Paint Tenders
Paint Tenders
Barangay Sta Elena, Tanauan, Leyte Tender
Civil And Construction...+3Civil Works Others, Building Construction, Construction Material
Philippines
Details: Description Description I. Removal Of Existing Concrete Flooring Ii. Structure Excavation (common Soil) Iii. Structural Concrete For Footing Iv. Reinforcing Steel Of Reinforced Concrete Structures V. 6mm Marine Plywood On Metal Frame Ceiling Vi. Glazed Tiles And Trims Vii. Cement Plaster Finish Viii. Painting Works (masonry Painting) Ix. Painting Works (wood Painting) X. Painting Works (metal Painting) Xi. Cement Plaster Finish Xii. 100mm Chb Non Load Bearing (including Reinforcing Steel) Xiii. Metal Structure Accessories 1. Barangay Sta. Elena, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Improvement Of Multi-purpose Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 11, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 11, 2025. 5. Barangay Sta. Elena, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Sta. Elena, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Nicolas V. Arcena Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Sta. Elena, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Sta. Elena Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 11, 2025 At Exactly 02:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Nicolas V. Arcena Brgy. Chairman
Closing Date11 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)
Province Of Occidental Mindoro Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Bags 30 Portland Cement Type 1 Cu.m. 3 Sand Cu.m. 3 Gravel Tubes 15 Roof Sealant Pcs. 3 Door Jamb Pcs. 3 Plush Door Kgs. 5 3" Common Wire Nail Pcs. 4 4 X 4 Receptacle Pcs. 4 7 Watts Led Bulb Bd.ft. 2 2 Gang C.o Pcs. 1 1 Gang Switch M 57 #14 Awg Stranded Wire M 30 #12 Streanded Wire M 20 #8 Awg Stranded Wire Pcs. 1 4 Holes Panel Board Pcs. 1 40 Amps Cb Plugin Pcs. 1 20 Amps Cb Plugin Pcs. 1 15 Amps Cb Plugin Pail 1 Roof Paint Invitation To Bid The Barangay Claudio Salgado, Sablayan, Occidental Mindoro Through Its Bids And Awards Committee (bac) Invites All Interested Contractors To Apply For Eligibility And To Bid For The Following Projects: Reference No. Name Of Project Location Brief Description Abc (php) Fund Sources Contract Duration 001-2025 Procurement Of Construction For The Improvement Of Day Care Center Cabulunan, Barangay Claudio Salgado, Sablayan, Occidental Mindoro Supply And Delivery Of Procurement Of Construction Materials For The Improvement Of Day Care Center 52,000.00 Bdf 5 Days Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified Inthe 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Requirements Or Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Opening And Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra. 9184 And Its Revised Implementing Rules And Regulation (irr). Activities Schedule& Venue 1.pre Procurement Conference 2.posting Of Invitation To Bid January 10, 2025 3.pre Bid Conference January 22, 2025 2:00 Pm @brgyhall,brgy. Claudio Salgado, Sablayan, Occ. Mindoro 4. Deadline Of Submission Of Bids January 31, 2025 1:00 Pm @brgyhall,brgy. Claudio Salgado, Sablayan, Occ. Mindoro 5. Opening Of Bids January 31, 2025 2:00 Pm @brgyhall,brgy. Claudio Salgado, Sablayan, Occ. Mindoro 6. Bid Evaluation February 3, 2025 7. Post Qualification February 4-5, 2025 8.approval Of Resolution And Issuance Of Notice Of Award February 6, 2025 9. Contract Preparation And Signing February 7, 2025 10.issuance Of Notice To Proceed February 10, 2025 A Complete Set Of Bidding Documents Will Be Available To Interested Bidders At Barangay Hall, Of Brgy. Claudio Salgado, Sablayan. Interested Parties Are Required To Attend The Pre-bid Conference. Pre Bid Conference Is Required For The Projects With An Abc Of 1 Million And Above. For Those Projects Below 1 Million, Pre Bid Conference Is Optional At The Discretion Of The Bac. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. The Barangay Claudio Salgado, Sablayan, Occidental Mindoro Assumes No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any And All Bids, To Waive Any Defect In Formality Of The Bid Proposals Received And To Accept The Offer It Deems Most Advantageous To The Government.
Closing Date31 Jan 2025
Tender AmountPHP 52 K (USD 887)
Municipality Of Tabango, Leyte Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Tabango Invitation To Bid For “early Procurement Activity” Construction Of Katarungang Pambarangay Phase 4 With Storage Room Brgy. Gimarco, Tabango, Leyte 1. The Local Government Of Tabango, Leyte, Through The General Fund – 20%edf 2025 Intends To Apply The Sum Of Seven Hundred Thousand Pesos Only (php 700,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Katarungang Pambarangay Phase 4 With Storage Room At Brgy. Gimarco, Tabango, Leyte 2025-01-17pb. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Description Of Work: Item No. Description Quantity Unit I Clearing, Excavation & Removal Of Obstruction 48 Sq.m. Ii Concrete Works 8.50 Cu.m. Iii Masonry Works 48 Sq.m. Iv Plumbing Works 1 L.s. V Ceiling Works 48 Sq.m. Vi Tile Works 20 Sq.m. Vii Doors And Windows 1 L.s. Viii Electrical Works 1 L.s. Ix Truss & Roofing Works 1 L.s. X Paint Works 90 Sq.m. Xi Project Billboard 1 L.s Xii Occupational Safety And Health 1 L.s. 2. The Local Government Of Tabango, Leyte, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 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). 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 Of Lgu, Tabango, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 17, 2024 – January 3, 2025 From The Office Of The Bac Secretariat In The Amount One Thousand Pesos (1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Of Tabango, Leyte Will Not Hold A Pre-bid Conference For This Project. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 6, 2025 At 8:59 Am. 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 January 6, 2025 At 9:00 Am At The Given Address Below Conference Hall 2nd Floor, Municipal Building Of Tabango, Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Of Tabango, Leyte 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: Klyte Faye C. Veloso Bac Secretariat Lgu- Tabango, Leyte 551-9020 Sgd. Ron A. Costelo Bac-chairperson Lgu-tabango, Leyte
Closing Date6 Jan 2025
Tender AmountPHP 700 K (USD 12 K)
Nueva Ecija University Of Science And Technology - NEUST Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Submit Price Quotation The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Supplier Registered With The Philippine Government Electronic Procurement System (philgeps), To Quote Their Lowest Price For The Hereunder Contract, Subject To The General Conditions Stated Herein. Name Of Project: Rfq Hardware Supplies For The Construction Of Student Tambayan/shed Location: Neust Gabaldon Nueva Ecija Approved Budget For The Contract: Php 137,471.00 Source Of Fund: Income Cost Of Bidding Documents: Php 500.00 Item Description: One (1) Lot Item No. Qty Unit Item Description 1 25 Pcs Angle Bar 3/16 X 2 2 28 Pcs C-purlins 2 X 3 3 8 Pcs C-purlins 2 X 6 4 28 Pcs Yero Rib Type 320cm Long 5 7 Pcs Ridge Roll Rib Type 6 500 Pcs Texscrew #3 7 5 Pcs Gi Pipe 3” #40 8 2 Gals Red Oxide 9 1 Gal Paint Thinner 10 200 Pcs Chb #4 11 33 Bags Cement 12 2 T/l S1 Sand 13 10 Pcs Rsb 10mm 14 1 Kilo Tie Wire General Conditions: Upon Submission Of Duly Accomplished And Signed Request For Quotation Form (annex “a”), The Following Documents Shall Be Attached. Failure To Comply/submit With Any Of The Following Requirements Shall Be A Basis For Disqualification: 1. Official Receipt Of Payment Of Bid Document 2. Certified True Copy Of Mayor's/business Permit 3. Certified True Copy Of Philgeps Registration 4. Certified True Copy Of Income Tax Return (stamped "received" By The Bir) (for Abcs Above 500k) 5. Omnibus Sworn Statement (oss) Duly Notarized 6. Spa Or Secretary’s Certificate If The Bidder Is An Authorized Representative, Duly Notarized All Quotations Shall Be Considered As Fixed Prices And Not Subject To Price Escalation During Contract Implementation. Any Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Supplier Or His/her Authorized Representative. The Bac Is Conducting The Alternative Mode Of Procurement (small Value Procurement) For This Contract In Accordance With Ra 9184 And Its Implementing Rules And Regulations (irr). The Quotation And Eligibility Documents Must Be Submitted In A Sealed Envelope On Or Before January 27, 2025, 4:00 Pm At The Procurement Office, Neust Campus, Gabaldon Nueva Ecija. Fax Or Email Quotations Will Not Be Honored. Section 39 Of Ra No. 9184, Requires The Winning Bidder To Post A Performance Security, In Such Form And Amount Specified Under Section 39 Of The 2016 Revised Irr, Prior To The Signing Of The Contract As A Measure Of Guarantee For The Faithful Performance Of And Compliance With His Obligations Under The Contract Prepared In Accordance With The Bidding Documents The Neust Reserves The Right To Reject Any Or All Quotations, To Waive Any Minor Defects Therein, To Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Neust Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation. For More Information Concerning This Bidding, Please Contact: Rozette Cohleen D. Parungao Head, Bac Secretariat For Goods And Services Neust Gabaldon Nueva Ecija Email Address: Bacneustgabaldon@gmail.com Approved By: Sgd. Dr. Franklin T. Dumayas Bac Chairperson
Closing Date27 Jan 2025
Tender AmountPHP 137.4 K (USD 2.3 K)
FEDERAL ACQUISITION SERVICE USA Tender
Automobiles and Auto Parts
United States
Details: This Requirement Is For To Perform Necessary Repairs On A 2015 Blue Bird All American (tag Number G32-0452y, Vin#1babnbpa7ff305404). All Equipment Must Be Covered By The Manufacturer’s Warranty. All Items Shall Include Standard Warranty. Repairs Will Be Completed In Accordance With Industry Standards. Vendors Shall Be Following All Epa And Osha Standards And Requirements. Sds And Any Other Required Documents Must Be On Site. Vendors Must Be Properly Insured To Cover Any Losses For Gsa Vehicles That Are In Their Shop. Valid Business License(s) Is Required In Accordance With State And Local Guidelines. All Employees Of Selected Vendor Must Be Paid In Accordance With Local Department Of Labor Established Wages. Please See Bill Of Materials (bom).
bom:
hvac Compressor Pt# Fkx40655 Qty 1
evaporator Core Pt# 8862040006900 Qty 1
receiver Dryer Pt# 140032605 Qty 1
filter Heater Pt# 10009592 Qty 3
hub Gasket Pt# 4538698 Qty 1
speed Sensor Pt# 29544139 Qty 1
filter Pt #10013632 Qty 1
drive Belt Pt# Bel32083 Qty 1
crank Case Filter Pt# Cv52001 Qty 1
air Filter Pt# 10013633 Qty 1
brake Lamp Relay Pt# 00124862 Qty 2
refrigerant Qty As Needed Please List On Estimate
power Steering Fluid Qty As Needed Please List On Estimate
power Steering Hose Pt# 27066 Qty 2
nox Sensor Pt# 4326869rx Qty 1
nox Sensor Pt# 5295473rx Qty 1
sun Visor Pt# 10042037 Qty 1
coolant Qty As Needed Please List On Estimate
heater Box Pt# 10020349 Qty 1
a/c Belt Pt# 81517411 Qty 2
tire Pt# 109/11r22.5 Qty 1
any One Time Use Items For Tire Install Please List On Estimate To Include Any Fees.
brass Fitting Pt# 00281303 Qty 2
all Vendors Submitting Quote Must Have Repair Facility Within 100 Miles Of Agency Operating The Vehicle Located At, N/a , Columbus, Ga 31908 . The Quote Must Be Itemized And Detailed With Individual And Total Parts Prices, Labor Time, And All Paint Labor If Applicable. Quote Is To Include All Fees, Including Shipping Or Freight Costs And Provide The Estimated Eta, Number Of Days Delivery Can Be Expected After Receipt Of Purchase Order. Any Quote Not Received By The Specified Date And Time Shall Result In Exclusion From Consideration.
prior To Submitting A Quote, Offerors Shall Be Actively Registered In System For Award Management (sam) Per Far 52.204-99 System For Award Management (deviation). Registration Instructions May Be Obtained, And Online Registration May Be Accomplished At Www.sam.gov. By Submitting A Quote, The Offeror Acknowledges The Requirement To Be Registered In The Sam Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation. To Be Eligible For Award, Prospective Offerors Must Be Registered In Sam Under The Appropriate Business Category And Naics Code. In Addition, Unless Available Via Sam (i.e. Www.sam.gov) Offerors Are Also To Include A Completed Copy Of Their Representations And Certifications As Per The Provision 52.212-3, Offeror Representations And Certifications-commercial Items. See Attachment A For Full Provision.
Closing Date16 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice.
the Contract Line Items (clins) Are As Follows:
clin 0001 Qty 4 U/i: Ea
load Link Sensor (custom)
manufacturer: Rayco Wylie
part Number: 33c0102
17-4ph Stainless Steel, Heat Treated At Minimum 1025 Degrees
40k Lbs, 4-20ma Output, Comes With 15m Standard Nato Connector
15.6” X 4.9” X 3.8”, 22 Lbs
load Link Sensor, Main Hoist Lmi
ip67, Operating Temp Range -20c To 80c
outdoor Sensor
clin 0002 Qty 2 U/i: Ea
load Sensor Dynamometer Line Rider
manufacturer: Rayco Wylie
part Number: 33y4244
stainless Steel Load Pin, Stainless Steel Plates. Ip67
37000 – 60000 Lbs, Output 4-20ma
37” X 11.6” X 5.63”, 140 Lbs, 42-43.69 Rope Measuring Range
line Rider Load Senosr, Aux Hoist Lmi
ip67. Operating Temperature Range -20c To 85c
outdoor Sensor
clin 0003 Qty 2 U/i: Ea
swing Arm Bracket For Dynamometer
manufacturer: Rayco Wylie
part Number: 22ky0800
painted Steel, 0.188” Tube Wall
not Applicable
3 Pieces 52” X 54” X 55” Each. 73 Lbs Total
swing Arm Bracket Sized Specifically For Mouting And Supporting Line Rider Pn 33y4240
restrictive Environmental Conditions: None
outdoor Bracket
the Requirement Will Be Solicited As A Total Small Business Set Aside, Brand Name Only. The Naics Code Applicable To This Procurement Is 334413, Semiconductor And Related Device Manufacturing With A Size Standard Of 1250 Employees. The Product Service Code Is 5935.
the Anticipated Delivery Date For This Acquisition Is 90 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only. The Solicitation Is Not Yet Available.
the Solicitation Number Is Spmym125q0033 And It Is Expected To Be Available On Or About 21 January 2025 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 24 January 2025. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0033) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues.
potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register At On The Interested Vendor List Under Spmym125q0033. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed.
all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil
Closing Date24 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0112 - Construction (completion) Of Multi-purpose Building At Barangay Cawayan, 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 Cawayan, Bongabong, Oriental Mindoro, Phase Ii/25ei0112. 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 Cawayan, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0112 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Completion Of 1-unit Multi-purpose Building (barangay Hall) At Barangay Cawayan, Phase Ii. This Includes The Installation Of Floor Tiles At Ground And Second Floors, Waterproofing (built-up And Preformed Membrane) At The Roof Deck, Complete Ceiling Systems For Ground And Second Floors, Stainless Steel Signage At Front Exterior Wall, And Additional G.i. Pipes And Square Steel Bars For Railings. Works Also Include Masonry And Concrete Painting For Interior And Exterior Areas, Ceiling Painting At Ground And Second Floors, Steel Painting Of Existing Square Bar Railings, And Fabrication And Installation Of Stainless Steel Railings At Roof Deck, And Flat Form At Session Hall. 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
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0131 - Construction Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro/25ei0131. 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 Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro Contract Id : 25ei0131 Location : Pinamalayan, Oriental Mindoro Scope Of Works : Construction Of Multi-purpose Building (health Center). This Includes Earthworks, Civil Works, Masonry Painting (painting Of Perimeter Walls, Beams And Column), Steel Painting Of Railings, Plumbing Works (sewer Lines, Cold Water Lines, Septic Tank And Plumbing Fixtures), Electrical Works (wires And Wiring Devices, Conduits Boxes And Fittings, Panel Board, And Lighting Fixtures), And Mechanical Works (fire Extinguisher And Fire Alarm System) Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 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 January 15, 2025 – February 04, 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 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 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 22, 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 February 04, 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 February 04, 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 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Province Of Occidental Mindoro Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description 1 Bags 21 Portland Cement 2 Cu.m 1.2 Sand 3 Cu.m 2.2 Gravel 4 Bags 21 Portland Cement 5 Pcs 225 4" Chb 6 Cu.m 1.4 Sand 7 Kgs 265.104 16mm Dia. Rsb 8 Kgs 165.168 12mm Dia Rsb 9 Kgs 36.96 10mm Dia Rsb 10 Kgs 154.2 2" X 4" X 6m C-purlins 11 Pcs 14 Steel Matting(4ft X 8ft X 3/16mm) 12 Box 5 Welding Rod 13 Lit 3 Red Oxide 14 Kgs 4.80 Tie Wire 15 Sq.m 51.3 Pre Painted Long Span Rib Type Roofing (5.7m X 1m) 16 Pcs 5 Pre Painted Flashing 17 Pcs 1500 Tekscrew W/ Rubber Gasket 18 Lit 1 Roof Sealant Invitation To Bid The Barangay San Francisco, Sablayan, Occidental Mindoro Through Its Bids And Awards Committee (bac) Invites All Interested Contractors To Apply For Eligibility And To Bid For The Following Projects: Reference No. Name Of Project Location Brief Description Abc (php) Fund Sources Contract Duration 003 - 2025 Procurement Of Materials For Repair Of Feeding Area Barangay San Francisco Supply And Delivery Of Materials For Repair Of Feeding Area 93,644.36 Trust Fund 15 D 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 Regulation (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Requirements Or Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Opening And Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra. 9184 And Its Revised Implementing Rules And Regulation (irr). Activities Schedule& Venue 1.pre-procurement Conference 2.posting Of Invitation To Bid January 7, 2025 3.pre-bid Conference January 10, 2025 2:00 Pm @brgyhall,brgy. San Francisco. Sablayan, Occ. Mindoro 4. Deadline Of Submission Of Bids January 20, 2025 1:00 Pm @brgyhall,brgy. San Francisco. Sablayan, Occ. Mindoro 5. Opening Of Bids January 20, 2025 2:00pm @ Brgy Hall,brgy. San Francisco. Sablayan, Occ. Mindoro 6. Bid Evaluation January 21, 2025 7. Post Qualification January 22-23, 2025 8.approval Of Resolution And Issuance Of Notice Of Award January 24, 2025 9. Contract Preparation And Signing January 27, 2025 10.issuance Of Notice To Proceed January 28, 2025 A Complete Set Of Bidding Documents Will Be Available To Interested Bidders At Barangay Hall Of San Francisco, Sablayan. Interested Parties Are Required To Attend The Pre-bid Conference. Pre-bid Conference Is Required For The Projects With An Abc Of 1 Million And Above. For Those Projects Below 1 Million, Pre Bid Conference Is Optional At The Discretion Of The Bac. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. The Barangay San Francisco, Sablayan, Occidental Mindoro Assumes No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any And All Bids, To Waive Any Defect In Formality Of The Bid Proposals Received And To Accept The Offer It Deems Most Advantageous To The Government.
Closing Date20 Jan 2025
Tender AmountPHP 93.6 K (USD 1.5 K)
National Irrigation Administration Tender
Civil And Construction...+1Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Supply And Delivery Of Construction Materials The National Irrigation Administration – Upper Pampanga River Integrated Irrigation Systems – Dam And Reservoir Division (nia-upriis-drd), Hereinafter Referred To As The “purchaser”, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Submit Its Best Price Offer For The Item/s Described Herein, Subject To The Technical Specifications, Terms And Conditions, Through Negotiated Procurement – Small Value Procurement (svp) (sec. 53.9, Irr Of R.a. No. 9184) With An Approved Budget For The Contract (abc) Of Six Hundred Sixty Thousand Five Hundred Fifty Pesos Only (php660,550.00), To Wit: Item/lot No. Quantity Unit Item Description Purpose: For Repair Of Damage Working Area And Railings At Pelaway Dam And Tank Room At Taan Dam. 1 50 Pcs Long Span Rib Type (0.50mm X 9m)green 2 30 Pcs 2x6-cee-purlins 3 5 Roll Insulation Doubl Foam 10mmx50m 4 20 Pcs Spanish End Flashing Green 5 30 Pack Welding Rod (5 Kilos) 6 500 Pcs 2 1/2"metal Texscew 7 2 Boxes Blind Rivet 5/32" 8 1 Pc Riveter 9 20 Bags Cement 10 12 Pcs Spanish Gutter 11 54 Pcs 1 1/2" G.i Pipe 12 10 Boxes 4" Metal Cutting Disc(25 Pcs) 13 10 Boxes Grinding Disc (25pcs/box) 14 1 Unit Ingco Cut-off Saw Machine Metal Steel Bar Cutter 14" 3000w 15 5 Pcs 14" Cutting Disc 16 3 Rolls Cord 3.5mm 3c (awg 12/3) Pre Cut (75m/roll) 17 2 Pcs 4 Gang Surface Type Outlet 18 20 Gallons Metal Primer Gray 19 20 Gallons Metal Paint Yellow 20 10 Kilos Rag 21 10 Pcs Working Gloves 22 20 Pcs Sand Paper # 120(a4 Sized) ***nothing Follows*** Terms And Conditions 1. Procurement Procedures Will Be Conducted In Accordance With The 2016 Revised Implementing Rules And Regulations (irr) Of R.a. No. 9184. 2. The Prospective Supplier Shall Submit The Duly Accomplished Quotation Form (attachment A). Envelop Marked “construction Materials. With Pr# 24-12-294 And Rfq No.md-25-01-001” And Must Be Submitted/delivered Not Later Than _______________________, At The Nia-upriis-drd, Brgy. Fatima, Pantabangan, Nueva Ecija. 4. And Must Be Complied On A Pass/fail Basis. Failure To Meet Any Of The Required Specifications Shall Be Rejected. 5. The Bidder/supplier May Offer Higher Specifications Or Additional Items For Free. 6. Quotations Exceeding The Abc Shall Be Rejected. 7. It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item Separately And Award Will Be Made To The Quotation Resulting In The Overall Lowest Calculated Cost Subject To Post-qualification. 8. Contract Award Will Be Made To The Lowest Calculated And Responsive Quotation. 9. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Considering The Cost Of Money, To Account For Government Agencies Usually Buying On Credit Terms, And Incidental Expenses Like Freight, Insurance, Taxes, Installation Costs, And Training Cost, If Necessary. 10. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. 11. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of Purchase Order. 12. The Delivery Of The Item Shall Be Made Only During Working Days And Hours. 13. Liquidated Damages Equivalent To One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay Shall Be Imposed. 14. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of Contract, The Purchaser/procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 15. The “purchaser” Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. The “purchaser” Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/s. The “purchaser” Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. Daryl V. Pascua Chairperson, Bac For Goods And Services Mrd _______ Attachment A Quotation Form The Chairperson Bids And Awards Committee For Goods & Services National Irrigation Administration – Upriis-drd Fatima, Pantabangan, Nueva Ecija Sir: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, Terms And Conditions, We, The Undersigned Offer To Supply/deliver The Following Items/services With Our Best Price Offer, To Wit: Item/lot No. Item Description Quantity Unit Unit Price Total Price 1 Long Span Rib Type (0.50mm X 9m)green 50 Pcs 2 2x6-cee-purlins 30 Pcs 3 Insulation Doubl Foam 10mmx50m 5 Roll 4 Spanish End Flashing Green 20 Pcs 5 Welding Rod (5 Kilos) 30 Pack 6 2 1/2"metal Texscew 500 Pcs 7 Blind Rivet 5/32" 2 Boxes 8 Riveter 1 Pc 9 Cement 20 Bags 10 Spanish Gutter 12 Pcs 11 1 1/2" G.i Pipe 54 Pcs 12 4" Metal Cutting Disc(25 Pcs) 10 Boxes 13 Grinding Disc (25pcs/box) 10 Boxes 14 Ingco Cut-off Saw Machine Metal Steel Bar Cutter 14" 3000w 1 Unit 15 14" Cutting Disc 5 Pcs 16 Cord 3.5mm 3c (awg 12/3) Pre Cut (75m/roll) 3 Rolls 17 4 Gang Surface Type Outlet 2 Pcs 18 Metal Primer Gray 20 Gallons 19 Metal Paint Yellow 20 Gallons 20 Rag 10 Kilos 21 Working Gloves 10 Pcs 22 Sand Paper # 120(a4 Sized) 20 Pcs ***nothing Follows*** Amount In Words: Grand Total Note: All Items Shall Be Covered By Not Less Than Six (6) Months Warranty On Parts And Labor) We Undertake, If Our Quotation Is Accepted, We Supply And Deliver The Above Goods Within Fifteen (15) Days Period From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Will Be Made To The Winning Supplier And The Lowest Calculated And Responsive Quotation After The Inspection And Acceptance Of The Delivered Goods/item. ____________________________ Signature Over Printed Name Of The Supplier’s Authorize Representative Designation: ___________________________ Name Of Company/store/shop: ______________________________________ Address: _______________________________________________ Contact No.: ___________________________ Tin: _________________________________ Philgeps Registration: ________________________ Mayor’s/business Permit: ____________________________
Closing Date6 Jan 2025
Tender AmountPHP 660.5 K (USD 11.3 K)
8971-8980 of 9627 archived Tenders