Plywood Tenders
Plywood Tenders
National Irrigation Administration Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.3 Million (USD 40.6 K)
Details: Description Invitation To Bid For Supply And Delivery Of Construction Materials For Imelda Irrigation Project Cy 2025 Siay, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-cis Cy 2025 Intends To Apply The Sum Of (php 2,357,645.00) Two Million Three Hundred Fifty Seven Thousand Six Hundred Forty-five Pesos Only Being The Abc To Payments Under The Contract For Niareg9-12102024-line-projectcy2025-1001 (goods). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For Item No. Quantity Unit Item Description 1 67.00 Bags Portland Cement (type 1) 2 7.00 Cu.m Gravel 3/4" Dia. 3 4.00 Cu.m Washed Sand 4 10.00 Pcs 1/2" Thk. Marine Plywood 5 60.00 Pcs Rsb 10mm Dia. X 6m Length 6 7.00 Kgs Ctw #16 7 8.00 Kgs Cwn 2" 8 5.00 Kgs Cwn 3" 9 6.00 Pcs Pvc Cement Pail 12" 10 1.00 Kg Nylon #90 11 5.00 Pcs Hacksaw Blade 12 10.00 Pcs Form Lumber 2" X 3" X 12' 13 20.00 Pcs Form Lumber 2" X 2" X 12' Temporary Works (bunkhouse & Bodega) 14 10.00 Pcs Form Lumber 2" X 3" X 12' 15 2.00 Sheets G.i. Plain Sheet (3' X 8') - Gauge 26 16 3.00 Bundles Nipa (25pcs/bundle) 17 5.00 Sheets Amakan 18 2.00 Bundles Rattan Strips 19 10.00 Pcs Bamboo Poles Construction Safety & Health 20 9.00 Pcs Safety Hard Hat: White 3 Pcs, Yellow 6 Pcs 21 10.00 Pcs Pvc Working Boots, Black 22 10.00 Pcs Construction Gloves 23 1.00 Set Ppe Signage (4' X 8') 24 1.00 Set Safety First (4' X 4') 25 1.00 Set Warning Signs (2' X 3') Supply, Delivery & Installation Of Standard Turn Out Steel Gates 26 45.00 Assembly Standard Turn Out Steel Gates Estimated Cost Php 2,357,645.00 The Above Procurement Project. Delivery Of The Goods Is Required By 90 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2024 At 5:00 P.m. From The Given Address And Website(s) Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Da- Rfoix Research Division Compound Sanito, Ipil, Zamboanga Sibugay Notices.ps-philgeps.gov.ph, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). One The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm At National Irrigation Administration – Da- Rfoix Research Division Compound Sanito, Ipil, Zamboanga Sibugay And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before January 7, 2025 At 9:00 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 January 7, 2025 At 9:00 Am At The Given Address Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Da- Rfoix Research Division Compound Sanito, Ipil, Zamboanga Sibugay And/or Via Www.region9.nia.gov.ph, Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Zamboanga Sibugay Irrigation Management Office Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid ______________ [date Of Issue] Wilson N. Cabrales (sgd.) Bac - Chairperson
Department Of Education Division Of Surigao Del Sur Tender
Civil And Construction...+2Paints and Enamels, Construction Material
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 222.2 K (USD 3.8 K)
Details: Description Supply And Delivery For Construction Materials Of Tagongon Es, Tagbina, Surigao Del Sur Request For Quotation Item No Quantity Unit Of Issue Item Description Estimate Unit Total Cost Cost 1 4.00 Gallon Paint, Acrytex Primer / Flatwall Enamel ₱850.00 ₱3,400.00 2 5.00 Gallon Paint, Top Coat, Gloss, Bright Green Latex ₱980.00 ₱4,900.00 3 2.00 Gallon Paint Thinner, Acrytex Reducer ₱600.00 ₱1,200.00 4 4.00 Gallon Paint Top Coat, Gloss, Palmera Green, Qde ₱980.00 ₱3,920.00 5 8.00 Gallon Paint,latex, Gloss, Mcs 0112, Crisp Ecru Ext ₱980.00 ₱7,840.00 6 12.00 Gallon Paint, Latex, Mcs 4101, Bright Wonder, Int ₱980.00 ₱11,760.00 7 20.00 Gallon Paint Roofguard, Baguio Green ₱850.00 ₱17,000.00 8 2.00 Gallon Paint Metal Primer ₱980.00 ₱1,960.00 9 10.00 Pcs Paint Brush, Babay Roller ₱85.00 ₱850.00 10 10.00 Pcs Paint Brush, #2 ₱45.00 ₱450.00 11 2.00 Box Staple Wire, No. 1 ₱75.00 ₱150.00 12 100.00 Pcs Cable Clip, 14 Mm ₱8.00 ₱800.00 13 30.00 Pcs Receptacle Socket, # 4 ₱80.00 ₱2,400.00 14 35.00 Pcs Led Bulb, 30 Watts ₱250.00 ₱8,750.00 15 13.00 Unit Emergency Light, Rechargeable, 2 Heads ₱1,000.00 ₱13,000.00 16 10.00 Pcs Surface Type Switch, 1 Gang ₱40.00 ₱400.00 17 5.00 Pcs Junction Box ₱50.00 ₱250.00 18 3.00 Roll Electrical Tape, 3m Brand, Big ₱75.00 ₱225.00 19 3.00 Pcs Outlet, Cancelled Type, 3 Gang ₱50.00 ₱150.00 20 10.00 Pcs Outlet, Surface Type, 3 Gang ₱120.00 ₱1,200.00 21 6.00 Pcs Safety Breaker, Surface Type 25 Amp ₱650.00 ₱3,900.00 22 1.00 Box Pdx Wire # 12 ₱5,800.00 ₱5,800.00 23 2.00 Cubic Meter Sand And Gravel, Mixed ₱1,400.00 ₱2,800.00 24 250.00 Piece Concrete Hollow Block ₱18.00 ₱4,500.00 25 21.00 Sack Cement, Premium ₱240.00 ₱5,040.00 26 10.00 Piece Rounded Steel Bar (rsb) 12 Mm ₱175.00 ₱1,750.00 27 18.00 Piece Rounded Steel Bar (rsb) 10 Mm ₱145.00 ₱2,610.00 28 2.00 Kg Tie Wire #16 ₱90.00 ₱180.00 29 1.00 Set Water Closet ₱4,500.00 ₱4,500.00 30 30.00 Meter Pe Water Hose, Blue ₱28.00 ₱840.00 31 5.00 Piece Faucet ₱80.00 ₱400.00 32 10.00 Length Pvc Pipe 1/2" Blue ₱100.00 ₱1,000.00 33 20.00 Piece Pvc Elbow 1/2" ₱30.00 ₱600.00 34 10.00 Piece Pvc Coupling 1/2" ₱30.00 ₱300.00 35 5.00 Piece Pe T 1/2" ₱120.00 ₱600.00 36 5.00 Piece Pe Coupling 1/2" ₱85.00 ₱425.00 37 5.00 Piece Pe Elbow ₱85.00 ₱425.00 38 1.00 Can Pvc Solvent, Big ₱125.00 ₱125.00 39 6.00 Length Pvc Pipe, 4" Diameter ₱320.00 ₱1,920.00 40 4.00 Length Pvc Pipe, 2" Diameter ₱140.00 ₱560.00 41 4.00 Piece Pvc Elbow 4" ₱85.00 ₱340.00 42 4.00 Piece Pvc Elbow 2" ₱40.00 ₱160.00 43 4.00 Piece Pvc Clean Out/cap 4" ₱90.00 ₱360.00 44 100.00 Length Square Bars, 12 Mm ₱230.00 ₱23,000.00 45 3.00 Kg Weilding Rod, Special ₱200.00 ₱600.00 46 1.00 Liter Red Lead Oxide ₱250.00 ₱250.00 47 14.00 Pair Shutter Type Window Holder, 12-blades, Aluminum, Double Control ₱450.00 ₱6,300.00 48 4.00 Pair Shutter Type Window Holder, 14-blades, Aluminum, Double Control ₱475.00 ₱1,900.00 49 4.00 Pair Shutter Type Window Holder, 15-blades, Aluminum, Double Control ₱500.00 ₱2,000.00 50 20.00 Pair Shutter Type Window Holder, 16-blades, Jalouplus ₱555.00 ₱11,100.00 51 180.00 Pcs Jalousie Blades,clear, 60 Cmx 10 Cm ₱45.00 ₱8,100.00 52 135.00 Pcs Tile, Porcelain, 60cmx60cm ₱195.00 ₱26,325.00 53 1.00 Kg Tile Grout Sealant, 2kg ₱80.00 ₱80.00 54 1.00 Pack Tile Adhesive Cement, 25kg ₱500.00 ₱500.00 55 2.00 Piece Tile Trim, Aluminum, 2.4m, ₱500.00 ₱1,000.00 56 10.00 Ply Lumber, 2x3x12, Tanguile ₱210.00 ₱2,100.00 57 40.00 Kg Lumber,2x2x8 Tanguile ₱93.00 ₱3,720.00 58 10.00 Kg Lumber 1x8x12 Tanguile ₱280.00 ₱2,800.00 59 4.00 Sheet Gi Sheet, Corrugated, G 24/0.40 Mm Thickness ₱1,100.00 ₱4,400.00 60 15.00 Kg Plywood, Marine 1/4 ₱450.00 ₱6,750.00 61 4.00 Pack Umbrella Nails ₱150.00 ₱600.00 62 2.00 Kg Cw Nails # 4 ₱85.00 ₱170.00 63 2.00 Kg Cw Nails # 3 ₱90.00 ₱180.00 64 2.00 Kg Hardened Nails ₱100.00 ₱200.00 65 5.00 Pack Vulca Seal ₱85.00 ₱425.00 Abc: 222,240.00 Note: To Be Delivered At Tagongon Es, Tagbina, Surigao Del Sur
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 372.6 K (USD 6.4 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping 1. The Local Government Unit Of Irosin, Through The General Fund(capital Outlay-land Improvement-inact) Intends To Apply The Sum Of Three Hundred Seventy Two Thousand Six Hundred Eighty Pesos (p 372,680.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping , Good-10-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Hardware/materials For The Maintenance Of Parks And Plazas With Landscaping Brief Description: 12 Pcs. 16mm Rsb X 6.0m/15 Pcs.10mm Rsb X 6.0m/6 Kls. #16 Tie Wire/ 18 Bags Portland Cement/ 2 Cu.m. Gravel Pea-size/2 Cu.m. Washed Sand/3 Pcs. 1/4'' Thk. Marine Plywood/60 Bd.ft. Coco Lumber/3 Kls. Assorted Cw Nail/4 Pcs. Hacksaw Blade/6 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm, Height 6 Meters, Top Diameter 3", Bottom Diameter 6", Arm Length-1 Meter, Arm Diameter-2", Pole Thickness-3mm, Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt- 5/8x 12" Finish- Hot Dip Galvanized/40 Pcs. 2''x 2''x 10' Good Lumber/20 Pcs. 1/4''thk. Marine Plywood/ 8 Kgs. Assorted Cw Nail/5 Set Door Knob/12 Gal. Epoxy Primer Paint/26 Gal. Latex Paint/8 Gal. Qde Paint/ 6 Gal. Roof Paint/8 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/4 Gal. Lacquer Thinner/4 Gal. Paint Thinner/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/10 Pcs.2'' Paint Brush/28 Pcs. Steel Brush/15 Pcs. Spatula/1 Lot Landscape Approved Budget For The Contract : P 372,680.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : General Fund(capital Outlay-land Improvement-inact) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4, 2025 Until February 11, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 11, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. 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 February 11, 2025, 9:00 Am At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A 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. 11.for Further Information, Please Refer To: Benjamin M. Gabionza,ce Mun. Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: February 4, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping With Project Identification Number Good-10-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Hardware/materials With Landscaping, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For General Fund(capital Outlay-land Improvement-inact) In The Amount Of Three Hundred Seventy Two Thousand Six Hundred Eighty Pesos (p 372,680.00). 2.2. The Source Of Funding Is: General Fund(capital Outlay-land Improvement-inact) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping Brief Description: 12 Pcs. 16mm Rsb X 6.0m/15 Pcs.10mm Rsb X 6.0m/6 Kls. #16 Tie Wire/18 Bagsportland Cement/ 2 Cu.m. Gravel Pea-size/2 Cu.m. Washed Sand/3 Pcs. 1/4'' Thk. Marine Plywood/60 Bd.ft. Coco Lumber/3 Kls. Assorted Cw Nail/4 Pcs. Hacksaw Blade/6 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm, Height 6 Meters, Top Diameter 3", Bottom Diameter 6", Arm Length-1 Meter, Arm Diameter-2", Pole Thickness-3mm, Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt- 5/8x 12" Finish- Hot Dip Galvanized/40 Pcs. 2''x 2''x 10' Good Lumber/20 Pcs. 1/4''thk. Marine Plywood/ 8 Kgs. Assorted Cw Nail/5 Set Door Knob/12 Gal. Epoxy Primer Paint/26 Gal. Latex Paint/8 Gal. Qde Paint/ 6 Gal. Roof Paint/8 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/4 Gal. Lacquer Thinner/4 Gal. Paint Thinner/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/10 Pcs.2'' Paint Brush/28 Pcs. Steel Brush/15 Pcs. Spatula/1 Lot Landscape B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Hardware/materials With Landscaping 12 Pcs. 16mm Rsb X 6.0m/15 Pcs.10mm Rsb X 6.0m/6 Kls. #16 Tie Wire/ 18 Bags Portland Cement/ 2 Cu.m. Gravel Pea-size/2 Cu.m. Washed Sand/3 Pcs. 1/4'' Thk. Marine Plywood/60 Bd.ft. Coco Lumber/3 Kls. Assorted Cw Nail/4 Pcs. Hacksaw Blade/6 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm, Height 6 Meters, Top Diameter 3", Bottom Diameter 6", Arm Length-1 Meter, Arm Diameter-2", Pole Thickness-3mm, Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt- 5/8x 12" Finish- Hot Dip Galvanized/40 Pcs. 2''x 2''x 10' Good Lumber/20 Pcs. 1/4''thk. Marine Plywood/ 8 Kgs. Assorted Cw Nail/5 Set Door Knob/12 Gal. Epoxy Primer Paint/26 Gal. Latex Paint/8 Gal. Qde Paint/ 6 Gal. Roof Paint/8 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/4 Gal. Lacquer Thinner/4 Gal. Paint Thinner/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/10 Pcs.2'' Paint Brush/28 Pcs. Steel Brush/15 Pcs. Spatula/1 Lot Landscape 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (90) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (90) Calendar Days Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Hardware/materials If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 (e) Tax Clearance For Collection Purposes Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
City Of Canlaon Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 711 K (USD 12.2 K)
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Completion Of Covered Court The Local Government Of Canlaon City, Through The Aip 2024 Intends To Apply The Sum Seven Hundred Eleven Thousand, Thirty-one & 07/100 (p711,031.07) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Completion Of Covered Court, Proper Brgy. Binalbagan, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Completion Of Covered Court, Proper Brgy. Binalbagan, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten 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). 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) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 11, 2024 To January 2, 2024 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand (p1,000.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. The Local Government Of Canlaon City Will Hold A Pre-bid Conference On December 18, 2024 – 2:00 Pm At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To Prospective Bidders Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 2, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 2, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 10, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Completion Of Covered Court Brief Description: Supply And Delivery Of Various Construction Materials Location: Proper Brgy. Binalbagan, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 1 Pc Tarpaulin (8' X 8') 4,000.00 2. 360 Bd-ft Rough Lumber (2" X 2" X 8') - 135 55.00 3. 30 Length Gi Pipe (1 1/2"), Sch. 40 1,528.67 4. 8 Sheet Ordinary Plywood (1/4" X 4' X 8') 547.00 5. 2 Kgs Cwn, (1") 101.00 6. 2 Kgs Cwn, (2 1/2") 96.00 7. 5 Kgs Cwn, (3") 91.50 8. 7 Kgs Cwn, (4") 89.00 9. 30 Pcs 1 1/2" Ø Fixed Clamp 120.00 10. 30 Pcs 1 1/2" Ø Swivel Clamp 120.00 11. 1 Pc Stanley Fiberglass Blade Long Tape (50 Meters) 1,300.00 12. 1 Pc Stanley Steel Tape (5 Meters) 325.00 13. 83 Bags Portland Cement, Type I, 40 Kgs. 287.00 14. 8 Cu.m. Crushed Stone, 3/4" 2,378.00 15. 4 Cu.m. Fine Sand 1,347.33 16. 20 Length Deformed Bar, (20mmø X 6m) 1,350.00 17. 39 Length Deformed Bar, (16mmø X 6m) 590.33 18. 30 Length Deformed Bar, (10mmø X 6m) 238.33 19. 5 Kgs Gi Tie Wire, Ga 16 102.67 20. 2 Pcs Cutting Disc, (4" Ø) 70.00 21. 8 Pcs Cutting Disc, (14" Ø) 192.40 22. 8 Pcs Grinding Disc, (4" Ø) 48.00 23. 31 Length Angle Bar (3" X 3" X 3/8") 5,700.00 24. 39 Length Angle Bar (2 1/2" X 2 1/2" X 1/4") 3,100.00 25. 30 Length Angle Bar (2" X 2" X 1/4") 1,603.67 26. 39 Length C-purlins (2" X 6"), G-16 1,236.33 27. 8 Length Plain Bar (12mmø X 6m) 493.67 28. 30 Kgs Welding Rod, (e6011) 199.00 29. 2 Pcs Base Plate W/ 8-28mmø Drill Holes (20mm X 450mm X 750mm) 5,800.00 30. 16 Pcs Anchor Bolt W/ Machine Bolts (25mmø X 24") 200.00 31. 66 Pcs B.i. Steel Plate (0.2m X 0.1m X 8mm) 100.00 32. 25 Gal Red Lead Paint 1,013.50 33. 6 Gal Mayon Paint Thinner 450.00 34. 4 Pc Paint Brush, 2" 52.00 35. 4 Pc Paint Brush, 4" 105.00 36. 12 Sheets Durarib (10m X 1220mm X 0.60mm), Green 5,000.00 37. 4 Pcs Ridge Roll (0.40mm X 0.60m X 2.4m), Green 350.00 38. 800 Pc Tekscrew, (5/16" X 1 3/4") 4.25 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 457.4 K (USD 7.8 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Santican, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php457,491.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Santican, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Construction Materials For Concreting Of Barangay Roads At Various Barangay, Barangay Santican, Danao City, As Follows; Seq. Item Description Quantity 1. Base Coarse (limestone) 44 Cu.m 2. 40-kg Portland Cement 599 Bags 3. River Washed Sand 34.5 Cu.m 4. River Washed Gravel 69 Cu.m 5. 12mm.ø X 6.00mtrs Deformed Bar 24 Lengths 6. Asphalt Sealant (bitumen Seal) 44 Kg 7. 1” X 6” X 12’ Coco Lumber 30 Lengths 8. 4” Common Wire Nail 6 Kg 9. Hacksaw Blade 6 Pcs 10. Caution Warning Tape 1 Roll 11. 10mm.ø X 6.00mtrs Deformed Bar 8 Lengths 12. ½” X 4’ X 8’ Ordinary Plywood 2 Shts 13. 2” X 2” X 10’ Coco Lumber 4 Lengths 14. 2” X 3” X 10’ Coco Lumber 6 Lengths 15. 1-1/2” Common Wire Nail 1 Kg 16. #16 G.i Tie Wire 2 Kg 17. 16mm.ø 305mm Anchor Bolts With Nut And Washer 8 Pairs 18. 76mm.ø X 6.00mtrs G.i Pipe Sch.-40 (steel Post) 2 Lengths 19. 50mm.ø X 6.00mtrs G.i Pipe Sch.-40 (extended Arm) 1 Length 20. 250mm. X 250mm. X 12mm.thk. Base Plate 2 Plate 21. 250mm. X 250mm. X 10mm.thk. Stiffener Plate 2 Plate 22. 100mm. X 100mm. X 6mm.thk. Steel Plate (top Cover) 2 Plate 23. #12 Welding Electrode 2 Kg 24. Solar Streetlight 300watts With Complete Accessories 2 Set 25. 4”ø Cutting Disc 2 Pcs 26. Epoxy Primer (gray) 1 Gal 27. Semi-gloss Quick Drying Enamel (blue) 1 Gal 28. Reflectorized Rubber Based Paint (yellow) 1 Gal 29. Reflectorized Rubber Based Paint (black) 1 Gal 30. 7” Paint Roller Brush With Tray 1 Set 31. 4” Paint Roller Brush With Tray 1 Set 32. 3” Paint Brush 4 Pcs 33. 1” Masking Tape 2 Rolls 34. Putty Knife 1 Pc 35. #100 Sand Paper 2 Sq.ft Php457,491.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 14-20, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 21, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund , Intend To Apply The Sum Of P 1,932,276.10 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City With Project No. Cb(b)-24-148 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City 1. General Requirements • Permits And Clearances • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization 2. Earthworks • Excavation Works For Footings, Tiebeams And Wall Footing • 100mm Thk. Gravel Base For Footings And Tiebeams • 50mm Thk. Gravel Base For Wall Footings 3. Steel Reinforcements • Installation Of 20mm Ø Dsb For Columns (6.50m), Tiebeams And Floor Beams (b1 & Cb) • Installation Of 16mm Ø Dsb For Footings, Tiebeams And Floor Beams (b1, B2, B3 & Cb) • Installation Of 10mm Ø Dsb For Tiebeams And Floor Beams Stirrups, Column Lateral Ties And Slab Matting For Second Floor 4. Concrete Works, Formworks And Scaffoldings • Installation Of Formworks And Falsework For Columns, Tiebeams, Beams (b1, B2, B3 & Cb) And Second Floor Slab • Concrete Pouring Of Footings, Columns (6.50m), Tiebeams, Floor Beams (b1, B2, B3 & Cb) And Second Floor Slab • Removal Of Formworks And Falsework • Installation Of 4” And 2” Pvc Pipes For Second Floor Plumbing Roughing-ins 5. Masonry Works • 4” X 8” X 16” Concrete Hollow Blocks For Perimeter Walls Up To Bottom Of Floor Beam I. Permit & Clearances (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)- 6 Sets Of Plans. Ii. Construction Safety And Health Program (q= 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aid Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’x8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w. Nails. Iv. Mobilization & Demobilization (q=1.00lot) V. Earthworks (q=95.00 Cu.m.) Includes Volume To Be Excavated, V=54.4 Cu.m.; Volume To Be Backfilled, V= 28.1cu.m.;gravel Bedding, V=10.83cu.m.; (+15% Shrinkage). Vi. Steel Reinforcements (q= 7,873.65kgs.) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Vii. Concrete Works, Formworks And Scaffoldings (q=45.17cu.m.) Includes Portland Cement (type I), Washed Sand, Washed Gravel, 4’ X 8’ X ¾” Thk. Marine Plywood, Assorted Sized Coco Lumber (2” X 2” X 10’ & 2” X 3” X 10’), Assorted Sized C.w. Nails, Sahara Cement Waterproofing Compound 908grams, Plumbing Roughing-ins-4” Dia. X 10’ Pvc Pipes S-1000, Plumbing Roughing-ins – 2”dia X 10’ Pvc Pipes S-1000. Viii. Masonry Works (q=100.65sq.m.) Includes 4” X 8” X 16” Chb (a = 100.65), Portland Cement, Washed Sand) Approved Budget For The Contract (abc): P 1,932,276.10 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Ten (110) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 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, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 14 – February 4, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 21, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Opening Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 14, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-148 (ceo-infra)
City Of Bayawan Tender
Civil And Construction...+2Paints and Enamels, Construction Material
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 636 K (USD 10.8 K)
Details: Description Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Lot No. I Cement And Additives 1 40 Bag Cement, Portland (40kgs/bag), Type 1 Lot No. Ii Aggregates 2 5 Cu.m. Sand, Washed Mixing/screened 3 5 Cu.m. Round Gravel, (screened & Washed), Max. Size 20mm Dia Lot No. Iii Carpentry Tools And Supplies 4 30 Sheet Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 5 10 Kilo Nails, Common Wire 38mm 6 10 Piece Blade, Hacksaw, 12mm X 300mm, 18tpi, (excellent Quality) 7 10 Kilo Nails, Common Wire 62mm 8 5 Liter Marine Epoxy (lit), (excellent Quality) Lot No. Iv Commercial Lumber 9 30 Piece Lumber, G-melina Mahogany And Equivalent 25mm X 200mm X 2.4m 10 30 Piece Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 2.4m Lot No. V Paints, Tools And Supplies 11 15 Can Acrylic Spray Paint, Flat Black(400cc/can) 12 15 Can Acrylic Spray Paint, Maroon(400cc/can) 13 15 Can Acrylic Spray Paint, Yellow(400cc/can) 14 15 Can Acrylic Spray Paint, Blue(400cc/can) 15 15 Can Acrylic Spray Paint, Red(400cc/can) 16 15 Can Acrylic Spray Paint, Green(400cc/can) 17 15 Can Acrylic Spray Paint, Brown(400cc/can) 18 10 Can Latex Paint, Flat Yellow (l/can) 19 10 Can Latex Paint, Flat Red (l/can) 20 10 Gallon "reflectorized Paint, Yellow (4lit./gal.) •traffic Paint" Chlorinated Rubber Base 21 10 Gallon "reflectorized Paint, White (4lit.gal.) •traffic Paint" Chlorinated Rubber Base 22 10 Gallon Paint, Reflectorized For Traffic Chlorinated Rubber Base, Red 23 5 Gallon Reducer/thinner, Epoxy Paint (gal) 24 15 Gallon Enamel Paint, Quick Dry (gal) Black 25 4 Can Lacquer Thinner, 3.75 (liter/can) 26 8 Piece Paint Roller W/ Handle, 175mm 27 8 Piece Paint Roller With Handle, 100mm 28 8 Piece Paint Brush, 50mm (2") Hair Type Lot No. Vi Construction Safety Gear And Equipment 29 450 Pair Gloves, Working, Rubber & Cloth Combination, Good Quality 30 15 Pair Gloves, Welding Leathear Long, 16ft, Ce Certified En 12477 31 15 Box Mask, Non Woven Synthetic Fibre Disposable Masks, Ffp1, Moulded Mask, Nose Clip For Adjustment, Foam Edge Under Nose Clip, Ce, En149 (20 Pcs/box) 32 10 Piece Working Clothes, Cover-all Medium Designed For Automechanics 33 25 Piece Working Clothes, Cover-all Large Designed For Automechanics 34 25 Piece Working Clothes, Cover-all Extra Large Designed For Automechanics 35 25 Piece Welding Apron, Leather Body Protection, Free Size 36 40 Piece Raincoat, Poncho Type, Assorted Color, Good Quality Large 37 40 Piece Raincoat, Poncho Type, Assorted Color, Good Quality Xlarge 38 25 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 7 39 25 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 8 40 25 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 9 41 50 Piece Spectacles, Safety Goggles, Clear 42 10 Piece Browguard, Polycarbonate 0.8mm Visor Holder (ce En166, Ansi Z87+, Csa Z94.3) With Clear Visor Face Shield, (en166, Csa Z94.3) 43 30 Piece Mask, Face, Welding Mask, W/ #10 Dark Glass 44 10 Piece Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow 45 10 Piece Hard Hat, , High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap Red 46 10 Piece Hard Hat, , High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap Gray 47 15 Pair Safety Shoes, Size 6, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 48 45 Pair Safety Shoes, Size 7, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 49 45 Pair Safety Shoes, Size 8, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 50 10 Pair Safety Shoes, Size 9, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 51 55 Piece Vest, Reflectorized, Safety, Green 52 55 Piece Vest, Reflectorized, Safety, Orange *** Nothing Follows *** Basis Of Evaluation Per Lot Per Item Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 1,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents January 22, 2025 To February 03, 2025 @ 5:00 P.m. Pre-bid Conference None Deadline/opening Of Bids February 04, 2025 @ 9:00 A.m. Post Qualification February 11, 2025 @ 9:00 A.m. Awarding Of Bids February 18, 2025 @ 9:00 A.m. Approved: (sgd)virginia D. Sadiasa City Civil Registrar Bac Chairman
City Of General Santos , South Cotabato Tender
Civil And Construction...+2Paints and Enamels, Construction Material
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 364.7 K (USD 6.2 K)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. A1. Bolt Cutter (hd) 24" Item No. 63412 3,000.00 A2. Crowbar Item No . 63413 4,500.00 A3. Hammer Heavy Duty Item No. 63410 3,000.00 A4. Hammer, Sledge 10 To 15 Lbs Item No. 63204 6,000.00 A5. Pliers, Long Nose 20mm Item No. 63409 1,695.00 A6. Safety Gloves Cotton, W/ Rubber Grip Item No. 63411 2,500.00 B1. Faucet 1/2 Size With Thread, Bronze (control No. 68110) 5,500.00 B2. Flat Latex White (control No. 68111) 3,934.20 B3. Hollow Blocks (control No. 68112) 3,000.00 B4. Padlock, 40mm, Heavy Duty (control No. 68114) 5,760.00 B5. Paint Brush #9 (control No. 68120) 480.00 B6. Paint Brush #2 (control No. 68119) 372.00 Page 2 Of 5 25cb Gsc 084 Total Description Of Articles Item No. B7. Paint Thinner (control No. 68121) 750.00 B8. Paint, Latex, Whilte (control No. 68115) 2,736.00 B9. Paint, Roofguard, Green (control No. 68122) 2,920.00 B10. Pvc Cement (control No. 68123) 1,100.00 B11. Pvc Elbow, 1/2 (control No. 68124) 120.00 B12. Pvc Tee Connector, Combination # 1 To 1/2 (control No. 68127) 2,000.00 B13. Pvc Tee, 1/2 (control No. 68125) 240.00 B14. Rectangular Bar 1.2x 2 X 3 X 20 Ft (control No. 68116 & 68403) 9,600.00 B15. Round Bar, 10 Mm (control No. 68117) 6,380.00 B16. Teflon, # 1/2 (control No. 68113) 495.00 B17. Welding Rod, Ordinary (control No. 68128) 360.00 B18. Wire Flatcord # 16, Meters (control No. 68118) 5,500.00 C1. Mop Bucket, Heavy Duty Hard Plastic 2,102.00 D1. 0.4mm X 1090mm Rib Type (prepainted) 150 Ln.m 106,519.00 D2. 3/4 " Thk Marine Plyboard 30,625.00 D3. 4" Cut Off Wheel 10,400.00 D4. 4" Cut Off Wheel (masonry) 3,600.00 D5. 5mm Thk Marine Plywood 18,720.00 D6. Body Filler 5,360.00 D7. Cee Purlin 1.2mm Thk, 50mm X 150mm 19,252.50 D8. Epoxy Enamel 5,360.00 D9. Latex Tinting Color 595.00 D10. No. 3 Cw Nails 3,900.00 D11. No. 3 Umbrilla Nails 2,600.00 D12. No. 4 Cw Nails 3,900.00 Page 3 Of 5 25cb Gsc 084 Total Description Of Articles Item No. D13. Roof Sealant 7,200.00 D14. Semi Gloss Latex Paint 17,290.00 D15. Water Closet New Lenear Elongated Flush Valve Toilet With Bowl Spud, Floor Flange Set, Bolt Caps And Anti Bac S & C (white) 45,375.00 E1. Bulb: Led, 11 Watts, Daylight 2,850.00 E2. Door Knob (heavy Duty) 2,550.00 E3. Fluorescent Lamp, Tubular, 16 Watts 1,425.00 E4. Primer , Flatwall Enamel 1,248.00 E5. Roller Brush With Tray #9 540.00 E6. Semi Gloss Enamel 1,356.00 Condition: 1. The Bidding Will Be One (1) Lot. All Items Should Have Individual Prices. However, The Bid Price For One (1) Lot Will Be The Basis For Bid Price. 2. Delivery Is Sixty (60) Days Upon Receipt Of Purchase Order The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Various Hardware Materials. Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 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) 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. 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. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting February 6, 2025 12:00 Noon From The 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 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Page 4 Of 5 25cb Gsc 084 *25cb Gsc 084* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 13, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On February 13, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Province Of Negros Oriental Tender
Civil And Construction...+1Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 1.7 Million (USD 30.5 K)
Details: Description Invitation To Bid Bid No. B-416-2024 1. The Provincial Government Of Negros Oriental, Through The Responsibility Center: Sp Res. # 72 Ao #1 Series Of 2023, 20% Df, Cy 2023 / Account Code: 8918-035(23), Intends To Apply The Sum Of One Million Seven Hundred Eighty Thousand Three Hundred Sixty Two Pesos (php 1,784,362.00) Being The Abc To Payments Under The Contract Five (5) Lots Construction Materials For The Improvement Of Road At Sitio Sumaliring Beach, Brgy. Sumaliring, Siaton, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By The End-user Within 15 Working Days From The Receipt Of A Written Advice By The Project Engineer. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-1111, Local 475 Or 477 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Eight Hundred Pesos (php 1,800.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 30, 2024 At 2:30 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 14, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 14, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.:(035) 226-1982; Facsimile No.:(035) 226-1982 Email: Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman Lot 1 1. 1 Sht. 1,200.00 8’ X 8’ Tarpaulin W/print Of Project Name & Eyelet 2. 4 Kg. 100.00 Assorted Common Nails 3. 10 Pcs. 518.00 Marine Plywood 5mmx4’x8’ 4. 4 Shts. 650.00 G.i. Corrugated Sheet Ga-26 80cmx10’ 5. 1 Kg. 120.00 Umbrella Nails 6. 2 Set 165.00 Hinges 7. 40 M. 50.00 Rope 1” Dia. 8. 4 Sq.m. 166.00 Filter Cloth 9. 79 L.m. 65.00 Weep Holes (pvc) Terms & Conditions: The Materials Shall Be For Pick Upfrom The Supplier Within 15 Working Days From The Receipt Of A Written Advice By The Project. Abc:17,629.00 Lot 2 10. 20 Bd.ft. 38.00 5 Pcs.-2” X 2” X 12’ Coco Lumber (framing) 11. 24 Bd.ft. 38.00 4 Pcs. -2” X 3” X 12’ Coco Lumber 12. 78 Bd.ft. 35.00 Coco Lumber 2”x2”x8’ 13. 16 Bd.ft. 35.00 Coco Lumber 2”x3”x8’ Terms And Conditions: The Materials Shall Be For Picked Up From The Supplier Within 15 Working Days From The Receipt Of A Written Advice By The Project Engineer. Abc:17,629.00 Lot 3 14. 1467 Bags 280.00 Portland Cement Type I Terms & Conditions: The Materials Shall Be For Picked Up From The Supplier Within 15 Working Days From The Receipt Of A Written Advice By The Project Engineer. Abc:410,760.00 Lot 4 15. 10 Pcs. 1,000.00 Steel Toe Safetry Shoes (different Sizes) 16. 10 Pcs. 350.00 Safety Helmet (free Size) 17. 10 Pcs. 50.00 Safety Gloves (free Size) 18. 10 Pcs. 200.00 Safety Vest 19. 1 Set 1,000.00 Signage & Barricades/warning Tape 20. 1 Set 1,200.00 First Aid/medicine/logistics Terms And Conditions: The Materials Shall Be For Pick Up From The Supplier Within 15 Working Days From The Receipt Of A Written Advice By The Project Engineer. Abc:18,200.00 Lot 5 21. 536.08 Cu.m. 950.00 Common Borrow (w/25% Shrinkage Factor)( 15% Shrinkage) 22. 132.0 Cu.m. 1,300.00 Aggregate Subbase Course (w/15% Shrinkage) 23. 81.30 Pcs. 1,200.00 Washed Sand 24. 16.0 Pcs. 4,000.00 R.c. Pipes (910mm Dia.) 25. 3.0 Cu.m. 65.00 Sand Bedding/selected Sandy Soil 26. 6.0 Cu.m. 1,300.00 Gravel Fill 27. 301.0 Cu.m. 1,600.00 Boulders 28. 0.6 Cu.m. 1,300.00 Gravel Terms And Conditions: The Materials Shall Be Picked Up From The Supplier Within 15 Working Days From The Receipt Of A Written Advice By The Project Engineer. Abc:1,332,811.00 Xxxxxxxxxxxxxxxxxxxxxxxxxx Project Name: Improvement Of Road At Sitio Sumaliring Beach, Brgy. Sumaliring Siaton, Negros Oriental -x-x-x-x-x-x-x-x-x-x-x-x-x- Total Abc: P1,784,362.00
City Of Danao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 943.3 K (USD 16.1 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Purok 1 Barangay Danasan, Danao City Of The City Government Of Danao The Local Government Of Danao City, Through The 20% Economic Development Fund Intends To Apply The Sum Of Php943,375.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Purok 1 Barangay Danasan, Danao City Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Supply And Delivery Of Construction Materials For Concreting Of Barangay Roads At Various Barangay, Purok 1 Barangay Danasan, Danao City, As Follows; Seq. Item Description Quantity 1. Base Coarse (limestone) 100 Cu.m 2. 40-kg Portland Cement 1,360 Bags 3. River Washed Sand 76.5 Cu.m 4. River Washed Gravel 153 Cu.m 5. 12mm.ø X 6.00mtrs Deformed Bar 49 Lengths 6. 1” X 6” X 12’ Coco Lumber 36 Lengths 7. 4” Common Wire Nail 6 Kg 8. Hacksaw Blade 8 Pcs 9. Caution Warning Tape 1 Roll 10. 10mm.ø X 6.00mtrs Deformed Bar 8 Lengths 11. ½” X 4’ X 8’ Ordinary Plywood 2 Shts 12. 2” X 2” X 10’ Coco Lumber 4 Lengths 13. 2” X 3” X 10’ Coco Lumber 6 Lengths 14. 1-1/2” Common Wire Nail 1 Kg 15. #16 G.i Tie Wire 2 Kg 16. 16mm.ø 305mm Anchor Bolts With Nut And Washer 8 Pairs 17. 76mm.ø X 6.00mtrs G.i Pipe Sch.-40 (steel Post) 2 Lengths 18. 50mm.ø X 6.00mtrs G.i Pipe Sch.-40 (extended Arm) 1 Length 19. 250mm. X 250mm. X 12mm.thk. Base Plate 2 Plate 20. 250mm. X 250mm. X 10mm.thk. Stiffener Plate 2 Plate 21. 100mm. X 100mm. X 6mm.thk. Steel Plate (top Cover) 2 Plate 22. #12 Welding Electrode (fuji) 2 Kg 23. Solar Streetlight 300watts With Complete Accessories 2 Set 24. 4”ø Cutting Disc 2 Pcs 25. Epoxy Primer (gray) 1 Gal 26. Semi-gloss Quick Drying Enamel (blue) 1 Gal 27. Reflectorized Rubber Based Paint (yellow) 1 Gal 28. Reflectorized Rubber Based Paint (black) 1 Gal 29. 7” Paint Roller Brush With Tray 1 Set 30. 4” Paint Roller Brush With Tray 1 Set 31. 3” Paint Brush 4 Pcs 32. 1” Masking Tape 2 Rolls 33. Putty Knife 1 Pc 34. #100 Sand Paper 2 Sq.ft Php943,375.00 Delivery Of The Goods Is Ten (10) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On January 09-14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Submission And Receipts Of Bids On January 15, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
1451-1460 of 1512 archived Tenders