Plywood Tenders
Plywood Tenders
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 24-p-317(re-ad) Date January 2, 2025 Pr Reference 100-24-10-026 Philgeps Reference No. End - User Ceo Closing Date January 17, 2025 @ 5:00pm Bid Opening January 21, 2025 @ 9:00 Am Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. (sgd)virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq: By Lot Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 24-p-317(re-ad) Total Abc: Php 300,621.10 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (unit Cost Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand, Model And Specifications. Attach Brochure If Available) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Lot I. Construction Materials 1 G.i. Metal Studs, 0.50mm Thk X 50mm X 50mm X 3.0m 3 Length 330.00 [ ] [ ] 2 G.i. Metal Studs, 0.50mm Thk X 50mm X 75mm X 3.0m 24 Length 490.00 [ ] [ ] 3 G.i. Metal Tracks, 0.50mm Thk X 50mm X 75mm X 3.0m 20 Length 470.00 [ ] [ ] 4 Metal Cladding, Aluminum Composite Panel, 4mm X 1.2m X 2.4m, Color: White 20 Sheet 2,500.00 [ ] [ ] 5 Tex Screw, 63mm For Steel 153 Piece 2.00 [ ] [ ] 6 Expansion Bolt, 10mm Dia X 75mm 56 Piece 35.00 [ ] [ ] 7 Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 2 Sheet 650.00 [ ] [ ] 8 Nails, Common Wire, 38mm 1 Kilo 84.00 [ ] [ ] 9 Nails, Common Wire 62mm 1 Kilo 80.00 [ ] [ ] 10 Nails, Concrete 25mm 1 Kilo 100.00 [ ] [ ] 11 Sealant, Elastomeric/roof (1 Liter/can) 1 Can 700.00 [ ] [ ] 12 Blind Rivets, 19mm Dia X 9mm Long (1000pcs/box) 1 Box 4,100.00 [ ] [ ] 13 Blind Rivets, 3mm Dia X 15.5mm Long (1000 Pcs/box) 1 Box 330.00 [ ] [ ] 14 Steel Plate,, 8mm X 1.2m 2.4m 1 Sheet 10,640.00 [ ] [ ] 17 Wood Plastic Composite, Indoor Panel, 7.5mm X 0.122m X 2.9m; Color: Teracota Orange 36 Sheet 600.00 [ ] [ ] 18 Roofing, Long Span, Rib Type, Min. T=.40mm, Min. Eff. W=1.040m, Min Rib H=22mm, L=8.00m, Color: Terracotta Orange 6 Sheet 3,440.00 [ ] [ ] 19 Door Knob, Chrome Polished Adjustable Tubular Latch Type, Good Quality 2 Set 690.00 [ ] [ ] 20 Hinges, Steel 100mm X 100mm Loose Pin W/ Screws Excellent Quality 3 Set 120.00 [ ] [ ] 21 Tube, G.i., Rectangular, Thk=2.5mm X 50mm X 150mm X 6m 4 Length 4,480.00 [ ] [ ] 22 Tube, G.i., Rectangular, , Thk=2.5mm X 75mm X 150mm X 6m 20 Length 6,720.00 [ ] [ ] 23 Rod/electrode, Welding, E6013, 1/8" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box) 4 Box 1,890.00 [ ] [ ] 24 Epoxy, (a And B), 1/4 Liter/can 1 Can 572.60 [ ] [ ] Lot Ii. Commercial Lumber 15 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 2.4m 6 Piece 179.75 [ ] [ ] 16 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 3.0m 12 Piece 280.00 [ ] [ ] Purpose: Delivery Of Supplies And Materials For The Improvement Of Negosyo Center (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date17 Jan 2025
Tender AmountPHP 300.6 K (USD 5.1 K)
City Of Danao Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy.mantija Invitation To Apply For Eligibility And To Bid For The Bleacher Of Basketball Court/improvement Of Basketball Court Of Brgy. Mantija, Danao City The Brgy.mantija, Tends To Apply The Sum Of Php574,739.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Bleacher Of Basketball Court/improvement Of Basketball Court @ Brgy.mantija, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Mantija Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding Of The Bleacher Of Basketball Court/ Improvement Of Basketball Court @ Brgy.mantija, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 439 Bags Portland Cement 248.00 108,872.00 2. 35 Bags Pozzoland Cement 220.00 7,700.00 3. 15 Cu.m Limestone 900.00 13,500.00 4. 24.5 Cu.m Washed Sand 2,100.00 51,450.00 5. 2 Cu.m Fined Sand 2,100.00 4,200.00 6. 24.5 Cu.m Crushed Gravel 2,100.00 51,450.00 7. 103 Length 10mm X 6m Deformed Bars 237.00 24,411.00 8. 210 Length 12mm X 6m Deformed Bars 318.00 66,780.00 9. 25 Kg. G.i Tie Wire #16 92.00 2,300.00 10. 9 Sht. ½’ordinary Plywood 784.00 7,056.00 11. 18 Pcs. 2”x2 2”x 10’ Coco Lumber 100.00 1,800.00 12. 10 Pcs. 2”x3”x2”x10 Coco Lumber 150.00 1,500.00 13. 1890 Pcs. 6” Chb 21.00 39,690.00 14. 6 Kg. Cwn 4” 81.00 486.00 15. 4 Kg. Cwn 2” 81.00 324.00 16. 3 Kg. Concrete Nail 1 ½ 115.00 345.00 17. 4 Pcs. Hacksaw Blade 69.00 276.00 18. 40 Pcs. 12mm X 300mm Anchor Bolt 115.00 4,600.00 19. 10 Pcs. 200mm X 150mm X 12mm Thk.base Plate1,695.00 16,950.00 20. 13 Lengths 38mm X 38mmx 6mm Thk X 6m Angle Bar1,675.00 21,775.00 21. 13 Lengths 50mm X 100mm X 1.5mm Thk C-purlins 1,090.00 14,170.00 22. 11 Lengths 12mm Thk X 305mm Hardi Senepea 520.00 5,720.00 23. 75 In.m Rib-type Painted Roofing Long Span0.6mm 585.00 43,875.00 24. 16 Sht. Pre-painted Gutter 0.6mm Thk 880.00 14,080.00 25. 432 Pcs. Tekscrew 2.1/2” 5.00 2,160.00 26. 1 Box Welding Rod (heavy Duty) 3,630.00 3,630.00 27. 10 Length 50mm G.i Pipe (sch.40) 1,890.00 18,900.00 28. 4 Length 38mm G.i Pipe (sch.40) 578.00 2,312.00 29. 22 Sht. 4.7mm X 25mm Flat Bar Stiffener 345.00 7,590.00 30. 14 Sht. Ga 10 Steel Matting 825.00 11,550.00 31. 16 Lengths 16mm X 6m Square Bars 872.00 13,952.00 32. 1 Length 12mm G.i Pipe (ordinary) 570.00 570.00 33. 1 Length 20mm G.i Pipe (ordinary) 720.00 720.00 34. 1 Length 10mm Plain Round Bar 237.00 237.00 35. 2 Length 16mm Plain Round Bar 529.00 1,058.00 36. 6 Pcs. 6mm Thk Steel Plate 225.00 1,350.00 37. 4 Gal Epoxy Primer With Catalyst (gray) 932.00 3,728.00 38. 1 Gal Lacquer Thinner 570.00 570.00 39. 2 Pcs. Paint Roller 7” With Tray 160.00 320.00 40. 5 Pcs. Paint Brush 4” 98.00 490.00 41. 4 Pcs. Paint Brush 2” 48.00 192.00 42. 2 Gal Epoxy Enamel (black) 1,050.00 2,100.00 Php 574,739.00 Delivery Of The Goods Is Required Not Later Than January 30, 2025. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On January 07- 14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration Submission And Receipts Of Bids On January 14, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Mantija, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’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 1year In The Case Of Purchase Of Equipment. 3.)all Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.)the City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items ; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part! (irr-a) Of Republic Act No. 9184 (r.a. 9184),otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines,as Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents,itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project.the Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.ivan G. Pepito Brgy. Sk Chairman On Infrastructure Mantija,danao City
Closing Date14 Jan 2025
Tender AmountPHP 574.7 K (USD 9.8 K)
MUNICIPALITY OF PANGIL, LAGUNA Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Municipality Of Pangil, Through Its Bids And Awards Committee (bac), Invites Legitimate Contractors/suppliers Duly Registered As Platinum To Philgeps To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Project : Concreting Of Local Access Road At Sitio Interwood, Brgy. Isla, Pangil, Laguna Location : Sitio Interwood, Brgy. Isla, Pangil, Laguna Brief Description/scope Of Work :concreting Of Local Access Road Approved Budget For The Contract (abc) : Php500,000.00 Contract Duration/delivery Period : Within One Hundred Twenty (120) Calendar Days Upon Receipt Of Ntp/p.o. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Issuance Of Bid Documents February 03, 2025-february 11, 2025 8:00 Am - 05:00 Pm 2. Receipt/opening Of Bids February 11, 2025 09:00 Am 3. Bid Evaluation February 12, 2025 4. Post Qualification February 13, 2025 5. Notice Of Award February 14, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Cost Of Bidding Documents Amounting To Five Hundred Pesos (php500.00). Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend At The Aforesaid Bidding. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated Bid Security Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) -cash Or Cashier’s/manager’s Check -bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank Two Percent (2%) -surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) Bids And Awards Committee (bac) May Also Require Bidder/contractors To Present The Originals Of The Eligibility Documents For Authentication. The Bids And Awards Committee (bac) 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. The Municipal Government Of Pangil Assumes No Responsibility Whatsoever To Compensate To Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Contractors/applicants Who Are Interested To Bid Are Required To Register Prior To The Set Schedule Of Submission Of Bid While Those Already Registered Shall Keep Their Records Current And Updated. Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Contractor Profile Eligibility Process And Subject To Further Post-qualification. Approved: Engr. Vinson David V. Valois Bac Chairperson 0956-520-8433 Notice To Bidder Sealed Proposal Plainly Marked Bidding For The Concreting Of Local Access Road At Sitio Interwood, Brgy. Isla, Pangil, Laguna Will Be Received At 2nd Floor Municipal Government Building, Barangay San Jose, Pangil, Laguna On February 11, 2025 At 09:00 A.m. By The Bids And Awards Committee (bac) To Be Opened In The Presence Of The Authorized Bidders’ Representatives, Observes And Other Concerned Agencies. Late Bids Shall Not Be Accepted. Condition : Lump Sump Bid 1 That The Bidder Shall State Whether The Materials Or Articles Offered By Him Are Domestically Or Foreign Made Products Or Whether Domestic Entity As Define In Commonwealth Act No. 138. 2 That Each Bid Shall Accompanied By Cash, Certified Check And Duly Certified Surety Bond Payable To The Municipal Treasurer Of Pangil, Laguna In The Amount Of Bidders Bond Should Be 2% Of The Abc If Cash And 5% If Surety Bond And Guaranty Of Good Faith That The Contractor Shall Delivered The Goods After He Was Notified Of The Acceptance Of Their Bid. Failure Of The Successful Bidder To Enter Into Contract Within 10 (ten) Days Shall Be Reason For The Forfeiture In Favor Of The Government And This May Disqualify Him From Participation In Future Bidding And Alterations Must Be Initialed By The Dealer Concerned. 3 Bid Received Without The Required Deposit Will Be Rejected. 4 In Connection With This, It Is Understood That The Time Is An Essential Fact And That The Failure Of The Contractor To Complete The Delivery Of Materials Called For Within The Stipulated Time, The Contractor Shall Be Liable To Indemnify The Government In The Sum Deemed Appropriate For Each Day Of Delay As Liquidated Damages. Extension Of Time Maybe Granted To Successful Bidder Only Due To Force Majeure. 5 The Right Is Reserved To Reject Any Or All Bids, To Waive Any Defect Therein Or To Accept Such Bid As Maybe Considered Most Advantageous To The Government. 6 This Notice To Bidder Will Serve As A Proposal By Filling The Blank Space Of The Specification And This Should Be Dully Signed At The Bottom Thereof By The Bidder. However, Prospective Bidders Who Do Not Have A Copy Of The “specification” May Use Any Clean Sheet Of Paper For His Bid Duly Signed By Him. 7 Only Cash, Certified Check, Or Duly Certified Surety Bond Payable To The Municipal Treasurer Is Acceptable. 8 Bidders Must Follow The Call For Bids As Specified. A Bidder Is Not Allowed To Change His Bid After The Call Of Bids. 9 In Case Of Awards For Supplies And Materials That Will Require Chemical, Scientific Analysis And/or Hydro Static Pressure Test, Samples From The Delivered Supplies And Materials Shall Be Taken And Submitted For Test To Any Government Laboratory At The Expenses Of The Dealer. 10copies Of The Notice To Bidders Are Sent To The Municipal Treasurer Of This Province To Be Posted By Them In Conspicuous Places, Like Municipal Building, Post Office, Public Market, Cockpits, Etc. And That Of The Businessman’s Store Dealing On The Above Materials. The Bac Secretariat Of Pangil, Laguna Shall Record The Distribution Of This Notice To A Memorandum Book. The Members Of The Bid And Awards Committee, The Provincial Auditor And The Provincial Treasurers Are Also Furnished A Copy Of The Notice To Bidder For Their Use As They Deem It Convenient. Engr. Vinson David V. Valois Bac Chairperson Item No. Qty Unit Item Description Unit Total Cost Cost Site Preparation 1 1 Roll 100-m Blue Sheet 2 50 Pcs 2x3x12 Coco Lumber 3 30 Kgs Assorted Nails 4 3 Kgs. Tie Wire # 16 (2% Of Rsb) Concrete Works 5 231.32 Bags Cement 6 12.85 Cu.m. Sand 7 25.70 Cu.m. Gravel 8 20 Pcs. 6mm C- Purlins Forms 9 24 Kgs. Rebar 10mm Reinforcing Steel Bar 10 30 Pcs 16mmø Rsb Plumbing Works 11 2 Pcs. Gi Pipe 3/4" 12 40 Pcs. Solven Cement 200cc Project Billboard 13 1 Set Signage 8' X 8' 14 2 Pcs Portland Cement 15 0.50 Cum Washed Sand 16 0.50 Cum Gravel 17 2 Pcs Marine Plywood 18 2 Kl C.w Nail 19 20 Bdft Cocolumber Equipment Rental/welding Machine Rental/minor Tools Earthworks / Demolition / Chipping / Dismantling Works Labor Cost Profit,ocm,mobilization/demobilzation Vat / Tax Total Amount Requested - Purpose: Construction Of Local Access Road At Sitio Interwood In Brgy. Isla Pangil Laguna Total Amount Of Bid In Words: And (figures) ________________________________________________________________________________________________ _______________________________________________________________________________________________ Type Of Bid Security/bidders Bond:___________________________________________________________ Total Amount Of Bid Security/bidders Bond: ________________________________________________ ************************************************** Republic Of The Philippines) Municipality Of_________________) S.s. Bid-securing Declaration Bids And Awards Committee I/we2, 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/we Will Be Automatically Disqualified From Bidding For Any 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 3.under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration3, If I/we Have Committed Any Of The Following Actions: (i)withdrawn My/our Bid During The Period Of Bid Validity Required In The Bidding Documents; Or (ii)fail Or Refuse To Accept The Award And Enter Into Contract Or Perform Any And All Acts Necessary To The Execution Of The Contract, In Accordance With The Bidding Documents After Having Been Notified Of Your Acceptance Of Our Bid During The Period Of Bid Validity. 4.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/we Are 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; (c)i Am/we Are Declared As The Bidder With The Lowest Calculated And Responsive Bid/highest Rated And Responsive Bid4, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. _________________________________ Name Of Bidder’s Authorized Representative Signature Over Printed Name
Closing Date11 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
City Government Iligan Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 2,801,581.61 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Drainage System Improvement Program. Brgy. Luinab, Iligan City With Project No. Cb(b)-25-003 (ceo-infra). 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 Drainage System Improvement Program. Brgy. Luinab, Iligan City General Requirements •installation Of Project Billboards •occupational Safety And Health Program •mobilization And Demobilization Earth Works •excavation For Box Culvert, Rcp,catch Basin, Pccp, Roadside And Riprap.. •embankment From Excavation For Box Culvert, Rcp And Catch Basins •gravel Filling For Box Culvert, Rcp, Catch Basin, Pccp, Roadside And Riprap. • Filling Of Aggregate Base Coarse For Pccp. Grouted Riprap •installation Of Grouted Riprap (class A) Clearing, Grubbing & Dredging •clearing Of Trashes •grubbing Of Soil •dredging Of Soils And Other Sedimentation Concrete Works •concrete Pouring For Roadside, Lean Concrete, And Side Drainage @ 3000psi. Catch Basins •concrete Pouring For Catch Basins @ 3500psi •installation Of 16mm Ø Rsb Reinforced Concrete Pipe •installation Of 24" Dia. Reinforece Concrete Pipe •concrete Collar For Evey Joint Of Rcp Demolition And Removal •demolition Of Existing Pccp •demolition Of Existing Boxculvert •demolition Of One Side Drainage •removal Of Demolished Materials Steel Reinforcement •installation Of 12mm Ø Rsb •installation Of 16mm Ø Rsb Box Culvert •concrete Pouring For Box Culvert @ 3500psi •installation Of 16mm 0 Rsb •boulder ( 6" Ø To 12" Ø) Filling For Box Culvert Pccp (reinforced) - 0.2m Thk. •ready Mix Concrete Pouring For Pccp @ 3500psi •installation Of 16mm Ø Rsb •boulder ( 6"0 To 12"0) Filling For Pccp (block1) I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 3"x 10' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project -in-charge,technicals Personnels To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor; Site Of Temporary Facilities Will Be Determined By The Project Engineer; Field Office For The Field Engineer (standard Engineer Field Camp,office Table And Chair) V.clearing, Grubbing & Dredging (q = 1.00 Lot) Vi.demolition And Removal (q = 1.00 Lot) Vii.earthworks (q = 137.73 Cu.m.) Includes Volume To Be Excavated: Box Culvert Excavation = 41.77 Cu.m.; Reinforce Concrete Pipe Excavation = 12 Cu.m.; Catch Basin - 1excavation = 4.95 Cu.m.; Catch Basin - 2 Excavation = 6.19 Cu.m.; Pccp = 28.18 Cu.m.; Roadside And Riprap Excavation =17.72 Cu.m.; Embankment From Excavation (15% Shrinkage Factor): Box Culvert Soil Embankment = 14.41 Cu.m.; Reinforce Concerete Pipe Soil Embankment = 3 Cu.m.; Side Drainage = 6.00 Cu.m.; Washed Gravel (gravel Bedding With 20% Shrinkage Factor): Box Culvert = 1.71 Cu.m.; Reinforce Concerete Pipe = 9.00 Cu.m.; Catch Basin = 0.47 Cu.m.; Pccp = 14.09 Cu.m.; Riprap = 2.16 Cu.m.; Side Drainage = 4.38 Cu.m.; Aggregate Base Coarse (gravel Bedding With 20% Shrinkage Factor): Roadside = 0.43 Cu.m.; Box Culvert (pccp Restoration) = 1.22 Cu.m.; Reinforce Concrete Pipe (pccp Restoration) = 3.00 Cu.m.; Pccp = 14.09 Cu.m. Viii. Concrete Works (q = 26.05 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. Ix.steel Reinforcements (q = 898.61 Kgs.) Includes 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.catch Basin (q = 4.03 Cu.m.) Includes 12mm Dia. X 6m Dsb, #16 G. I. Tie Wire, Portland Cement (3500psi), Wash Sand, Washed Gravel. Xi.box Culvert (q = 7.43 Cu.m.) Includes 16mm Dia. X 6m Dsb, #16 G. I.tie Wire, Ready Mix Concrete (3500 Psi @ 14 Days), Marine Plywood 12mm Thk 4 ' X 8 ', Assorted Coco Lumber, Assorted Sizes C.w Nails, Boulders : 6"ø To 12" Ø. Xii.reinforce Concrete Pipe (q = 10.00 L.m.) Includes 24" Dia. Reinforece Concrete Pipe - 1m/pc, Portland Cement, Collar (3000psi), Washed Sand, Washed Gravel. Xiii. Pccp (reinforced) - 0.2m Thk. (q = 18.31 Cu.m.) Includes Ready Mix Concrete (3500 Psi @ 14 Days): Pccp Restoration (box Culvert) = 1.22 Cu.m., Pccp Restoration (rcp) = 3.00 Cu.m., Pccp = 14.09 Cu.m.; Steel Forms (rental); Curing Compund; Concrete Saw (diamond Blade 14"); Asphalt Sealant; Grease/tar; Boulders : 6110 To 12"ø (pccp (block 2) = 5.49 Cu.m.). Xiv.grouted Riprap (class A) (q = 11.97 Cu.m.) Includes Portland Cement, Washed Sand, Boulders - Class A, 8" Ø To 14" Ø, Washed Gravel. Approved Budget For The Contract (abc): P 2,801,581.61 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 Twenty (120) 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 Bac Office, 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 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 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: January 28, 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: January 28, 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 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-003 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 2.8 Million (USD 47.7 K)
City Of Bais Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Repair And Maintenance-infrastructure Assets (c) Bridges (brgy. Canlargo), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 53-25 Php 145,870.00 1 50 Pcs. 2" X 3" X 12' G. Melina 2 85 Pcs. 2" X 2" X 12' G. Meina 3 15 Shts. 1/4 X 4 X 8' Mar. Plywood 4 16 Kls. Common Wire Nails # 4" 5 8 Kls. Common Wire Nails # 3" 6 5 Kls. Common Wire Nails # 2" 7 3 Kls. Common Wire Nails # 1" 8 60 Bags Portland Cement 9 3 Cu.m Sand (fine Aggregates) 10 3 Cu.m Gravel (coarse Aggregates) 11 55 Lngth 10mm Ø X 6.0m Def. Bar 12 40 Lngth 12mm Ø X 6.0m Def. Bar 13 18 Kls. G.i Tie Wire # 16 14 10 Pcs. Hacksaw Blade 15 18 Lngth 1 1/2" Ø X 20' G.i Pipe 16 3 Gals. Metal Primer 17 2 Gals. Quik Dry Enamel (white) 18 4 Pint Oil Tinitng Color (raw Sienna) 19 4 Pcs. Paint Brush 2" 20 3 Pcs. Paint Brush 1" The Approved Budget For The Contract Is To Be Taken From Gen. Fund 2025. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) In Case 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 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 18, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 145.8 K (USD 2.5 K)
Municipality Of Anda, Bohol Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Anda Request For Quotation Approved Budget: Php 71,249.00 Sir/madam: Please Quote Your Price Of The Article/s Listed Below For Immediate Delivery At Mdrrm Office, Lgu-anda, Bohol. Item No Quantity Unit Supplies/materials Description Unit Cost Amount 1 36 Pcs Lucky Me Pancit Canton 15.00 ₱ 540.00 ₱ 2 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 3 12 Cans Beef Loaf (meat Loaf) 35.00 ₱ 420.00 ₱ 4 24 Cans Sardines Natural Oil 40.00 ₱ 960.00 ₱ 5 3 Doz Nescafe Original Twin Pack 175.00 ₱ 525.00 ₱ 6 6 Pack Crispy Fry 28.00 ₱ 168.00 ₱ 7 1 Sack 25 Kls. Rice 1,480.00 ₱ 1,480.00 ₱ 8 2 Pcs Smart Dishwashing Paste Big 70.00 ₱ 140.00 ₱ 9 2 Doz Magic Sarap 78.00 ₱ 156.00 ₱ 10 8 Pack Biscuits Assorted 70.00 ₱ 560.00 ₱ 11 2 Doz Champion Single 150.00 ₱ 300.00 ₱ 12 1 Doz Oyster Sauce 120.00 ₱ 120.00 ₱ 13 1 Sack 25 Kls. Rice 1,500.00 ₱ 1,500.00 ₱ 14 24 Cans Youngstown Natural Oil 40.00 ₱ 960.00 ₱ 15 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 16 6 Pack Datu Puti 200 Ml 10.00 ₱ 60.00 ₱ 17 7 Lit Oil 88.00 ₱ 616.00 ₱ 18 2 Doz Kopiko Black Twin 175.00 ₱ 350.00 ₱ 19 5 Pack Hansel Crackers Plain 70.00 ₱ 350.00 ₱ 20 1 Kls 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 21 1 Doz Creamy White Twin 175.00 ₱ 175.00 ₱ 22 36 Pcs Lucky Me Pancit Canton 15.00 ₱ 540.00 ₱ 23 2 Pcs Smart Dishwashing Paste Big 70.00 ₱ 140.00 ₱ 24 15 Kls Biscuits Assorted 70.00 ₱ 1,050.00 ₱ 25 1 Sack Rice Camia 2,960.00 ₱ 2,960.00 ₱ 26 24 Pcs Lucky Me Pancit Canton 15.00 ₱ 360.00 ₱ 27 3 Tray Egg 270.00 ₱ 810.00 ₱ 28 1 Doz Champion Energen Twin 180.00 ₱ 180.00 ₱ 29 12 Cans Century Tuna 25.00 ₱ 300.00 ₱ 30 3 Pcs Smart Dishwashing Paste Big 70.00 ₱ 210.00 ₱ 31 3 Doz Kopiko Black Twin 175.00 ₱ 525.00 ₱ 32 5 Pack Spoon 30.00 ₱ 150.00 ₱ 33 2 Pcs Utility Box Surface Type 95.00 ₱ 190.00 ₱ 34 15 Meter Thhn Stranded Wire #3.5mm 29.00 ₱ 435.00 ₱ 35 3 Pcs Electrical Pvc Pipe #1/2 95.00 ₱ 285.00 ₱ 36 10 Pcs Pvc Clip #1/2 2.50 ₱ 25.00 ₱ 37 1 Pcs Flexible Connector #1/2 25.00 ₱ 25.00 ₱ 38 2 Doz Kopiko Black Single 120.00 ₱ 240.00 ₱ 39 5 Doz Creamy White Twin 175.00 ₱ 875.00 ₱ 40 10 Pack Biscuits Assorted 70.00 ₱ 700.00 ₱ 41 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 42 2 Doz Magic Sarap 78.00 ₱ 156.00 ₱ 43 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 44 5 Lit Oil 88.00 ₱ 440.00 ₱ 45 24 Pcs Lucky Me Pancit Canton Assorted 15.00 ₱ 360.00 ₱ 46 12 Cans Youngstown Natural Oil 40.00 ₱ 480.00 ₱ 47 6 Pack Crispy Fry Big 1 Kl. 28.00 ₱ 168.00 ₱ 48 1 Doz Sinigag Mix 22g 300.00 ₱ 300.00 ₱ 49 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 50 2 Doz Kopiko Black Twin 175.00 ₱ 350.00 ₱ 51 12 Cans Beef Loaf (holiday) 25.00 ₱ 300.00 ₱ 52 7 Lit Cooking Oil 88.00 ₱ 616.00 ₱ 53 10 Doz Coffee Twin Pack 175.00 ₱ 1,750.00 ₱ 54 3 Doz 3in1 Original Twin 175.00 ₱ 525.00 ₱ 55 12 Cans Youngstown Natural Oil 40.00 ₱ 480.00 ₱ 56 2 Tray Egg Xl 270.00 ₱ 540.00 ₱ 57 1 Doz Oyster Sauce Small 120.00 ₱ 120.00 ₱ 58 1 Doz Magic Sarap 78.00 ₱ 78.00 ₱ 59 6 Pack Silver Swan Soy Sauce 200ml 16.00 ₱ 96.00 ₱ 60 3 Pack Datu Puti 200 Ml 15.00 ₱ 45.00 ₱ 61 5 Pack Biscuits Assorted 70.00 ₱ 350.00 ₱ 62 24 Sack Fiesta Beef Loaf 30.00 ₱ 720.00 ₱ 63 3 Cans Candy Assorted 50.00 ₱ 150.00 ₱ 64 10 Pack Dingdong And Happy Nuts 28.00 ₱ 280.00 ₱ 65 4 Pack Coffee Cup 60.00 ₱ 240.00 ₱ 66 1 Sack 25 Kls. Rice Camia 1,500.00 ₱ 1,500.00 ₱ 67 20 Cans Beef Loaf (holiday) 25.00 ₱ 500.00 ₱ 68 6 Pack Wings Powder 7.33 ₱ 44.00 ₱ 69 3 Pcs Wilkins 330ml 220.00 ₱ 660.00 ₱ 70 9 Doz Coffee Twin Pack 175.00 ₱ 1,575.00 ₱ 71 6 Pack Biscuits Assorted 70.00 ₱ 420.00 ₱ 72 11 Pack Dingdong And Happy Nuts 28.00 ₱ 308.00 ₱ 73 8 Pack Candy Assorted 50.00 ₱ 400.00 ₱ 74 24 Cans Century Tuna 25.00 ₱ 600.00 ₱ 75 24 Cans Corned Beef (holiday) 25.00 ₱ 600.00 ₱ 76 2 Pack Coffee Cup 60.00 ₱ 120.00 ₱ 77 3 Pack Stirrer 280.00 ₱ 840.00 ₱ 78 15 Meter Thhn Stranded Wire #3.5mm 29.00 ₱ 435.00 ₱ 79 2 Pack Tox With Screw #6 67.00 ₱ 134.00 ₱ 80 1 Pcs 3 Gang Outlet Flash Type 270.00 ₱ 270.00 ₱ 81 1 Pcs Utility Box Surface Type 90.00 ₱ 90.00 ₱ 82 1 Pcs Faucet Threaded 180.00 ₱ 180.00 ₱ 83 1 Roll Electrical Tape 3m Big 60.00 ₱ 60.00 ₱ 84 2 Kls Welding Rod #16 95.00 ₱ 190.00 ₱ 85 2 Pcs Plywood Yu Richmond 480.00 ₱ 960.00 ₱ 86 2 Pcs Sand Paper #120 30.00 ₱ 60.00 ₱ 87 2 Pack Double A Battery 39.00 ₱ 78.00 ₱ 88 1 Box Stranded Wire #12 4,000.00 ₱ 4,000.00 ₱ 89 150 Meter Nylon Rope Big #12 10.00 ₱ 1,500.00 ₱ 90 1 Box Welding Rod #13 560.00 ₱ 560.00 ₱ 91 4 Pcs Square Tube 2x4 1,695.00 ₱ 6,780.00 ₱ 92 4 Pcs Square Tube 2x2 980.00 ₱ 3,920.00 ₱ 93 3 Pcs Gabas Puthaw 90.00 ₱ 270.00 ₱ 94 1 Lit Metal Primere Red Oxide 230.00 ₱ 230.00 ₱ 95 1 Lit Qde Black 260.00 ₱ 260.00 ₱ 96 2 Pcs Paint Brush #2 55.00 ₱ 110.00 ₱ 97 4 Bot Paint Thinner 80.00 ₱ 320.00 ₱ 98 4 Pcs Paint Brush #3 95.00 ₱ 380.00 ₱ 99 1 Pcs Paint Brush #4 95.00 ₱ 95.00 ₱ 100 2 Tank Fiesta Gas 1,100.00 ₱ 2,200.00 ₱ 101 0.5 Kls Concrete Nails #3 120.00 ₱ 60.00 ₱ 102 0.5 Kls Concrete Nails #4 120.00 ₱ 60.00 ₱ 103 5 Pcs Led Bulb 17w 200.00 ₱ 1,000.00 ₱ 104 12 Pack Biscuits Assorted 70.00 ₱ 840.00 ₱ 105 2 Doz Kopiko Blanca Twin 175.00 ₱ 350.00 ₱ 106 2 Doz Creamy White Twin 175.00 ₱ 350.00 ₱ 107 1 Doz Kopiko Black Twin 175.00 ₱ 175.00 ₱ 108 1 Doz 3in1 Original Twin 175.00 ₱ 175.00 ₱ 109 20 Cans Corned Beef Holiday 46.00 ₱ 920.00 ₱ 110 5 Pack Silver Swan Soy Sauce 200ml 18.00 ₱ 90.00 ₱ 111 1 Doz Oyster Sauce 120.00 ₱ 120.00 ₱ 112 1 Pack Magic Sarap 78.00 ₱ 78.00 ₱ 113 2 Tray Egg 270.00 ₱ 540.00 ₱ 114 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 115 1 Pcs 3 Gang Outlet Flash Type 270.00 ₱ 270.00 ₱ Total 71,249.00
Closing Date16 Jan 2025
Tender AmountPHP 71.2 K (USD 1.2 K)
City Government Iligan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2024, Intend To Apply The Sum Of P 1,738,341.01 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Stage, Stalls And Comfort Rooms At Esplanade (construction Of Stalls), Brgy. Santiago, Iligan City With Project No. Cb(b)-25-001 (ceo-infra). 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 Stage, Stalls And Comfort Rooms At Esplanade (construction Of Stalls), Brgy. Santiago, Iligan City •earthworks - Excavation For Footings,columns, And Beams - Gravel Bedding For Footings •concrete Work, Formwork & Scaffolding - Installation Of Formworks And Scaffoldings For Concreting - Concreting For Footings, Columns, Beams, And Slabs •slope Protection - Construction Of Grouted Riprap With Weep Holes On Slope •steel Reinforcement - Installation Of Steel Reinforcement Bars For Concrete Works •steel Works - Installation Of Pipe Posts W/ Base Plates, Roof Framing And Purlins •ceiling & Dry Wall - Installation Of Ceiling & Dry Wall Framing And Boards •steel Door & Windows - Fabrication & Installation Of Steel Doors & Windows •tinsmithry - Installation Of Roofing Sheets •painting - Painting For Steel Works, Ceiling & Dry Wall Boards •electrical - Installation Of Electrical Lines & Fixtures I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x 3"x 14" Coco Lumber, 2"x 3"x 10" Coco Lumber, 2"x 2"x 8" Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3) (5 Sets). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 36.00 Cu.m.) A.) Excavation (q = 33.00 Cu.m.) Includes Volume To Be Excavated. B.) Gravel Bedding (q = 3.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi.concrete Work, Formwork &. Scaffolding (q = 25.71 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Steel Deck, Steel Scaffolding (including Complete Accessories), Tek Screw, 1/4" X 4' X 8' Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails. Vii. Slope Protection (q = 27.00 Cu.m.) Includes Grouted Riprap (class B), (for Weep Holes): 75mm Dia. Pvc Pipe Sch.40 (6m/length), Filter Cloth, Washed Gravel. Viii. Steel Reinforcement (q = 4,013.56 Kgs.) Includes 20 Mmø X 6000mm Dsb, Grade 40; 16 Mmø X 6000mm Dsb, Grade 40; 12 Mmø X 6000mm Dsb, Grade 40; 10 Mmø X 6000mm Dsb, Grade 40; #16 Gi Tie Wire. Ix. Steel Work (q = 39.00 Lengths) Includes 3" Dia. G.i. Pipe Sch.40 (6m/length), 50mm X 100mm X 1.2mm Rectangular Tube (6m/length), 50mm X 50mm X 1.2mm Square Tube (6m/length), 12mm Square Bar (6m/length), 50mm X 75mm X 1.2mm Thk. C Purlins (6m/length), 150mm X 150mm X 10mm Thk. Ms Base Plate, 10mm Dia.x 100mm Expansion Bolt W/ Washer, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Ceiling & Dry Wall (q = 152.00 Sq.m.) Includes 1.2m X 2.4m X 3.5mm Thk. Hardilite Board, 4' X 8' X 4.5mm Thk. Hardiflex Board, 19mm X 50mm X 0.4mmthk Double Furring (5m/length), 4" X 2" X 0.5mm Thk Metal Studs (3m/length), Blind Rivets, Tex Screw. Xi.steel Doors & Windows (q = 9.00 Units) Includes (for Fabrication Of Doors And Windows): D1: 2800mm X 2525mm Aluminum Roll Up Door With Complete Accessories; D2: 2700mm X 2525mm Aluminum Roll Up Door With Complete Accessories; Wl: 2500mm X 500mm Aluminum Frame Metal Mesh Window. Xii.tinsmithry (q = 72.00 Ln.m) Includes 1.0m Width X 0.5mm Thk. Prepainted Rib-type Roofing, Tek Srew, Vulca Seal. Xiii.painting (q = 163.06 Sq.m) Includes Flat Latex Primer, Flat Latex Paint, Red Oxide Primer, Quick-drying Enamel Paint, Paint Thinner, Roller Paint Brush W/ Tray And Handle, Paint Brush (3-1/2"), Paint Brush (1"), Sand Paper (assorted Sizes). Xiv. Electrical (q = 1.00 Lot) Includes 3.5mm2 Thhn Stranded Copper Wire; Electrical Pvc 15mm; Junction Box 4x4"; Utility Box 2x4"; Batten Type 1-20w , 230v Led Tube Daylight; 2 Gang Convenience Outlet; Led Bulb 10w, 230v Daylight; Ceiling Lighting Receptacle 4"1/4 Dia. E27; Safety Breaker 30at 2 Pole 230v Bolt On Type; Kilowatt Hour Sub Meter; 2 Gang Switch ,230v; 30mm2 Thhn Stranded Copper Wire; Safety Breaker 100at 2pole 230v, Bolt On Type; Service Entrance Cap 25mm Dia.; Electrical Pvc 25mm. Approved Budget For The Contract (abc): P 1,738,341.01 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 Ninety (90) 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 Bac Office, 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 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 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: January 28, 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: January 28, 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 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-001 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.6 K)
City Of Bais Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Supplies And Materials To Be Used At The Kitchen And Headquarter’s During The In-house Training (student-athletes) On February 18 To March 4, 2025 At Bais City, School Division Of Bais City, Viz: Item Approved Budget For The Contract (abc) Pr No. 58-25 Php 210,225.00 1 12 Pcs. A4 Special Paper 220gsm (10 Pcs/pack) 2 5 Sets A4 Laminating Film 100 Mic (100 Pcs/pack) 3 3 Sets 003 Inks For Printer (with Bk/cy/mg/yw Color/set) 4 3 Reams A4 Bond Paper Substance 20 (ream) 5 6 Reams 8 1/2 X 13 Bond Paper Substance 20 (ream) 6 6 Reams 8 1/2 X 11 Bond Paper Subsance 20 (ream) 7 12 Packs 8 1/2 X 13 White Special Paper (10 Pcs/pack) 8 12 Packs A4 Sticker Paper Semi-glossy (10 Pcs/pack) 9 100 Meters Blue Sack Sakolin Trapal Extra Thick (meter) 10 12 Pcs. Marine Plywood 1/2 Inch 4 Ft X 8 Ft 11 20 Pcs. Coco Lumber 2 X 2 X 12 (120bd.ft) 12 20 Pcs. Coco Lumber 2 X 2 X 10 (120bd.ft) 13 12 Kgs. Galvanized Iron Tie Wire/alambre # 16 (kg) 14 100 Meters 2 X 3 Meters Artificial Grass Outdoor Artificial The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed 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, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) In Case 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 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 30, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date30 Jan 2025
Tender AmountPHP 210.2 K (USD 3.5 K)
FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece All Purpose Cream 25 90.00 2,250.00 3 Piece Aluminum Pie Plate 6 Inches 5 70.00 350.00 4 Piece Angle Grinder (100 Mm) 2 2,500.00 5,000.00 5 Piece Angle Grinder (180-230 Mm) 1 3,000.00 3,000.00 6 Piece Baking Pan 6/3 Inches 5 50.00 250.00 7 Piece Baking Powder 10 50.00 500.00 8 Piece Baking Soda 1 50.00 50.00 9 Piece Ballpen Black 50 10.00 500.00 10 Piece Ballpen, Blue 50 10.00 500.00 11 Piece Bench Grinder 3/4 Hd 1 2,400.00 2,400.00 12 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 13 Piece Bleach, 3785 Ml 30 200.00 6,000.00 14 Piece Butter 20 100.00 2,000.00 15 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 16 Piece Chipping Hammer 10 350.00 3,500.00 17 Piece Circuit Breaker 20 Amps 5 240.00 1,200.00 18 Piece Claw Hammer 5 250.00 1,250.00 19 Piece Computer Keyboard 5 1,000.00 5,000.00 20 Piece Computer Mouse 5 500.00 2,500.00 21 Piece Conference Notebook 50 190.00 9,500.00 22 Piece Corn Oil 2 250.00 500.00 23 Piece Correction Tape 50 30.00 1,500.00 24 Piece Cross Cut Saw 5 250.00 1,250.00 25 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 26 Piece Cutting Disc 4 Inches 100 85.00 8,500.00 27 Kg Cw Nails # 1 20 75.00 1,500.00 28 Kg Cw Nails # 1 1/2 20 75.00 1,500.00 29 Kg Cw Nails # 2 20 75.00 1,500.00 30 Kg Cw Nails # 2 1/2 20 75.00 1,500.00 31 Kg Cw Nails # 3 20 75.00 1,500.00 32 Kg Cw Nails # 4 20 75.00 1,500.00 33 Piece Dater Stamp 10 1,800.00 18,000.00 34 Piece Diploma 580 25.00 14,500.00 35 Piece Diploma Jacket 580 40.00 23,200.00 36 Piece Dishwashing Liquid 20 200.00 4,000.00 37 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 38 Piece Double Sided Tape 5 50.00 250.00 39 Piece Dry Seal Of The School 2 2,500.00 5,000.00 40 Tray Egg 20 300.00 6,000.00 41 Kg Electrode Welding Holder 300-500 Amps 5 300.00 1,500.00 42 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 43 Can Evaporated Milk 20 70.00 1,400.00 44 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 45 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 46 Kg Flour 20 75.00 1,500.00 47 Piece Foot Rug 30 30.00 900.00 48 Piece Frame, A4 50 100.00 5,000.00 49 Meter Fringes, Green 150 30.00 4,500.00 50 Meter Fringes, Yellow 150 30.00 4,500.00 51 Piece Glue Stick 50 5.00 250.00 52 Piece Glue Stick, Small 100 5.00 500.00 53 Piece Grinding Disc 4 Inches 50 30.00 1,500.00 54 Piece Grinding Disc 7 Inches 20 50.00 1,000.00 55 Piece Ground Clamp For Welding 5 300.00 1,500.00 56 Piece Hand Soap 50 50.00 2,500.00 57 Piece Hand Towel 10 40.00 400.00 58 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 59 Piece L Square 2 300.00 600.00 60 Piece Led Buld 100 Watts 80 150.00 12,000.00 61 Tank Lpg Refill 10 1,300.00 13,000.00 62 Piece Masking Tape, 2" 50 120.00 6,000.00 63 Piece Medal Bronze 500 40.00 20,000.00 64 Piece Medal, Gold 200 40.00 8,000.00 65 Piece Medal, Silver 200 40.00 8,000.00 66 Meter Organsa Cloth 10 60.00 600.00 67 Can Paint, Tinting 1/4l, Black 3 160.00 480.00 68 Can Paint, Tinting 1/4l, Blue 3 160.00 480.00 69 Can Paint, Tinting 1/4l, Green 3 160.00 480.00 70 Can Paint, Tinting 1/4l, Red 3 160.00 480.00 71 Can Paint, Tinting 1/4l, Yellow 3 160.00 480.00 72 Can Paint, White , Gallon 4 800.00 3,200.00 73 Piece Paper Cutter 20 50.00 1,000.00 74 Piece Pencil 50 15.00 750.00 75 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 76 Piece Plier / Tong 10 350.00 3,500.00 77 Sheet Plywood 1/4x4x8 10 240.00 2,400.00 78 Piece Pull-push-roll 3 150.00 450.00 79 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 80 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 81 Pack Rubber Band 15 30.00 450.00 82 Piece Scissors 50 100.00 5,000.00 83 Piece Scotch Tape, 2" 50 70.00 3,500.00 84 Meter Silk Satin Green 30 50.00 1,500.00 85 Meter Silk Satin Yellow 30 50.00 1,500.00 86 Set Soft Broom With Dust Pan 70 150.00 10,500.00 87 Set Sponge Mop With Squeezer 30 500.00 15,000.00 88 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 89 Box Stranded Wire # 12 1 2,500.00 2,500.00 90 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 91 Box Thumbtacks 50 10.00 500.00 92 Pack Tissue Paper, 12's 50 160.00 8,000.00 93 Piece Token For Guest Speakers 3 500.00 1,500.00 94 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 95 Pack Vellum, A4 150 50.00 7,500.00 96 Piece Vise Grip 25 250.00 6,250.00 97 Piece Weighing Scale (25 Kg Capacity) 3 2,000.00 6,000.00 98 Piece Welding Aprons 20 400.00 8,000.00 99 Meter Welding Cable 2/0 50mm 20 Meters 1 2,000.00 2,000.00 100 Kg Welding Electrode # 6011 10 140.00 1,400.00 101 Kg Welding Electrode # 6013 10 140.00 1,400.00 102 Kg Welding Electrode # 7018 10 140.00 1,400.00 103 Piece Welding Gloves 20 250.00 5,000.00 104 Piece Welding Machine 300 Amp, Ac Welder Single Phase, Fan Cooled, Good Arc Starting And Arc Force, Stable Arc High Quality Welding, Deep Melting Pool Stepless Current Adjustment Stable Performance, Can Work Continuously Rated Output Current : 300a Power Voltage : 220v Current Range : 90 To 300a Coil Winding: Copper Usable Electrode : 2.5mm To 6mm 25kva / 13kw 1 15,000.00 15,000.00 105 Piece Welding Mask 20 400.00 8,000.00 106 Kg White Sugar 10 120.00 1,200.00 Total 285,850.00 Amount In Words: Two Hundred Eighty Five Thousand Eight Hundred Fifty Pesos Only
Closing Date10 Jan 2025
Tender AmountPHP 285.8 K (USD 4.9 K)
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 3,381,096.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-149 (ceo-infra). 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 Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City General Requirements •permits And Clearances •facilities For The Engineers •installation Of Project Billboard- 2 Sets •occupational Safety And Health Program •mobilization And Demobilization Removal Of Obstructions •clearing/removal Of Obstruction •uprooting/cutting Of Trees Gravel Fill •100 Mm Thk. Gravel Base For Footings And Zocalo •75 Mm Thk. Gravel Base For Bench, Footing And Plantbox Flooring •50 Mm Thk . Gravel Base For Stair Steps Electrical Works •laying Of The Underground Or Overhead Power Cables Connecting To The Main Power Supply •installation Of Protection System And Outdoor Electrical'panel (nema Enclosure W/ 15at Circuit Breaker) •erection Of Modem-type Outdoor Lamp Posts And Bollards (including Foundations And Anchor Bolts) •complete Wiring Of The Luminaire To The Electrical Supply •installation Of Outdoor Junction Boxes For Protection And Organization •underground Cable Burial Or Concrete-embedding Of Cable For Cable Routing •proper Grounding Of The Lamp Posts,electrical Panel, And Other Metal Parts For Safety •concrete Pouring For Footings, Zocalo,columns, 75 Mm Thk. Concrete Flooring For Plantbox , 50 Mm Thk. Concrete Topping, Bench Footing And Bench, 100 Mm Thk. Concrete Flooring For Landing And Stair Steps With Pebble Topping. •installation Of Formworks And Falseworks For Columns, Bench, Concrete Topping, And Stairs (steps And Landing) •removal Of Formworks And Falseworks Steel Reinforcements And Steel Works •installation Of 12 Mm Ø Dsb For Footings And Columns (bedbars And Vertical Bars) Installation Of 10 Mm Ø Dsb For Column Lateral Ties, Concrete Flooring For Plantbox, Concrete Topping, Bench Footing And Bench, Concrete Flooring For Landing And Stairs •installation Of 50 Mm Ø G.i. Pipe Schd. 40 For Lamp Post •installation Of 50 Mm Ø G.i. Pipe Schd. 40,25 Mm X 25 Mm X 3mm Angle Bar And 50 Mm X 50 Mm Wire Mesh (5mm Thk.) For Railings •installation Of 38 Mm Ø G.i. Pipe Schd. 40 For Bench Fabrication Masonry Works •piling Of 4" Thk. Chb At 800 Mm Height W/ 10mm Ø Dsb For Vertical And Horizontal Bars Sped At 0.60m O.c Bothways For Plantbox Softscape •installation Of Plantboxes With Plants And Frog Grass I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' 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. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes True-rms Clamp Meter, 400 A Ac/oc, 600v Ac/oc, Cat Iii 600 V Cat Iv 300 V, Fluke 325; Digital Light Meter, Up To 20,000 Lux, Fluke 941; Non-contact Voltage Tester,90 V Ac To 1000 V Ac, Cat V 1000, Fluke 2ac. V. Removal Of Structures And Obstruction (q = 55.56 Cu.m.) Includes Uprooting/cutting Of Trees. Vi. Earthworks (q = 59.82 Cu.m.) Includes Volume To Be Excavated, V = 39.82 Cu.m.;volume To Be Backfilled, V = 39.82 Cu.m.; Gravel Bedding, 1-1/2"ø, V = 20 Cu.m Vi . Steel Reinforcements & Steel Works (q = 9,083.70 Kgs.) Includes 12 Mm Dia. X 6m Dsb; 10 Mm Dia. X 6m Dsb; #16 G.i Tie Wire; 50 Mm Ø G.i. Pipe Schd. 40; 38 Mm Ø G.i. Pipe Schd. 40; 25.4 Mm Ø G.i. Pipe Schd. 40; 5mm Ø Thk. Wire X 50mm X 50mm Mesh Steel Matting; 25 Mm X 25 Mm X 3mm Thk. Angle Bar; Red Lead Metal Primer, Quick Dry Enamel Paint, Paint Brush; Welding Rod (e-6011). Viii. Concrete Works, Formworks And Scaffoldings (q = 47.04 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, 2" X 2" X 10' Sized Coco Lumber, Assorted Sized C.w Nails. Ix. Masonry Works (q = 194.40 Sq.m.) Includes 4" X 8” X 16" Chb, Portland Cement, Washed Sand, Pebbles. X. Electrical Works (q = 1.00 Lot) Includes Modern-type Outdoor Lamp W/ Post, 2m Height, W/ High-powered 50w Led Bulb, Daylight; Outdoor Bollard Fixture W/ 20w Led Bulb,ip65; Cu Wire,3.5mm2, Thhn/thwn-2, Stranded; Circuit Breaker,15a,2pole,220v,60hz; Circuit Breaker Enclosure, Nema 1,2p; Secondary Rack W/spool Insulator,2-pole,w/screws; Outdoor Junction Box, Ip65 Weather Water Proof, 80x50 Round/octa, W/ Rubber Gasket & Screws; Upvc Conduit Pipe,1/2"x3m; Electrical Tape,0.16x19x16000 Mm; Solvent Cement 200 Cc; Pvc Conduit Fittings And Connectors. Xi.softscape (q = 30.20 Sq.m.) Includes Softscape (includes Garden Soil (planting Medium), Ornamental Plants ,shrubs , Trees). Approved Budget For The Contract (abc): P 3,381,096.77 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 Sixty-seven (167) 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: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 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: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-149 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
1861-1870 of 1901 archived Tenders