastimoso Municipal Engineer Municipal Budget Officer Munciipal Treasurer Municipal Mayor

Department Of Environment And Natural Resources - DENR Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.5 K)
Details: Description Please Refer To The Attach Activities And Agreement Under Itb. Invitation To Bid For The Construction Of Small Water Impounding System (swis) Of Cenro Cantilan At Brgy. Bayogo, Madrid, Surigao Del Sur. 1. The Denr-r13, Penro-tandag City, Surigao Del Sur, Through The [mooe 2025 And Year] Intends To Apply The Sum Of One Million Nine Hundred Five Thousand Pesos (php1,905,000.00) Only, Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Denr-r13, Penro-tandag City, Surigao Del Sur Now Invites Bids For Procurement The Construction Of Small Water Impounding System (swis) Of Cenro Cantilan, Surigao Del Sur. Described Hereunder: Item No. Item Description Qty. Unit Approved Budget For The Contract (abc) Part I Other General Requirements Permits And Clearance Project Billboard/signboard Occupational Safety And Health Program Mobilization/demobilization 1.00 2.00 1.00 1.00 L.s Each L.s L.s Php 1,905,000.00 Part Ii Part A Part B Part C Civil And Plumbing Works Earthwork Clearing And Grubbing Structure Excavation ( Common Soil) Excavation And Backfill For Pipeline Installation Embankment From Structure Excavation Gravel Bedding Plain And Reinforced Concrete Work Structural Concrete (reservoir) Class A. 28 Days Structural Concrete ( Water Source), Class A, 28 Days Reinforcing Steel ( Deformed, Grade 40 Formworks And Falseworks Finishing And Other Civil Works 2 1/2’’ø Hdpe Pipe ( Pe80, Sdr 13.6) Laying And Assembly 2’’ø Hdpe Pipe ( Pe80, Sdr 13.6) Laying And Assembly G.i. Pipe Laying And Assembly Pipe Fittings Assembly Painting & Water Proofing Steal Works Roofing Works 1.00 23.29 54.21 3.59 10.87 18.00 1.67 1,461.48 161.81 840.00 1,740.00 1.00 1.00 40.11 1.00 1.00 L.s Cu.m Cu.m Cu.m Cu.m Cu.m Cu.m Kgs Sq.m. Ln.m Ln.m L.s L.s Sq.m L.s L.s Delivery Of Service Is Required To Be Completed One Hundred Twenty (120) Calendar Days Upon Receipt Of Notice To Proceed (ntp). 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. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Denr-r13, Penro-tandag, Surigao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m., Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Denr-r13, Penro-tandag, Surigao Del Sur Will Hold A Pre-bid Conference On February 5, 2025 9:30 A.m. At Penro-tandag, Surigao Del Sur, Penro Conference, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 At 2:00 2.m. Bidders Are Requested To Submit One (1) Original And Three (3) Copies Of Their Bids. Bidders Are Likewise Requested To Bring The Originals Of The Documents Submitted And Present The Same For Comparison During The Bid Opening. Bid Opening Shall Be On February 18, 2025, 2:00 P.m. At Penro-tandag,surigao Del Sur, Penro Conference. 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. 8. The Denr-r13, Penro-tandag, Surigao Del Sur 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. 9. For Further Information, Please Refer To: Annavic Joy C. Lao Procurement Officer Denr Penro Tandag City Surigao Del Sur (086) 211-3545/09173078372 Penrosdsgss@gmail.com 10. You May Visit The Following Website For Downloading Of Bidding Documents: Website: Https://penrosurigaodelsur.com Ruel O. Ladaga Chief Management Services Division Bac Chairperson

U S COAST GUARD USA Tender

Machinery and Tools...+2Automobiles and Auto Parts, Aerospace and Defence
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation Number 70z08025qzb004 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated May, 22,24. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310 nsn 2010 01 627 9761 Propeller, Right Hand oem: Michigan Wheel Co. pn: 531914 qty: 5 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn: 2010 01 627 9761 item Propeller p/n: 531914 shipping Weight: Xxxx Lbs (including Crate) government Contract No.: 70z080xxxxxxxxxxx (per Contract). words: Coast Guard Sflc Material Condition A, 1 Ea. delivery: delivery Is Required 3/1/25 . Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than 1/23/25 2 Pm Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Nina Crosby No Later Than 22 January 25. Quote Shall Be Emailed To Nina.m.crosby@uscg.mil.

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Details: Description Invitation To Bid For 25ei0115 - Construction (completion) Of Multi-purpose Building At Barangay Aplaya, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Aplaya, Bongabong, Oriental Mindoro, Phase Ii /25ei0115. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Aplaya, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0115 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit Multi-purpose Building (covered Court) At Aplaya, Phase Ii. This Includes Installation Of End Wall Flashing At Front And Rear, Construction Of Concrete Bleachers At Left Side, Plastering, Painting Works, Storm Drainage And Sewerage System, Roofing Works. Installation Of Basketball Ring, Installation Of Flashing And Gutter, Installation Of Welded Wire Fencing And Electrical Works Including Installation Of Scoreboard. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 16, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. 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. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson

Province Of Negros Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 8.9 Million (USD 154.2 K)
Details: Description Invitation To Bid Bid No. B-426-2024 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: Sp Res.# 660-2022 Ao #4, Series Of 2022 Gen. Fund, Cy 2022/responsibility Center:8751-96(22) Intends To Apply The Sum Of Eight Million Nine Hundred Fifty One Thousand Five Hundred Twenty Nine Pesos And 74/100 (php 8,951,529.74) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “improvement/repair Of Bayawan, District Hospital, Bayawan City, Negros Oriental”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 180 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). 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 Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-111, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 To January 7, 2025 Up To 1:00 In The Afternoon From The 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 Eight Thousand Five Hundred Pesos (php 8,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 7, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat. 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “improvement/repair Of Bayawan , District Hospital, Bayawan City, Negros Oriental" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. General Requirements I.1 Mobilization/demobilization 1.00 Lot I.2 Temporary Facility 1.00 Lot I.3 Occupational Safety & Health Program 180.00 Day I.4 Signages 1.00 Lot Ii. Demolition Works (include Kitchen Center Table) 1.00 Lot Iii. Excavation Works 73.52 Cu.m. Iv. Concrete Works 77.59 Cu.m. V. Reinforcing Steel Works 9,979.88 Kg. Vi. Formworks And Scaffolding 495.49 Sq.m. Vii. Masonry Works 1,650.91 Sq.m. Viii. Cabinetry Works 1.00 Lot Ix. Steel Works 1.00 Lot X. Ceiling Works 163.79 Sq.m. Xi. Tiling Works 153.29 Sq.m. Xii. Roof Works 1.00 Lot Xiii. Plumbing Works 1.00 Lot Xiv. Doors And Windows 1.00 Lot Xv. Painting Works 1.00 Lot Xvi. Electrical Works 1.00 Lot Contract Duration: 180 Calendar Days Abc:p 8,951,529.74
8671-8680 of 8814 archived Tenders