Plywood Tenders

Plywood Tenders

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)

Municipality Of Pototan, Iloilo Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Pototan Bids And Awards Committee Tel No. (033) 321-2596 Mobile No. 0909-011-5999 Email Address: Bacsecpototan20@gmail.com Invitation To Bid For The Supply And Delivery Of Construction Materials For The Improvement Of Child Development Center At Brgy. Jamabalud, Pototan, Iloilo In Connection With Your Invitation To Pb2025-goods-014 Scheduled On February 19,2025; 2:00p.m., I/we Proposed To Furnish And Deliver In Conformity With The Terms And Conditions, And Specifications Of The Items Of Which I/we Quoted As Specified Below, And To Bind Ourselves To Accept The Awards Of All Articles Subject To The Condition Of These Proposal. The Unit Prices That We Quoted For The Items Are Inclusive Of Cost Of Labor, Transportation To Deliver The Materials At The Required Place Of Delivery, Taxes And Other Incidentals. To Guarantee Our Faithful Compliance Of The Herein Offer With The Terms And Condition In The Invitation To Bid, I/we Enclosed A Bidder’s Bond In Our Technical Documents; __________________________________________ I Hereby Certify That I Am Joining The Bidding. (please Check Appropriate Box) Wholly Partially Item No. Specifications Unit Qty Brand Cost Amount 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 Chb 4" Portland Cement Sand Gravel Tie Wire #16 10mm X 6m Rsb Cutting Disk 4" 1/8 Welded Wire 1/4"x 4'x 8' Ordinary Plywood 2"x2"x10' Good Lumber Bamboo Assorted Nails 2, 3' , 4' 2"x 6"x 6m C Purlins (1.5m) 2"x 3"x 6m C Purlins (1.2m) 10mm X 6m Rsb Deformed 3/16"x 1" X 6m Angle Bars 3/16"x 1" X 6m Flat Bars Metal Primer (gray) Qde (gray) Paint Thinner Brush 2 1/2" Baby Roller 4"w/ Pan Welding Rod Cutting Disk 4mmthk Prepainted Long Span 4mm Thk X 18"x 8' G.i Fascia 1/8"x 1/2" Blind Rivets 1/8" Steel Drill Bit Riveter Tekscrew Tekscrew Adaptor Elastoseal Water Closet (baby Toilet) W/ Accessories Tissue Holder Liquid Soap Despenser (wall Mounted) 2"pvc Sanitary Pipe 2"pvc Elbow 2" P- Trap 2"pvc Tee 4"floor Drain 1/2" Pvc Faucet 1/2"pvc Blue Pipe 1/2"pvc Tee 1/2"pvc Male Threader Adaptor 1/2"pvc Elbow 1/2"pvc Connector Teflon Tape Solvent Cement 3/16"x4'x8' Hardiflex Light 0.40mm Thk X 25mm X 25mm Wall Angle 0.40mm Thk X 19mm X 50mm X 5m Double Furring 0.80mm Thk X 12mm X 8mm X 5m Carrying Channel W Clip Concrete Nail 3" 1 X 0"x 24"x Air Vent Straight Type 0.50m X 0.50m Glazed Floor Tiles 0.60m X 0.60m Glazed Wall Tiles Tile Cutter Tile Adhesive Tile Grout #3.5mm² Thhn Wire #2.0mm² Thhn Wire #14.0mm² Thhn Wire Utility Box 2-gang Panasonic Outlet 1-gang Panasonic Switch 2-gang Panasonic Switch Junction Box Solvent 100cc Electrical Tape- Big 1/2"electrical Pvc Connector Circuit Breaker Panel Box Copper Base Bolt-on (60a- 1 Set, 20a- 2set, 15a- 2set And 30a- 2set) 1/2"electrical Pvc Pipe 1"electrical Pvc Pipe 1"entrance Capw/ Adaptor 1/2"electrical Pvc Elbow 1"electrical Pvc Elbow .60 X 1.00m Wooden Louver Doors W/ Complete Accessories (color White) W/ Door Jamb 0.9 X 2.10m Panel Door W/ Complete Accessories W/ Door Jamb Heavy Duty Door Knob 3"hinges Heavy Duty Pcs Bags Cu.m. Cu.m. Kgs Pcs Pcs M Pcs Pcs Pcs Kgs Pcs Pcs Pcs Pcs Pcs Gals Gals Gals Pcs Pcs Kgs Pcs Lm Pcs Box Sets Pcs Pcs Pcs Packs Sets Pcs Pc Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Pcs Rolls Can Shts Pcs Pcs Pcs Pcs Kgs Pcs Pcs Pcs Pcs Bags Packs Roll Mtrs Mtrs Pcs Sets Set Sets Pcs Rolls Pcs Set Pcs Pcs Pc Pcs Pcs Sets Set Set Pairs 306 122 16 1 10 19 6 2 2 20 10 3 12 38 44 17 30 3 2 1 6 5 10 12 120 21 6 5 2 1205 5 5 2 2 1 4 4 2 3 4 2 5 4 4 5 5 2 2 19 31 39 20 90 4 6 17 62 1 10 8 2.5 1 40 15 7 1 6 30 4 10 80 1 50 3 1 40 2 2 1 1 4 Total Amount Of Bids In Figures: Php_____________________ Abc: Php 421,700.00 Amount Of Bid Bond: Php_______________ I/we Hereby Certify That I/we Have Carefully Read, Understand And Agree To All Terms And Conditions And Specification In The Invitation (itb) Under Pb2025-goods-014 Scheduled On February 19,2025; 2:00p.m. 1. The Municipality Of Pototan, Through The Gad Continuing Intends To Apply The Sum Of Four Hundred Twenty-one Thousand Seven Hundred Pesos (php 421,700.00) Being The Abc To Payments Under The Contract For Pb2025-goods-014. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Pototan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Fifteen (15) Days Upon 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pototan-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8 O’clock In The Morning Up To 5 O’clock In The Afternoon, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12,2025 Up To February 19,2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php500.00 The Following Documentary Requirements Are Needed Upon Buying The Bidding Documents: 1. Letter Of Intent 2. Spa If Represented By An Authorized Representative 3. Notarized Certificate Of Employment If Represented By An Authorized Representative 4. Photocopy Of Company I.d. 6. The Municipality Of Pototan Will Hold A Pre-bid Conference On Na At Two O’clock In The Afternoon At Lgc Bldg., Mb Peñaflorida St. Pototan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On February 19,2025 Before Two O’clock In The Afternoon At The Lgc Bldg. Mb Peñaflorida St. Pototan, Iloilo. 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 15. 9. Bid Opening Shall Be On February 19,2025, At Two O’clock In The Afternoon At Lgc Bldg. Mb Peñaflorida St. Pototan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Pototan 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. A. For Further Information, Please Refer To: Riza M. Holland Bac - Secretariat M.b. Peñaflorida St., Pototan, Iloilo Bacsecpototan20@gmail.com February 19,2025 ______________________________________ Reina B. Perez Bac Chairman
Closing Date19 Feb 2025
Tender AmountPHP 421.7 K (USD 7.2 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)

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 Of Valencia Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 48-2024 12/14/2024 Invitation To Bid For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Seven Hundred Seventy-three Thousand Two Hundred Four Pesos And 84/100 (php 4,773,204.84) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Canopy And Other Structures, City Health Office At Barangay Poblacion, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Canopy And Other Structures, City Health Office Php4,773,204.84 ● Construction Of Walkway Canopy ● Renovation Of Porte Cochery Roof ● Construction Of Waiting Area With Drinking Fountain And Handwashing Area ● Fabrication And Installation Of Mrf ● Construction Of Perimeter Fence ● Removal And Replacement Of Tb Dots Polycarbonate Roof Sheets ● Removal And Replacement Of Concrete Pavement Leading To Tb Dots ● Construction Of Parking Area And Outdoor Kitchen Scope Of Works: A.) Application Of Permits And Clearances, B.) Fabrication And Installation Of Project Billboard And Signboard, C.) Occupational Safety And Health Program, D.) Project Mobilization And Demobilization, G.) Demolition Of Kitchen, Pavement To Tb Dots And Porte Cochery Roof; Structure Excavation For Concrete Structures Such As Footings And Wall Footingh.) Gravel Fill For Footings, Wall Footing And Floors, I.) Construction Of Reinforced Concrete Structures Such As Footing, Pedestals, Wall Footing, Lavatory, Canal And Floors, J.) Fabrication And Installation Of Formworks And Falseworks, K.) Embankment From Structure Excavation, L.) Fabrication And Installation Of Steel Structures Roof Framings Such As Rafter, Girt, Anchor Bolt, Baseplate, Fascia Frame, Purlins, M.) Installation Of Pre-painted Metal Sheets And Fabricated Metal Accessories Such As Flashings And Gutter, Polycarbonate Roof, Acp, Pvc Ceiling, O.) Installation Of Metal Frames And Fiber Board On Fascia Board (fiber Cement Board), P.) Painting Works On All Steel And Concrete Structures, Q.)installation Of Plumbing Fixtures, Gratings, Barb Wire, Plumbing Works (including Handwashing Sink And Drinking Fountain), Storm Drainage And Downspout, R.) Installation Of Electrical Works, S.) Purchase & Installation Of Industrial Fan, Complete As Per Approved Pow, Plans, And Specifications. Part I General Requirements B.3 (1) 1.00 L.s. Permits And Clearances B.5 (1) 1.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works See Attached Plan And Specifications Part A Earthwork 801 (1) 1.00 L.s. Removal Of Structures And Obstruction 803 (1) A 168.74 Cu.m. Structure Excavation (common Soil) 804 (1) A 53.44 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 31.66 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 49.17 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 3,212.35 Kg. Reinforcing Steel (deformed, Grade 40) 903 (2) 101.12 Sq.m. Formworks And Falseworks Part C Finishings And Other Civil Works C.2 Masonry Works 1046 (2) A1 209.24 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.3 Fabricated Materials 1007 (1) B 5.25 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) A 44.52 Sq.m. Aluminum Glass Windows (sliding Type) 1008 (1) C 10.40 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 5.19 Sq.m. Aluminum Glass Windows (fixed Type) C.4 Finishing Works 1003(1)a1 147.40 Sq.m. Ceiling (6mm Marine Plywood On Metal Frame) 1003(1)a2 17.98 Sq.m. Ceiling (pvc Panel Board On Metal Frame) 1003(2)1 1.00 L.s. Parapet Wall (aluminum Composite Panel On Aluminum Frame) 1003 (11) A1 39.90 M. Fascia Board (fiber Cement Board) 1018 (1) 172.91 Sq.m. Glazed Tiles And Trims 1027 (1) 316.44 Sq.m. Cement Plaster Finish C.5 Painting Works 1032 (1) A 525.04 Sq.m. Painting Works (masonry) 1032 (1) C 572.85 Sq.m. Painting Works (steel) C.6 Roof Framing And Roofing Works 1013 (2) A2 50.10 L.m. Fabricated Metal Roofing Accessory (gauge 26) - Flashings 1013 (2) B1 25.00 L.m. Fabricated Metal Roofing Accessory (gauge 24) - Gutters 1014 (1) B2 548.64 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) See Attached Plan And Specifications 1036(1) A 70.56 Sq.m. Polycarbonate (sheets) 1047 (1) 6,302.64 Kgs Structural Steel 1047 (2) B 2,348.63 Kg. Structural Steel (purlins) 1047 (3) C 28.00 Ea. Metal Structure Accessories (turnbuckle) - 12mm Ø 1047 (4) 157.35 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 356.77 Kg. Metal Structure Accessories (steel Plates) 1047 (7) A 96.36 Kg. Metal Structure Accessories (bolts) 1047 (7) B 16.19 Kg. Metal Structure Accessories (sagrods) - 10mmø 503(1) 17.00 Sets Metal Frames And Grating C.7 Plumbing Works 1001 (5) B 4.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1002 (4) 1.00 L.s. Plumbing Fixtures (including Drinking Fountain And Handwashing Area) 1002 (24) 1.00 L.s. Cold Water Lines Part D Electrical Works 1100 1.00 L.s Conduits, Boxes And Fittings (conduit Works/conduit Rough-in) 1200 (3) 1.00 L.s Stand Fan, Industrial Type 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (1) 1.00 L.s. Panelboard With Main & Branch Breakers 1103 (1) 1.00 L.s. Lighting Fixture And Lamps Php4,773,204.84 Required Number Of Days For Completion Is 195 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. 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 Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) 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. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On December 15, 2024 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On December 20, 2024 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On December 23, 2024 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date6 Jan 2025
Tender AmountPHP 4.7 Million (USD 82.2 K)

Barangay Sta Elena, Tanauan, Leyte Tender

Civil And Construction...+3Civil Works Others, Building Construction, Construction Material
Philippines
Details: Description Description I. Removal Of Existing Concrete Flooring Ii. Structure Excavation (common Soil) Iii. Structural Concrete For Footing Iv. Reinforcing Steel Of Reinforced Concrete Structures V. 6mm Marine Plywood On Metal Frame Ceiling Vi. Glazed Tiles And Trims Vii. Cement Plaster Finish Viii. Painting Works (masonry Painting) Ix. Painting Works (wood Painting) X. Painting Works (metal Painting) Xi. Cement Plaster Finish Xii. 100mm Chb Non Load Bearing (including Reinforcing Steel) Xiii. Metal Structure Accessories 1. Barangay Sta. Elena, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Improvement Of Multi-purpose Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 11, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 11, 2025. 5. Barangay Sta. Elena, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Sta. Elena, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Nicolas V. Arcena Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Sta. Elena, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Sta. Elena Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 11, 2025 At Exactly 02:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Nicolas V. Arcena Brgy. Chairman
Closing Date11 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)

Department Of Agriculture Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Section I. Invitation To Bid Da8-goods-2025-12 (id No. Bt-25-goods-saad-44982-0006) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Saad -2025 Current Fund Intends To Apply The Sum Of Thirteen Million Two Hundred Two Thousand Four Hundred Sixty Pesos Only (p13,202,460.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Farm Supplies And Equipment”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Sixty (60) Calendar Days From Receipt Of Ntp. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Line Item Qty Uom Item Description Unit Cost Total Cost 1 1260 Pair Rain Boots - Black Color, Rubber, Non-slip, Light Weight, 14" Height 500 630,000.00 Size/qty: #7 - 315 Pcs; #8 -315 Pcs; #9 - 315 Pcs; #10 - 315 Pcs 2 24 Unit Digital Weighing Scale - 10 Kg Capacity; Dual Display (weight And Price); Heavy Duty 5,000.00 120,000.00 3 65600 Pc Egg Tray - 30 Eggs Capacity; Carton Material 15 984,000.00 4 51 Pc Egg Weighing Scale - 100g Capacity; Manual With 6-7 Egg Classification (pewee/pullets, Small, Medium, Large, X-large, Jumbo); White Color; Made In Japan; Heavy Duty (see Attached Sample Photo) 4,500.00 229,500.00 5 3123 Pc Empty Sacks - White Color; Clean; Brand New; Thick; Good Quality 20 62,460.00 6 260 Roll Fine Net - 1.5m X 90 Yards; White Color; Mesh; High Quality 3,000.00 780,000.00 7 3032 Kilo Nylon - Clear String; 3mm Thickness 500 1,516,000.00 8 1800 Pc Plastic Crates - 24" X 16" X 12" In Size, Heavy Duty 700 1,260,000.00 9 450 Pc Plastic Matting - 1ft X 3ft; Non-elevated; Black Color; Heavy Duty (see Attached Sample Photo) 100 45,000.00 10 364 Roll Plastic Mulch - 1.2 Width X 400m; 25 Microns Thickness 4,000.00 1,456,000.00 11 735 Pc Pruning Shear - Rubber Handle; Sharp Blade; Comfortable To Grip; Rust Proof; Good Quality 400 294,000.00 12 10 Pc Hand Push Cart Trolley - Folding Platform; Can Hold Up To 300 Kg; Easy To Maneuver; Heavy Duty (see Attached Sample Photo) 6,600.00 66,000.00 13 2900 Kilo Tie Wire - No. 18; Good Quality 150 435,000.00 14 1 Roll Trapal - 100m/roll; Orange/blue Color; Thick, Good Quality 5,000.00 5,000.00 15 182 Roll Uv Film - 110" X .005" X 150m; Polyethylene; 150 Micron Thickness 16,000.00 2,912,000.00 16 10 Unit Digital Platform Weighing Scale - 1 Ton Capacity Floor Scale; Stainless Steel; Heavy Duty (see Attached Sample Photo) 30,000.00 300,000.00 17 10 Unit Weighing Scale - 60 Kg Capacity Table Scale; Stainless Steel Flat Plate; Mechanical Dial Type; Heavy Duty 3,500.00 35,000.00 18 262 Pc Heavy Duty Brood Light - White Brooder Bulb 100 Watts With Hood And Wiring; With Control Temperature; On/off Switch; Atleast 10" Adjustable Reflector (see Attached Sample Photo) 2,000.00 524,000.00 19 3 Unit Heavy Duty Blender (commercial Type) - 2l Capacity; Stainless Steel Blade; Glass Pitcher; W/ Atleast 3 Speed & Powerful Motor; W/ 1 Yr Service Warranty 2,200.00 6,600.00 20 10 Pc Butchers Table - Combination Of Stainless Steel And 3/4 Plywood Material Of Table Top And Stainless Steel Leg; 6 X 3 Size; High Quality 14,200.00 142,000.00 21 114 Set Canopy Tent - 3 X 6m Size; Retractable And Adjustable Height; Any Color; Durable 4,600.00 524,400.00 22 3 Unit Electric Hand Mixer - W/ Atleast 7 Speed; Hook/beater; Heavy Duty; W/ 1 Yr Service Warranty 2,000.00 6,000.00 23 4 Pc Wok/carajay - 60" Diameter; Stainless; With Double Handle; Thick And Heavy Duty 3,000.00 12,000.00 24 1 Unit Cast Iron Stove With Set Of Lpg Tank & Accessories (see Attached Sample Photo) 12,500.00 12,500.00 Stove: W/ 2 Burner Rings; 2 Adjustable Gas Valves, Min; Large Size; Heavy Weight Design Tank & Content: 11 Kg Orange Cylinder Tank Accessories: Regulator And Heavy Duty Rubber Hose (2m) With Clamps 25 500 Pack Stand Up Resealable Pouch - Brown Color; 18 X 11cm Size; 100pcs/pack (see Attached Sample Photo) 250 125,000.00 26 12 Unit Glass Top Chest Freezer (inverter) With Avr - 60,000.00 720,000.00 Specification: A. Atleast 11cu.ft B. Sliding Glass Top C. With Inverter Technology D. With Wire Basket E. With Safety Key Lock F. With 1 Year Warranty On Parts And Services; And 5 Years On Compressor G. With Atleast 3000 Va (volt-ampere) Capacity Of Avr (automatic Voltage Regulator) Terms And Conditions: A During The Opening Of Bids, Bidder Shall Submit: 1 Notarized Affidavit Of Stock Sufficiency From The Source (at Least 50% On-hand And The Remaining 50% Within The Delivery Period); B The Winning Bidder Shall: 1 Deliver Genuine, Good Condition And Brand New Items; 2 Inform The End-user At Least Seven (7) Working Days Before The Scheduled Date Of Delivery; 3 Deliver Items Within Sixty (60) Calendar Days Based On The Schedule Of Delivery And Designated Drop-off Points (separate Attachment); 4 Conform Upon Notice To Any Changes In The Delivery Schedule Due To Unforeseen Circumstances; 5 Abide With The Right Of The Da To Reject And Request Replacement Of Non-compliant To Specifications; C Any Delay Of Delivery Of Item Shall Be Subject To Liquidation Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; D Payment Shall Be Made After Complete Delivery, Inspection, Acceptance And Submission Of All Necesarry Documents Requred For The Process Of Payment; E Winning Bidder Shall Submit A Snapshot Of Lbp Savings Account To Effect Payment. 4. 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 17, 2024 To January 02, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee, Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Item/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract 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 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 17, 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 02, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On January 02, 2024, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 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. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Closing Date9 Jan 2025
Tender AmountPHP 13.2 Million (USD 227.4 K)

City Of Bais Tender

Civil And Construction...+3Construction Material, Pipe Line Project, Water Storage And Supply
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 (f) Artesian Wells, Reservoirs, Pumping Station & Conduit, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 51-25 Php 345,600.00 1 90 Pcs. 2" X 2" X 12' G. Melina 2 20 Kls. Common Wire Nails # 4" 3 15 Kls. Common Wire Nails # 3" 4 15 Kls. Common Wire Nails # 2" 5 10 Kls. Common Wire Nails # 1" 6 20 Shts. 1/4" X 4 X 8' Mar. Plywood 7 150 Bags Portland Cement 8 50 Cu.m Sand (fine Aggregates) 9 20 Cu.m Gravel (coarse Aggregates 37.5mm) 10 90 Lngth 10mm Ø X 6.0m Def. Bar 11 90 Kls. G.i Tie Wire, No. 16 12 20 Pcs. Hacksaw Blade 13 20 Lngth 1 1/4" Ø X 20' G.i Pipe (s-40) 14 10 Lngth 1/2" Ø X 20' G.i Pipe (s-40) 15 3 Pcs. Foot Valve 1 1/4" Ø 16 5 Pcs. Foot Valve 1" Ø 17 60 Pcs. Tapelon Tape 3/4" Ø 18 20 Pcs. G.i Coupling 1 1/4" Ø 19 20 Pcs. G.i Coupling 1/2" Ø 20 10 Pcs. G.i Tee 1 1/4" Ø 21 4 Pcs. Jetmatic Pump 22 3 Pcs. Cylinder Pump 1 1/4" Ø 23 4 Pcs. Chek Valve 1 1/4" Ø 24 3 Ltrs. Solvent Cement 25 5 Rolls 1/2" Ø X 300m/roll Polyethylene Pipe 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 345.6 K (USD 5.9 K)

BARANGAY BANTAGAN, TANAUAN, LEYTE Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description I. Structural Concrete For Column And Beam Ii. Removal Of Structures And Obstruction Iii. Reinforcing Steel Of Reinforced Concrete Structures Iv. Formworks And Falseworks V. Carpentry And Joinery Works Vi. 6mm Marine Plywood On Metal Frame Ceiling Vii. Aluminum Glass Window (sliding Type) Viii. Wooden Panel Door Ix. Pre-painted Metal Sheets X. Glazed Tiles And Trims Xi. Cement Plaster Finish Xii. Painting Works (masonry Painting) Xiii. Painting Works (wood Painting) Xiv. Painting Works (metal Painting) Xv. 100mm Chb Non Load/load Bearing (including Reinforcing Steel) Xvi. Structural Steel Roof Framing And Truss Xvii. Structural Steel Purlins Xviii. Metal Structure Accessories (railings) Xix. Electrical Works 1. Barangay Bantagan, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Construction/improvement Of Sk Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 22, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 22, 2025. 5. Barangay Bantagan, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Bantagan, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Jerom T. Yepes Barangay Sk Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Bantagan, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Bantagan, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p800,000.00);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 22, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Jerom T. Yepes Barangay Sk Chairman
Closing Date22 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)

City Government Iligan Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (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 Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor 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). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 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 Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 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 (160) Calendar Days From Receipt Of Notice To Proceed. 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. 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.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.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. 3.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 4.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 5.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 P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, 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. 24-123 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
2261-2270 of 2303 archived Tenders