Paint Tenders
Paint Tenders
Municipality Of Sibunag, Guimaras Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-010 – Construction Of Naoway Day Care Center The Municipality Of Sibunag Through The 2025 20% Df (construction Of Naoway Day Care Center) Intends To Apply The Sum Of One Hundred Thousand Pesos (p2,00,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-010 – Construction Of Naoway Day Care Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-010 - Construction Of Naoway Day Care Center Bids Delivery Of The Infra Is Required Within One Hundred Fifty (150) 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 Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform 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 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 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 22 To February 06, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00). 6. The Municipality Of Sibunag Will Hold A Pre-bid Conference On January 30, 2025, 1:00 Pm At Assessor’s Office, Ground Floor, Sibunag Municipal Hall Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of February 06, 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. 8. Bid Opening Shall Be On 1:15 Pm Of February 06, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. 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. 9. The Municipality Of Sibunag 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. 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 Chairpersonbac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Construction Of Naoway Day Care Center Project Location: Sitio Naoway, Brgy. San Isidro, Sibunag, Guimaras Date/time Of Bidding: February 06, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost I. Clearing & Lay-out Lm. 24.00 Ii. Structure Excavation Cu.m. 18.97 Iii. Termite Control Work Lot 1.00 Iv. Embankment Cu.m. 49.15 V. Reinforced Concrete A. Column Cu.m. 1.62 B. Roof Beam Cu.m. 7.82 C. Lintel Beam Cu.m. 0.39 D. Cantilever Beam Cu.m. 4.78 E. Concrete Roof Slab Cu.m. 11.33 F. Slab On Fill Cu.m. 6.06 G. Countertop With Sink And Handwashing Counter Cu.m. 3.11 Vi Forms And Scaffoldings Cu.m. 399.12 Vii Masonry Works Sq.m. 43.44 Viii Cement Plaster Finish (t=0.02) Sq.m. 195.66 Ix Windows W/ Grills Sq.m. 15.84 X Doors Sq.m. 5.94 Xi Plumbing A. Water Supply Pipes & Fittings, Fixture And Accessories Lot 1.00 B. Installation Of Soil, Waste, Drain And Vent Pipes Lot 1.00 C. Septic Tank Lot 1.00 C. Rain Collector W/ Concrete Stand Lot 1.00 Xii Tile Works Sq.m. 72.42 Xiii Painting Works Sq.m. 151.06 Xiv Fencing Works L.m. 17.50 Xv Playground Lot 1.00 Xvi Amenties Lot 1.00 Xvii Hauling Lot 150.00 Xviii Technical Supervision Md 1.00 Spl-1 Indirect Cost 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: 2025-010 – Construction Of Naoway Day Care Center 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 P40,000.00(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 P100,000.00 (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 Second Components Of Its Bid. 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.6 K)
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Repair And Maintenance Of Duplex Building At Da-inrec, Dingras, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of One Million Three Hundred Eighty-five Thousand Sixty-nine Pesos (php1,385,069.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Repair And Maintenance Of Duplex Building At Da-inrec, Dingras, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-018. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Da-inrec, Dingras, Ilocos Norte Project Description: Installation Of Doors And Windows, Carpentry Works, Tinsmithry Works, Electrical Works, Painting Works, Tile Works And Auxiliary Works Scope Of Work: Description Qty Unit I. Doors And Windows 38.68 Sq.m. Ii. Carpentry Works 200.40 Sq.m. Iii. Tinsmithry Works 153.00 Sq.m. Iv. Electrical Works 114.00 Outlet V. Painting Works 763.43 Sq.m. Vi. Tile Works 350.00 Sq.m. Vii. Auxiliary Works 10.00 Sets Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 4 Skilled Workers • 5 Unskilled Workers Minimum Equipment Required: • 1 Concrete Mixer • 1 Concrete Vibrator • 1 Bar Cutter • 1 Welding Machine • 1 Speed Cutter • 1 Heat Fusion • 1 Grinder Completion Of The Works Is Within Forty-six (46) Working 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 5, 2025 From The Address Given And Websites 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 24 January 2025, 11:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 05 February 2025,11:00 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 14. 9. Bid Opening Shall Be On 05 February 2025, 11:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-018
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Is A Follow-up Notice To The Previous Sources Sought Notice W9128f24sm017 Posted 31 May 2024. this Notice Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $65m. The Responses To This Source Sought Announcement And The Previously Posted Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. Responses Are To Be Sent Via Email To Brandon.p.landis@usace.army.mil And Courtesy Copy Brittany.c.gull@usace.army.mil No Later Than 2:00 P.m. Cst, 30 January 2025.questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: Disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Location Anddescription:the Upcoming Solicitation Of The Power Independence Mission Control Station (mcs) At Buckley Space Force Base (sfb), Colorado (co) Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). Construction Will Include All Necessary Facilities To Provide Utility And Backup Power To The Space-based Infrared Systems (sbirs) Mission At Buckley Sfb, Co. Facilities To Be Constructed Include A New Power Plant To House The Backup Generators And Spaces For Operational Support; The Backup Generators; Fuel Storage And Fuel Offload Facilities; Commercial Power, New Transformers, Medium Voltage Switches, Manholes, And Underground Primary Distribution Power Lines; Load Bank Connection And Switching Equipment; Replicated Powerplant Controls In The Existing Powerplant Building; And All Associated Support. Provide Full Load Capability Of 3.2mw After Derating For Operational And Environmental Factors With Redundant Capacity Components To Maintain The Power Resiliency Required By The Mission. The Facility Housing The Generators Will Be Structural Steel Columns Or Concrete Masonry Unit. The Facility Will Also Include A Generator Readiness Support Space, Switchgear, And Building Auxiliary Loads. Facility Construction, Electrical Topology, And Other Ancillary Capacity Component Supporting Systems Will Provide Compartmentalization, Redundancy, Concurrent Maintainability, And Automation Features To Isolate Faults And Systems To Ensure The Full Required Load Capacity Is Maintained With Respect To All Facilities Required To Satisfy The Uptime Institute Tier Iv Principles And Its Associated Sustainment Duration Length Requirements And Other Governing Unified Facilities Criteria (ufcs). The Facilities Required To Support The Overall Mission Sustainment Duration Length (that Is, The Bulk Fuel Farm And Distribution To Deliver Fuel To The Portion Of The System Meeting
uptime Institute Tier Iv Principles) Will Be Constructed In An Arrangement Using The Principles Of Uptime Institute Tier Iii For Concurrent Maintainability And Other Governing Unified Facilities Criteria (ufcs). This Requirement Also Includes Construction Of New Transformers To Supply The Sbirs Building From The New Power Plant At A Different Medium Voltage Service Than That From Which The Existing Transformers Are Served; And Providing Redundant Utility Power Distribution To The New Powerplant, Supplied From An Auto Throw-over (ato) Device Via Agreement (or Amendment To An Existing Agreement) With The Utility Provider. This Will Require The
construction Of Associated Site Drainage, Pavement, And Equipment For A New Fuel Offloading Depot Outside The Restricted Area. All Other Work Will Be Performed Within The Protection Level 1 (pl-1) Perimeter Away From The Only Entry Control Facility And Vehicular Gate. The Project Will Demolition Of Adjacent Existing Facilities. This Project Is Authorized Generators, Per Air Force Manual (afman) 32-1062, Paragraph 3.1.14. Facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilities Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01 As Required For The Application And Conditions. project Period Of Performance: 730 Calendar Days From Construction Notice To Proceed (ntp). project Labor Agreement Requirements: Please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details:all Interested, Capable, Qualified (under Naics Code 237990 – Other Heavy And Civil Engineering Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years And State Whether You Were The Prime Or Subcontractor start And End Dates Of Construction Work project References (including Owner With Phone Number And Email Address) project Cost, Term, And Complexity Of Job information On Your Bonding Capability - Specifically Identify Performance And Payment Bonds Capacities details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 8 Years. construction Of Power Plants Or Similar To Include Associated Site Features, Utilities, And Infrastructure. construction Of Backup Power Type Complex. construction Of Facilities On A Dod Military Installation. construction Of Ufc 1-200-01, Building Code General Requirements construction Of 1-200-02 High Performance And Sustainable Building Requirements abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $65m. Estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2025. telephone Inquiries Will Not Be Accepted.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0022 – Construction Of Multi-purpose Building Barangay San Roque, Bombon, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 4,949,999.72 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0022- Construction Of Multi-purpose Building Barangay, San Roque, Bombon, Camarines Sur Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 120 Cd. 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). Procurement Id/contract Id: 25ff0022 Contract Name: Construction Of Multi-purpose Building Barangay San Roque, Bombon, Camarines Sur Brief Description: Construction Of Two-storey Evacuation With Concrete Foundation, Columns, Beams, Floor Slab, Roofing, Interior And Exterior Walls, Plumbing Works, Electrical Works, Mechanical Works, Finishing And Paint Works. Approved Budget For The Contract (abc): Php. 4,949,999.72 Source Of Funds: Nep Fy 2025 Contract Duration: 120 Calendar Days Cost Of Bidding Documents: P 5,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 7, 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 Php 5,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On January 7, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 7, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Libmanan Water District Tender
Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 279.3 K (USD 4.7 K)
Details: Description Provisions: ◉deliver Within 30cds Liquidated Damages Shall Be Applied For Late Delivery. ◉description Of Items Indicated Below Are The Minimum Requirements Of The Water District But Suppliers May Offer Items With Better Specifications And Are Not Inferior To The Specified Below. ◉warranty Shall Be Six ( 6 ) Months For Supplies/materials; One ( 1 ) Year For Equipment/construction Works From Date Of Acceptance. ◉delivered Goods With Defects Shall Be Communicated To The Supplier In Writing And Replacements Must Be Made Within Seven (7) Calendar Days (cds) For Ordinary Office Supplies And Thirty (30) Cds For Made To Order Items. ◉price Validity Shall Be For A Period Of Thirty ( 30 ) Calendar Days & Must Include Vat, Shipping Cost And Other Fees. ◉quotations Are Final. Suppliers Are Advised To Check Their Pricing Carefully Before Sending The Same To The Water District. ◉payment Of Awarded Items To Supplier Shall Be For A Period Of 30 Calendar Days After Complete Delivery, Acceptance & Inspection. ◉ All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulations Res. 10-93. ◉awarding Of This Posting Shall Be Per Lowest Calculated Bid For Each Item Or Per Lot, Whichever The Pe Determines To Be More Advantageous. Orlando A. Aycardo (sgd) . Canvasser Item And Description Qty Unit Brand/model Offered Unit Price Total 1 Angle Valve 1/2", Std. 6 Pcs 2 0.30x0.30m Non-slip Gray Floor Tiles 65 Pc 3 0.30x0.60m Gray Polish Tiles 115 Pc 4 500x430x3mm Thk. Facial Mirror On Aluminum Framing Oval 1 Pc 5 560x500x3mm Thk. Facial Mirror Plain, Round 2 Pc 6 Floor Drain Streamer 2" 2 Pc 7 Lavatory (including Fittings And Accessories), White P-trap 1 Set 8 Ppr Ball Valve 1/2", Std. 4 Pc 9 Ppr Coupling 1/2", Std. 17 Pc 10 Ppr Cross Angle Valve 1/2", Std. 1 Pc 11 Ppr Elbow 1/2", Std. 45 Pc 12 Ppr Female Adaptor 1/2", Std. 13 Pc 13 Ppr Female Elbow 1/2", Std. 1 Pc 14 Ppr Male Elbow 1/2", Std. 4 Pc 15 Ppr Pipe 1/2", Std. 18 Pc 16 Ppr Tee 1/2", Std. 14 Pc 17 Ppr Union Patente 1/2", Std. 2 Pc 18 Pvc Sanitary Fittings Coupling 3" Orange 3 Pc 19 Pvc Sanitary Fittings Elbow 2"x45° Orange 4 Pc 20 Pvc Sanitary Fittings Elbow 2"x90° Orange 14 Pc 21 Pvc Sanitary Fittings Elbow 3"x90° Orange 10 Pc 22 Pvc Sanitary Fittings Elbow 4"x90° Orange 6 Pc 23 Pvc Sanitary Fittings Tee 4"x4" Orange 3 Pc 24 Pvc Sanitary Fittings Wye Reducer 4"x2" Orange 4 Pc 25 Sanitary Upvc Pipe 2"øx10' Orange 5 Pc 26 Sanitary Upvc Pipe 3"øx10' Orange 5 Pc 27 Sanitary Upvc Pipe 4"øx10' Orange 3 Pc 28 Sanitary Upvc P-trap 2" Orange 3 Pc 29 Sanitary Upvc Coupling 2" Orange 5 Pc 30 Stainless Steel Grab Bar 60cm 6 Pc 31 Stainless Steel Or Chrome Plated Faucet 2 Pc 32 Tile Adhesive 5 Bag 33 Tile Grout Gray 5 Bag 34 Tile Trim Gray 8 Pc 35 Water Closet With Bidet (including Fittings And Accessories) 2 Set 36 Pcv End Cap 4" 2 Pc 37 10mmø X 6m Reinf. Steel Bar (astm Grade 40) 322 Pc 38 12mmø X 6m Reinf. Steel Bar (astm Grade 40) 45 Pc 39 16mmø X 6m Reinf. Steel Bar (astm Grade 40) 16 Pc 40 40kg Portland Cement 115 Bag 41 Angle Bar 2x2x3/16, Std. 8 Pc 42 Chb 4" 650 Pc 43 Cutting Disc 4" 10 Pc 44 Cutting Disc 5" 25 Pc 45 G.i. Tubular Steel 2x2x6m 2 Pc 46 Gravel 3/4 8 Cu.m 47 Ordinary Plywood 1/4"x4'x8', Std. Thickness 4 Sheet 48 Phenolic Board 1/2"x4'x8' 4 Sheet 49 Sahara 10 Kg 50 Sand 16 Cu.m 51 Sand Paper #100 2 Pc 52 Steel Matting Blue 10 Pc 53 Tie Wire #16 2 Roll 54 Water Proofing 2 Gallon 55 Welding Rod E6013, 3.2mm Dia. X 350mm Long 10 Kg 56 Baby Roller 4" 6 Pc 57 Flat Latex White, Non-odor 1 Pail 58 Gloss Latex White 1 Pail 59 Paint Brush 2 2 Pc 60 Primer Zinc Gray 3 Gallon 61 Qde Green Top Coat 4 Gallon 62 Skim Coat (20kg) 4 Bag 63 Solvent Cement 1 Liter 64 Top Coat Orange 1 Gallon 65 Top Coat Smoke Gray 2 Gallon 66 Flower Pots Wall Hanging, White (4 Clips) 8" X 4.5" X 4" 500 Pc 67 Polyethylene Storage Tank (horizontal) Blue, Capacity 2000 Liters (528 Gallons), Height 123.9cm, Width 131cm, Length 164cm 1 Unit 68 1/2" Upvc Electrical Conduit Pipe, Orange 10 Pc 69 Electrical Tape Big 10 Pc 70 Receptacles 4 Pc 71 Switch 1 Gang 2 Pc 72 Switch 2 Gang 1 Pc 73 Utility Box 2x4 3 Pc 74 Junction Box 4"x4" 5 Pc 75 Wire, 2.0 Mm2 Thhn (black) 20 Mtr 76 Wire, 3.5 Mm2 Thhn 30 Mtr *to Avoid Problems During Acceptance, Please Indicate/attach Available Technical Specifications And/or Brochure.
Ormoc City Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 823.9 K (USD 14 K)
Details: Description Republic Of The Philippines Otesd Government Of Ormoc City P.r. No.: 250188 Bids And Awards Committee Quotation No.: 255815-3198 Ormoc City Philgeps No.: Standard Form Title: Request For Quotation Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By You Or Your Authorized Representative Not Later Than _______ _______________________. (sgd) Katheryn A. Solaña Procurement Officer Note: (1) All Entries Must Be Typewritten Or Legibly Written. Of Acceptance By The End-user. (4) Price Validity Shall Be For A Period Of (2) Delivery Period Within 45 C.d. Upon Receipt Of The Sixty (60) Days. (5) G-eps Reg No., Mayors Permit, Dti/sec, And For Abc's Above Approved Funded Purchase Order (p.o.). Administrative 500k - Itr & Omnibus Sworn Statement Shall Be Attached Upon Submission Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall (6) Bidders Shall Submit Original Brochures Showing Certifications Of Be For A Minimum For Non-delivery Without Valid Reason. The Products If Applicable. (7) The Approved Budget Ceiling For This (3) Warranty Shall Be For A Period Of Three (3) Months Of Procurement Is (amount Indicated Below) Supplies & Materials, One (1) Year For Equipment, From Date Php 823,900.00 Activities Schedule From To 1 Issuance Of Canvass Tuesday February 04, 2025 Friday February 07, 2025 2 Submission Of Canvass Monday February 10, 2025 10:00 Am 3 Opening Of Canvass Monday February 10, 2025 2:00 Pm # Item And Description Qty Unit Cost Total 1 Welding Rod, E60 11-1/8 (20kls/box) 6 Box 2 Welding Rod, E70 18-1/8 (20kls/box) 6 Box 3 Pedestal Bench Grinder Wheel 6" Grit 220 10 Pc 4 Pedestal Bench Grinder Wheel 10" Grit 220 5 Pc 5 Marker (set) 1 Set Industrial Paint Marker 3 Pcs Per Set 6 Welding Rod, E6012 (20kgs/box) 6 Box 7 Tig Collet Chuck 2.4 30 Pc 8 Gloves, Tig 23 Pair Heavy Duty, Long 9 Cutting Disc 200 Pc 4" X 1/8", For Metal 10 Pipe, B.i. 2 Inches X 6mtrs Schedule 80 4 Lgth 11 Rag 200 Pc 12 Caliper, Vernier 5 Unit Manual, Size: 0-300mm 13 Shoes, Safety 25 Pair 10 Pairs - Size 9; 15 Pairs - Size 10; High Cut 14 Plasma Cutting Electrodes Nozzle Cut 40 30 Pc 15 Plasma Cutting Electrodes Shield Cap Cut 40 20 Pc 16 Plasma Cutting Electrodes Shield Cap Stand Cut 40 10 Pc 17 Welding Cable Connector Male 20 Pc 18 Ceramic Cap #5 50 Pc 19 Brush, Steel 10 Pc. 20 Fender Cover (set) 4 Set 21 Tape, Electrical 16mm 40 Roll 22 Connector 80 Pc 1/2, Pvc 23 Receptacle, Plastic 30 Pc 24 Electrical Wire, Awg Cu #14 Stranded 5 Box 25 Electrical Wire, Awg Cu #12 Solid 10 Box 26 Screw, Wood ½" X 8 (100pcs/bx) 4 Box 27 Cable Raceway 2 X 2 20 Lgth 28 Locknut & Bushing 1/2 25 Pc 29 Locknut & Bushing 3/4 50 Pc 30 Bushing Reducer 3/4 To 1/2 Dia. 50 Pc 31 Bushing Reducer 1 To 1/2 Dia. 50 Pc 32 Cable Wire #1.25mm, Thw Stranded Cu. Wire #18 50 Mtr 33 Rsc Conduit Strap/clamp 1/2 100 Pc 34 Rsc Conduit Strap/clamp 3/4 100 Pc 35 Connector Rsc ½ 100 Pc 36 Connector Rsc ¾ 50 Pc 37 Pipe, G.i. 3/4 Schedule 80 10 Lgth 38 Cctv Bnc Connector/video Balun 50 Pc 39 12v Dc Male Connector 25 Pc 40 12v Dc Female Connector 25 Pc 41 Terminal Block 50 Pc 42 Grinding Disc 7 Inches (pc) 30 Pc 43 Oil, Penetrating 6 Pc. 44 Tee, Pvc 1/2 X 1/2 Female 100 Pc 45 Collet Body 2.4 25 Pc 46 Clear Glass 150 Pc For Welding 47 Pipe, Pvc 4"ø X 3.0m S-1000 30 Pc. 48 Gloves, Welding (leather) 75 Pair 49 Coupling, Ppr 20mm 100 Pc 50 Gloves, Working, Pc. 200 Pc 51 Tungsten 2.4mm X 175 20 Pc 52 Connector, Rj45 (box) 5 Box 53 Pipe, Pvc ½"ø X 3m 90 Lgth. 54 Cable Raceway 2 X 2 10 Lgth 55 Pipe, Pvc 2"ø X 3.0m S-1000 30 Pc. 56 Teflon Tape 100 Pc 57 Pipe, Pvc 4"ø X 3.0m S-1000 20 Pc. 58 Safety Goggles (pc) 150 Pc 59 Valve, Gate Ppr 20mm 30 Pc 60 Sand Paper, # 120 50 Pc 61 Pipe, G.i. ½ Dia. Sch. 40 30 Lgth 62 Welding Rod (box) 3 Box E7018 - 2.5mm, 20kls/box 63 Adapter, Ppr Male 1/2 40 Pc For Welding 64 Dark Glass #10 150 Pc 65 Ms Plate, 10mm X 4 Inch X 20ft 7 Lgth Grand Total >>> * Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your Conditions, I/we Quote You On The Item At Prices Noted Above And Hereby Commit To Deliver The Same If Adjudged To Have The Lowest And Responsive Quotation. Business Name 2025-02-250188 Printed Name/signature/date
Department Of Education Division Of City Schools, Valenzue Tender
Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 161.6 K (USD 2.7 K)
Details: Description To: All Eligible Suppliers: The Department Of Education-sdo Valenzuela City Through Bids And Awards Committee (bac) And Its Secretariat, Intends To Procure The Procurement Of Sup-plies/materials For Regional Festival Of Talents (rfot) Through Shopping Sec. 52.1(b) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Quotation Above The Approved Budget Of The Contract (abc) Shall Be Automatical-ly Disqualified. Please Submit Your Proposal For The Item/s Described And Required Herein, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq). Quotations May Be Submitted Manually In A Sealed Envelope Quotation Duly Signed By You Or Your Duly Authorized Representative Or Via Email (bac.sdoval@deped.gov.ph) On Or Before February 11, 2025 - 8:00am-5:00pm To Sdo Valenzuela Records Section. Please Quote Your Best Offer For The Items/s Described Herein Addressed To: Ernest Joseph C. Cabrera Chairperson, Bids And Awards Committee Deped-sdo Valenzuela, Pio Valenzuela St., Marulas, Valenzuela City Tel. No. 8277-3439 Local 118 Or 34454757 Email: Bac.sdoval@deped.gov.ph Pursuant To Appendix A “documentary Requirement For Alternative Methods Of Pro-curement Of Annex “h” Of Revised Irr Of Ra No. 9184, The Following Documents Are Re-quired To Be Submitted. 1. Copy Of Valid/latest Mayor’s/business Permit 2. Copy Of Valid Sec/dti 3. Copy Of Valid Philgeps Registration Number/organization Id No./philgeps Registra-tion (platinum Membership.) 4. Copy Of Updated/valid Bir/cor (certificate Of Registration-line Of Business) 5. Accomplished Prescribed Rfq Form. Particulars: Procurement Of Supplies/materials For Regional Festival Of Talents (rfot).......................1lot 1. Folder, A4....................................................................50pcs. X 8.00 =php400.00 2. Folder, Short................................................................50pcs. X 8.50 =php425.00 3. Buzzer / Bell..................................................................2pcs. X 300.00 =php600.00 4. Adjustable Book Stand....................................................1pc. X 1,250.00 =php1,250.00 5. Photo Paper....................................................... .....15packs X 380.00 =php5,700.00 6. Board Paper (vellum, 180 Gsm) (100's)..............................4packs X 500.00 = Php2,000.00 7. Certificate Holder, A4......................................................105pcs. X 250.00 =php26,250.00 8. Tripod...........................................................................1pc. X 3,200.00 =php3,200.00 9. Colored Paper (long, Yellow)...........................................1ream X 350.00 =php350.00 10. Colored Paper (long, Light Blue)....................................1ream X 350.00 =php350.00 11. Colored Paper (long, Light Pink).....................................1ream X 350.00 =php350.00 12. Colored Paper (long, Light Green)..................................1ream X 350.00 =php350.00 13. Marker, White Board, Black............................................6boxes X 600.00 =php3,600.00 14. White Board (40cm X 60 Cm) ........................................16pcs. X 400.00 =php6,400.00 15. White Board (12" X 24")................................................32pcs. X 380.00 =php12,160.00 16. White Board Eraser.......................................................32pcs. X 45.00 =php1,440.00 17. Envelopes, A4...............................................................15pcs. X 12.00 =php180.00 18. Pencil #2......................................................................4boxes X 144.00 =php576.00 19. Ballpen, Black...............................................................22 Boxes X 144.00 =php3,168.00 20. Masking Tape, 2"...........................................................14 Rolls X 85.00 =php1,190.00 21. Packaging Tape, 2"........................................................10 Rolls X 120.00 =php1,200.00 22. Manila Paper..................................................................1roll X 400.00 =php400.00 23. Flash Drive, 16gb ..........................................................16pcs. X 700.00 =php11,200.00 24. Tape Measure.................................................................16pcs. X 150.00 =php2,400.00 25. Canvas (24" X 36")..........................................................16pcs. X 50.00 =php800.00 26. Paint Brush 1/4...............................................................16pcs. X 65.00 =php1,040.00 27. Eco Bag, Transparent (large)............................................100pcs. X 200.00 =php20,000.00 28. Twine Straw....................................................................3rolls X 120.00 =php360.00 29. Scissors, 8"....................................................................12pcs. X 150.00 =php1,800.00 30. Heavy Duty Cutter............................................................12pcs. X 260.00 =php3,120.00 31. Ribbon For Ribbon Cutting, 3", Red .....................................3rolls X 320.00 =php960.00 32. Ribbon For Ribbon Cutting, 3", Blue.....................................3rolls X 320.00 =php960.00 33. Alcohol With Pump (ethyl)...................................................10bottles X 350.00 =php3,500.00 34. Tissue (12's).....................................................................5packs X 180.00 =php900.00 35. Liquid Hand Soap With Pump...............................................10bottles X 250.00 =php2,500.00 36. Face Mask........................................................................10boxes X 120.00 =php1,200.00 37. Extension Wire (universal Extension Wheel, 10 Meters).........3pcs. X 1,800.00 =php5,400.00 38. Microphone Stand.............................................................2units X 4,000.00 =php8,000.00 39. Geena Cloth (royal Blue)...................................................50yards X 80.00 =php4,000.00 40. Geena Cloth (fuchsia).......................................................50yards X 80.00 =php4,000.00 41. Acrylic Holder Nh113 11x334 Name....................................60pcs. X 300.00 =php18,000.00 Total Amount Abc).............................................................................................161,679.00 For Clarifications, You May Contact The Bac Secretariat Through Email Address Bac.sdoval@deped.gov.ph, Or At Telephone Number 8277-3439 Local 118. (sgd.) Ernest Joseph C. Cabrera Chairperson, Bids And Awards Committee
Bureau Of Plant Industry Tender
Civil And Construction...+2Construction Material, Water Storage And Supply
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 174.9 K (USD 2.9 K)
Details: Description Rfq No. 1243 Pr No. 3431-24bac Request For Quotation For Infrastructure Section 53.9 Negotiated Procurement - Small Value Procurement Supply Of Labor And Materials For Repair And Improvement Of Water Supply System Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Pcab License Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 16,2025 (9:00am) 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Thirty (30) Calendar Days Upon Receipt Of Purchase Order 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry 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. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 174,985.00 End User: Pqs-quezon Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Repair And Improvement Of Water Supplys System I. Preliminaries 1 Lot 1. Mobilization 8,500.00 ₱8,500.00 1 Lot 2. Demobilization 8,500.00 ₱8,500.00 3. Temporary Facilities (during Construction) 1 Lot A. Electricity 4,000.00 ₱4,000.00 1 Lot B. Water 4,000.00 ₱4,000.00 4. Equipment 1 Lot A. Scaffoldings 3,500.00 ₱3,500.00 Ii. Demolition Works And Hauling 1 Lot A. Clearing Of Site 3,500.00 ₱3,500.00 1 Lot B. Hauling And Disposal Of Debris 3,500.00 ₱3,500.00 1 Lot C. Dismantling 4,300.00 ₱4,300.00 Iii. Civil & Architectural Works A. Paint Works 1 Lot Exposed Pipes 3,500.00 ₱3,500.00 1 Lot Restoration Of Affected Areas 3,500.00 ₱3,500.00 B. Masonry Works 3,400.00 ₱3,400.00 1 Lot Restoration Of Affected Areas Iv. Electrical Works 1 Lot A. Piping & Conduits 3,000.00 ₱3,000.00 1 Lot B. Wires 3,000.00 ₱3,000.00 1 Lot C. Hardwares & Consumables 3,500.00 ₱3,500.00 V. Plumbing Works A. Tanks 1 Set Stainless Steel (2000l) 50,000.00 ₱50,000.00 1 Set Pressure Tank (150l) 30,000.00 ₱30,000.00 1 Set B. Pressure Pump (1hp) 14,500.00 ₱14,500.00 C. Blue Pipe 50 Lm 1/2", 3/4", 1" 95.70 ₱4,785.00 1 Lot D. Checking Of Drainlines 3,000.00 ₱3,000.00 1 Lot E. Hardwares, Accessories & Consumables 13,000.00 ₱13,000.00 "place Of Establishment: Pqs Quezon Pfda Compound, Brgy. Dalahican, Lucena City Project Duration: 30 Calendar Days" Grand Total: 174,985.00 174,985.00 Philgeps Posted William F. Mugot Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
BARANGAY BONAWON, SIATON, NEGROS ORIENTAL Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 185 K (USD 3.1 K)
Details: Description Republic Of The Philippines Central Visayas Region Province Of Negros Oriental Municipality Of Siaton Bids And Awards Committee Project Id No. 2024-12-01 Invitation To Bid For The Labor And Supply For Fabrication Of Bleachers @ Brgy. Bonawon, Siaton, Negros Oriental 1.the Barangay Bonawon, Through The Sk G\funds (capital Outlay) Intends To Apply The Sum Of One Hundred Eighty Five Thousand Pesos(php. 185,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Following Item/s Below To Be Procured. 2. The Barangay Bonawon, Siaton, Negros Oriental Now Invites Platinum Registered Contractors/bidders To Bid Supply And Labor And Materials For Fabrications Of Bleachers Located At Bonawon, Siaton, Negros Oriental. Scope Of Work: Steel Works, Painting Works, Barangay Bonawon, Siaton, Negros Oriental Completion Of Works Is Required Within One (1) Welding Machine : One Project Engineer; One (1) Foreman ; Two (2) Welder);three (3) Laborer. Bidder 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. Instruction To Bidders, Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From The Barangay Bonawon Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 From Barangay Bonawon, Siaton Negros Oriental Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of Five Hundred Pesos (500.00). 6. The Barangay Bonawon Will Hold A Pre-bid Conference On January 6, 2025 At 10:00 A.m. At Barangay Hall, Barangay Bonawon, Siaton, Negros Oriental 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 13, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 13, 2025 @10:00 A.m. At Barangay Hall, Barangay Bonawon, Siaton, Negros Oriental. 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. 10. The Barangay Bonawon Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Barangay Bonawon Reserves The Right To Reject And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reuel T. Verbosidad Bac Secretariat Bids And Awards Committee Office Barangay Hall Building, Barangay Bonawon, Siaton, Negros Oriental 0967-072-7768 Newbonawon@gmail.com
Ilocos Norte Tender
Civil And Construction...+1Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 7.9 Million (USD 136.5 K)
Details: Description Republic Of The Philippines Province Of Ilocos Norte Municipality Of Pinili Invitation To Bid For “construction/improvement Of Farm To Market Road Including Pinili Farmers Marker” 1. The Municipality Of Pinili, Ilocos Norte Through The Ra 7171-lbm 89 Intends To Apply The Sum Of Seven Million Nine Hundred Ninety Nine Thousand Eight Hundred Fifty One Pesos & 64/100 (p 7,999,851.64) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Pin2025-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Pinili, Ilocos Norte Now Invites Bids For Removal Of Actual Structure/obstruction, Structure Excavation (common Soil), Embankment From Structure Excavation, Gravel Bedding, Reinforced Concrete, Reinforcing Steel Bar, Garde 60), Forms And Falseworks, Masonry/concrete Painting Works, Plain Cement Plaster Finish (including Mouldings And Ledges), Conduit Boxes And Fittings, Wires And Wiring Devices, Power Load Center, Switch Gear And Panel Board, Lighting Fixture And Lamps, Steel Works, Occupational Safety And Health, Project Billboard Required Within 150 Days Cd After The Receipt Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project Within The Last Two (2) Years. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Lgu Pinili, Ilocos Norte And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 A. M. – 5:00 P. M.). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 3 - 22, 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 Ten Thousand Pesos & 00/100 (p 10,000.00). 6. The Municipality Of Pinili, Ilocos Norte Will Hold A Pre-bid Conference On January 9, 2025, 2:00 P. M. At The Bac Office, Municipal Hall Building Ground Floor, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 2:00 P.m. January 22, 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. Bid Opening Shall Be On 2:00 P.m., January 22, 2025 At Bac Office, Municipal Hall Building Ground Floor. 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 Municipality Of Pinili, Ilocos Norte 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: Araceli C. Bumanglag Mun. Treasurer’s Office Mun. Hall Building, Brgy. Valbuena, Pinili, Ilocos Norte Lgupinili@yahoo.com Www.pinili.gov.ph Engr. Noel G. Coloma, Rea Bac Chairman
9281-9290 of 9650 archived Tenders