Plywood Tenders
Plywood Tenders
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 25-048 100-25-01-027 Delivery Of Construction Supplies/materials Needed For Safety & Health & 5s Program 636,032.50 General Fund Lot No. I Cement And Additives 1 40 Bag Cement, Portland (40kgs/bag), Type 1 Lot No. Ii Aggregates 2 5 Cu.m. Sand, Washed Mixing/screened 3 5 Cu.m. Round Gravel, (screened & Washed), Max. Size 20mm Dia Lot No. Iii Carpentry Tools And Supplies 4 30 Sheet Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 5 10 Kilo Nails, Common Wire 38mm 6 10 Piece Blade, Hacksaw, 12mm X 300mm, 18tpi, (excellent Quality) 7 10 Kilo Nails, Common Wire 62mm 8 5 Liter Marine Epoxy (lit), (excellent Quality) Lot No. Iv Commercial Lumber 9 30 Piece Lumber, G-melina Mahogany And Equivalent 25mm X 200mm X 2.4m 10 30 Piece Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 2.4m Lot No. V Paints, Tools And Supplies 11 15 Can Acrylic Spray Paint, Flat Black(400cc/can) 12 15 Can Acrylic Spray Paint, Maroon(400cc/can) 13 15 Can Acrylic Spray Paint, Yellow(400cc/can) 14 15 Can Acrylic Spray Paint, Blue(400cc/can) 15 15 Can Acrylic Spray Paint, Red(400cc/can) 16 15 Can Acrylic Spray Paint, Green(400cc/can) 17 15 Can Acrylic Spray Paint, Brown(400cc/can) 18 10 Can Latex Paint, Flat Yellow (l/can) 19 10 Can Latex Paint, Flat Red (l/can) 20 10 Gallon "reflectorized Paint, Yellow (4lit./gal.) •traffic Paint" Chlorinated Rubber Base 21 10 Gallon "reflectorized Paint, White (4lit.gal.) •traffic Paint" Chlorinated Rubber Base 22 10 Gallon Paint, Reflectorized For Traffic Chlorinated Rubber Base, Red 23 5 Gallon Reducer/thinner, Epoxy Paint (gal) 24 15 Gallon Enamel Paint, Quick Dry (gal) Black 25 4 Can Lacquer Thinner, 3.75 (liter/can) 26 8 Piece Paint Roller W/ Handle, 175mm 27 8 Piece Paint Roller With Handle, 100mm 28 8 Piece Paint Brush, 50mm (2") Hair Type Lot No. Vi Construction Safety Gear And Equipment 29 450 Pair Gloves, Working, Rubber & Cloth Combination, Good Quality 30 15 Pair Gloves, Welding Leathear Long, 16ft, Ce Certified En 12477 31 15 Box Mask, Non Woven Synthetic Fibre Disposable Masks, Ffp1, Moulded Mask, Nose Clip For Adjustment, Foam Edge Under Nose Clip, Ce, En149 (20 Pcs/box) 32 10 Piece Working Clothes, Cover-all Medium Designed For Automechanics 33 25 Piece Working Clothes, Cover-all Large Designed For Automechanics 34 25 Piece Working Clothes, Cover-all Extra Large Designed For Automechanics 35 25 Piece Welding Apron, Leather Body Protection, Free Size 36 40 Piece Raincoat, Poncho Type, Assorted Color, Good Quality Large 37 40 Piece Raincoat, Poncho Type, Assorted Color, Good Quality Xlarge 38 25 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 7 39 25 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 8 40 25 Pair Rain Boots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality Size: 9 41 50 Piece Spectacles, Safety Goggles, Clear 42 10 Piece Browguard, Polycarbonate 0.8mm Visor Holder (ce En166, Ansi Z87+, Csa Z94.3) With Clear Visor Face Shield, (en166, Csa Z94.3) 43 30 Piece Mask, Face, Welding Mask, W/ #10 Dark Glass 44 10 Piece Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow 45 10 Piece Hard Hat, , High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap Red 46 10 Piece Hard Hat, , High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap Gray 47 15 Pair Safety Shoes, Size 6, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 48 45 Pair Safety Shoes, Size 7, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 49 45 Pair Safety Shoes, Size 8, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 50 10 Pair Safety Shoes, Size 9, High-cut, Steel Toe, For Men Leather Upper, With Steel Toe Caps & Midsole, Single Foam, Laced Type Removable With Moisture Absorbing & Hypoallergenic Lining With Injection Molded Double Density, Chemical, Oil & Solvent Resistant, Black Color. 51 55 Piece Vest, Reflectorized, Safety, Green 52 55 Piece Vest, Reflectorized, Safety, Orange *** Nothing Follows *** Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 1,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents February 07, 2025 To February 19, 2025 @ 5:00 P.m. Pre-bid Conference None Deadline/opening Of Bids February 20, 2025 @ 9:00 A.m. Post Qualification February 27, 2025 @ 9:00 A.m. Awarding Of Bids March 06, 2025 @ 9:00 A.m. Approved: (sgd)virginia D. Sadiasa City Civil Registrar Bac Chairman Geps Publication: Newspaper: Geps 02/07/2025 None
Closing Date20 Feb 2025
Tender AmountPHP 636 K (USD 10.9 K)
Municipality Of Irosin, Sorsogon Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Hardware/materials For The Improvement Of Tongdol And Bacolod Water System, Mapaso Barangay Road And San Agustin Multi-purpose Covered Court 1. The Local Government Unit Of Irosin, Through The 20% Edf 2025 Intends To Apply The Sum Of One Million One Hundred Forty Seven Thousand Five Hundred Fifty Two Pesos (p 1,147,552.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Hardware/materials For The Improvement Of Tongdol And Bacolod Water System, Mapaso Barangay Road And San Agustin Multi-purpose Covered Court, Good-06-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Hardware/materials For The Improvement Of Tongdol And Bacolod Water System, Mapaso Barangay Road And San Agustin Multi-puprose Covered Court Brief Description: 433 Bags Portland Cement/28 Cu.m. Washed Sand/12 Cu.m. Gravel (peasize)/ 63 Cu.m. Graded Gravel/ 23 Pack Sahara/30 Pcs.16mm Rsb/101 Pcs.12mm Rsb/36 Pcs.10mm Rsb/28 Kgs. #16 Tie Wire/ 3pcs.cut-off Blade, 14"diam./ 31 Pcs. 4" Cutting Disc/15 Pcs. 4" Grinding Disc/7 Pcs. Hacksaw, Sandflex Blade/1 Pc ¾” Marine Plywood/12 Pcs. 1/2" Marine Plywood/1810 Bd.ft. Coco-lumber/ 51 Kls. Asst. Cw Nail/4 Pcs. 2"diam G.i. Pipe, S-40/8 Pcs. Steel Matting, 6.0mm/3 Pcs. Cylindrical Hinges/55 Kgs. Welding Rod/1 Set Padlock/6 Pcs. 1-1/2"diam.g.i. Pipe, S-40/6 Pcs. 1-1/2"x 4.0mm Flat Bar/ 60 L.m. 4"diam.p.e. Pipe, Sdr 11/60 L.m. 3"diam.p.e. Pipe, Sdr 11/162 L.m. 2-1/2"diam.p.e. Pipe, Sdr 11/ 150 L.m. 1"diam.p.e. Pipe, Sdr 11/300 L.m. 1/2"diam.p.e. Pipe, Sdr 11/8 Pcs.1/2"diam.g.i. Elbow/ 4 Pcs. 6''x 1/2"diam.g.i. Nipple/4 Pcs. 1/2"diam.g.i. Coupling/4 Pcs. Faucet/4 Pcs. Teflon Tape/1 Pc. 3"x 2-1/2"diam.p.e. Coupling Red., Sdr 11/1 Pc. 3"diam.p.e. Adaptor, Sdr 11/ 2 Pcs. 3"diam.p.e.90 Deg. Elbow, Sdr 11/1 Pc. 3"diam.p.e. Wye, Sdr 11/3 Pcs. 1"diam.p.e. Coupling/1 Pc. 3"diam. Gate Valve/3 Pc. 1"diam. Gate Valve/1 Set Motor Pump W/ Accessories, 1.5hp/1 Set Stainless Water Tank, 4000 Lits. W/ Float Switch And Accessories/23 Gal. Epoxy Primer Paint/10 Gal. Lacquer Thinner/ 2 Bot. Lacquer Thinner/20 Set 7" Paint Roller W/ Pan/20 Set 4" Paint Roller W/ Pan/2 Pcs. 4"paint Roller/ 12 Pcs. 2"paint Brush/45 Pcs. 3''x 1/4''thk Angle Bar/20 Pcs. 2''x 1/4''thk Angle Bar/2 Pcs. Plain G.i. Sheet (ga.18)/ 30 Gal. Rubber Paint/2 Set Fiber Glass Board W/ Frame Approved Budget For The Contract : P 1,147,552.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : 20% Edf 2025 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 Until February 19, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On February 6, 2025,2:00pm At The Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 19, 2025, 1:59 Pm At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 19, 2025, 2:00 Pm At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza,ce Mun. Engineer/mdrrmo Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 29, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Hardware/materials For The Improvement Tongdol And Bacolod Water System, Mapaso Barangay Road And San Agustin Multi-purpose Covered Court With Project Identification Number Good-06-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Hardware/materials, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 20% Edf 2025 In The Amount Of One Million One Hundred Forty Seven Thousand Five Hundred Fifty Two Pesos (p 1,147,552.00) 2.2. The Source Of Funding Is: 20% Edf 2025 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference On February 6, 2025,2:00pm At The Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Hardware/materials For The Improvement Of Tongdol And Bacolod Water System, Mapaso Barangay Road And San Agustin Multi-purpose Covered Court Brief Description: 433 Bags Portland Cement/28 Cu.m. Washed Sand/12 Cu.m. Gravel (peasize)/ 63 Cu.m. Graded Gravel/ 23 Pack Sahara/30 Pcs.16mm Rsb/101 Pcs.12mm Rsb/36 Pcs.10mm Rsb/28 Kgs. #16 Tie Wire/ 3pcs.cut-off Blade, 14"diam./ 31 Pcs. 4" Cutting Disc/15 Pcs. 4" Grinding Disc/7 Pcs. Hacksaw, Sandflex Blade/1 Pc ¾” Marine Plywood/12 Pcs. 1/2" Marine Plywood/1810 Bd.ft. Coco-lumber/ 51 Kls. Asst. Cw Nail/4 Pcs. 2"diam G.i. Pipe, S-40/8 Pcs. Steel Matting, 6.0mm/3 Pcs. Cylindrical Hinges/55 Kgs. Welding Rod/1 Set Padlock/6 Pcs. 1-1/2"diam.g.i. Pipe, S-40/6 Pcs. 1-1/2"x 4.0mm Flat Bar/ 60 L.m. 4"diam.p.e. Pipe, Sdr 11/60 L.m. 3"diam.p.e. Pipe, Sdr 11/162 L.m. 2-1/2"diam.p.e. Pipe, Sdr 11/ 150 L.m. 1"diam.p.e. Pipe, Sdr 11/300 L.m. 1/2"diam.p.e. Pipe, Sdr 11/8 Pcs.1/2"diam.g.i. Elbow/ 4 Pcs. 6''x 1/2"diam.g.i. Nipple/4 Pcs. 1/2"diam.g.i. Coupling/4 Pcs. Faucet/4 Pcs. Teflon Tape/1 Pc. 3"x 2-1/2"diam.p.e. Coupling Red., Sdr 11/1 Pc. 3"diam.p.e. Adaptor, Sdr 11/ 2 Pcs. 3"diam.p.e.90 Deg. Elbow, Sdr 11/1 Pc. 3"diam.p.e. Wye, Sdr 11/3 Pcs. 1"diam.p.e. Coupling/1 Pc. 3"diam. Gate Valve/3 Pc. 1"diam. Gate Valve/1 Set Motor Pump W/ Accessories, 1.5hp/1 Set Stainless Water Tank, 4000 Lits. W/ Float Switch And Accessories/23 Gal. Epoxy Primer Paint/10 Gal. Lacquer Thinner/ 2 Bot. Lacquer Thinner/20 Set 7" Paint Roller W/ Pan/20 Set 4" Paint Roller W/ Pan/2 Pcs. 4"paint Roller/ 12 Pcs. 2"paint Brush/45 Pcs. 3''x 1/4''thk Angle Bar/20 Pcs. 2''x 1/4''thk Angle Bar/2 Pcs. Plain G.i. Sheet (ga.18)/ 30 Gal. Rubber Paint/2 Set Fiber Glass Board W/ Frame B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Hardware/materials 433 Bags Portland Cement/28 Cu.m. Washed Sand/12 Cu.m. Gravel (peasize)/ 63 Cu.m. Graded Gravel/ 23 Pack Sahara/30 Pcs.16mm Rsb/101 Pcs.12mm Rsb/36 Pcs.10mm Rsb/28 Kgs. #16 Tie Wire/ 3pcs.cut-off Blade, 14"diam./ 31 Pcs. 4" Cutting Disc/15 Pcs. 4" Grinding Disc/7 Pcs. Hacksaw, Sandflex Blade/1 Pc ¾” Marine Plywood/12 Pcs. 1/2" Marine Plywood/1810 Bd.ft. Coco-lumber/ 51 Kls. Asst. Cw Nail/4 Pcs. 2"diam G.i. Pipe, S-40/8 Pcs. Steel Matting, 6.0mm/3 Pcs. Cylindrical Hinges/55 Kgs. Welding Rod/1 Set Padlock/6 Pcs. 1-1/2"diam.g.i. Pipe, S-40/6 Pcs. 1-1/2"x 4.0mm Flat Bar/ 60 L.m. 4"diam.p.e. Pipe, Sdr 11/60 L.m. 3"diam.p.e. Pipe, Sdr 11/162 L.m. 2-1/2"diam.p.e. Pipe, Sdr 11/ 150 L.m. 1"diam.p.e. Pipe, Sdr 11/300 L.m. 1/2"diam.p.e. Pipe, Sdr 11/8 Pcs.1/2"diam.g.i. Elbow/ 4 Pcs. 6''x 1/2"diam.g.i. Nipple/4 Pcs. 1/2"diam.g.i. Coupling/4 Pcs. Faucet/4 Pcs. Teflon Tape/1 Pc. 3"x 2-1/2"diam.p.e. Coupling Red., Sdr 11/1 Pc. 3"diam.p.e. Adaptor, Sdr 11/ 2 Pcs. 3"diam.p.e.90 Deg. Elbow, Sdr 11/1 Pc. 3"diam.p.e. Wye, Sdr 11/3 Pcs. 1"diam.p.e. Coupling/1 Pc. 3"diam. Gate Valve/3 Pc. 1"diam. Gate Valve/1 Set Motor Pump W/ Accessories, 1.5hp/1 Set Stainless Water Tank, 4000 Lits. W/ Float Switch And Accessories/23 Gal. Epoxy Primer Paint/10 Gal. Lacquer Thinner/ 2 Bot. Lacquer Thinner/20 Set 7" Paint Roller W/ Pan/20 Set 4" Paint Roller W/ Pan/2 Pcs. 4"paint Roller/ 12 Pcs. 2"paint Brush/45 Pcs. 3''x 1/4''thk Angle Bar/20 Pcs. 2''x 1/4''thk Angle Bar/2 Pcs. Plain G.i. Sheet (ga.18)/ 30 Gal. Rubber Paint/2 Set Fiber Glass Board W/ Frame 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (90) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (90) Calendar Days Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Hardware/materials If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 (e) Tax Clearance For Collection Purposes Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor
Closing Date19 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.8 K)
City Government Iligan Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 , Intend To Apply The Sum Of P 5,972,559.62 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City With Project No. Cb(b)-24-143 (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 Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City General Requirements • Permits And Clearances • Facilities For The Engineers • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Obstructions • Clearing / Removal Of Boulders • Uprooting Of Trees Structural Excavation • Excavation Works For Footings, Wall Footings, Zocalo And Tie Beams Gravel Fill • 100mm Thk. Gravel Base For Footings And 50mm Thk. Gravel Base For Wall Footings Concrete Works, Formworks And Scaffolding • Concreting Pouring Using Readymix (3000 Psi) For Footings, Wall-footings, Tie Beams And Columns • Installation Of Formworks And False Works For Columns Beams And Tie Beams • Removal Of Formworks And Falseworks Steel Reinforcements • Installation Of 20mmø Dsb For Columns (c1), Footings (f1), And Tie Beams • Installation Of 16mmø Dsb For Columns (c2) And Footings (f2) • Installation Of 10mmø Dsb For Wall Footings (long Bars And Traverse Bars) Stirrups For Tie Beams And Lateral Ties For Columns Steel Reinforcements • Piling Of 4”thk Chb At 3.70m Height W/ 10mmø Dsb For Vertical And Horizontal Bars Spcd At 0.60m O.c Bothways I. Permit & Clearances (q=1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans, Cutting Of Trees. Ii. Construction Safety And Health Program (q=1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’ X 8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w Nails. Iv. Mobilization & Demobilization (q=1.00 Lot) V. Facilities For The Engineers (q=1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project-in-charge, Technical Personnel To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor: Field Office For The Field Engineer (standard Engineer Field Camp, Office Table And Chair); Laptop Computer For Field Engineer: Processor: 165hz 13th Gen Intel Core I9; Memory: 13900hx/16gb, 2 X 8 Gb, Ddr5; Storage: 4800 Mhz/ 1tb,m.2, Pcle Nvme; Graphics: Nvidia Geforce Rtx 4060, 8gb; Screen: 15.6” Fhd Ips 165hz Vi. Removal Of Structures And Grubbing (q=1.00 Lot) Includes Uprooting, Removal Of Boulders. Vii. Earthworks (q=535.00 Cu.m) Includes Volume To Be Excavated, V=286.00 Cu.m.; Volume To Be Backfilled, V=165.75 Cu.m.; Gravel Bedding, 1-1/2”ø, V=62.11cu.m. Viii. Steel Reinforcements (q=21,326.80kg/s) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6 Dsb, #16 G.i Tie Wire. Ix. Concrete Works, Formworks And Scaffoldings (q=133.10cu.m.) Includes Ready Mix Concrete – (3000 Psi @ 14 Days), 4’x8’x1/4” Thk. Marine Plywood, Coco Lumber (2” X 2” X 10’) – 833 Pcs, Assorted Sized C.w Nails. X. Masonry Works (q=281.64 Sqm.) Includes 4” X 8” X 16” Chb, A = 281.64 Sqm.; Portland Cement; Washed Sand Approved Budget For The Contract (abc): P 5,972,559.62 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 Ninety-four (194) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: November 26, 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: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-143 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.9 K)
Misamis Occidental Tender
Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Calamba Tel. No. (088) 271-3215 / 271-4730 _______________________________________________ Invitation To Bid For Purchase Of Materials For The Improvement Of Palawan Child Development Center 1. The Municipality Of Calamba, Misamis Occidental, Through The Assistance To Communities In Need Under The Assistance Crisis Situation Program Of Dswd X Intends To Apply The Sum Of One Hundred Eight Thousand Six Hundred Fifty Pesos (p108,650.00) Being The Abc To Payments Under The Contract For Purchase Of Materials For The Improvement Of Palawan Child Development Center, With The Project Identification Number Lgucal-pb-2025-06. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item # Description Quantity Unit 1 Portland Cement 40.00 Bags 2 Sand 5.00 Cu.m. 3 Chocker 3.00 Cu.m. 4 2" X 3" X 10' Coco Lumber 10.00 Sets 5 2" X 2" X 10' Coco Lumber 7.00 Sets 6 1/4" Ordinary Plywood 1.00 Pcs. 7 Assorted Nails 1.00 Pcs. 8 10 Mm Dia. Bars 19.00 Pcs. 9 Tie Wire # 16 3.00 Gal. 10 1.2mm X 50mm X 150mm Rectangular Tube 11.00 Pcs. 11 1.2 Mm X 50 Mm X 75 Mm C-purlins 11.00 Pcs. 12 3" Dia. G.i. Pipe S-40 4.00 Pcs. 13 Welding Rod 12.00 Kgs 14 0.4mm X 1.133m Hi-rib Type Roofing 39.40 Ln.m. 15 0.40mm X 2.40m Wall Flashing 4.00 Pcs. 16 Tex Screw 1.00 Box 17 Vulcaseal 1.00 Liter 18 4" Cutting Disc 7.00 Pcs. 19 Metal Primer 1.00 Gal 20 Enamel, Black 1.00 Gal 21 Paint Thinner 1.00 Bot. 22 2" Paint Brush 2.00 Pcs. 23 12mm Ø X 6 M Def. Bars 3.00 Pcs 24 4" Chb 164.00 Pcs. 25 Putty Knife 2.00 Pairs 26 1.35m X 1.80m Aluminum Walling With Stucco Finished With Installation 1.00 Unit 27 0.70m X 1.80m Aluminum Door With 0.20m X 1.80m Aluminum Walling With Stucco Finished With Installation 2.00 Unit 28 Pail Flush Type Toilet Bowl, Kids Size 2.00 Units 29 4" X 4" Pvc Stainless Floor Drain 1.00 Sets 30 4" X 3.0m Dia. Pvc Pipe , S.1000 2.00 Length 31 2" X 3.0m Dia. Pvc Pipe , S.1000 1.00 Length 32 3" X 3.0m Dia. Pvc Pipe , S.1000 1.00 Length 33 4" Dia. X 90 Deg Pvc Bend Elbow 4.00 Pcs 34 4" Dia. X 45 Deg Pvc Bend Elbow 1.00 Pcs 35 4" Dia.pvc Clean Out Plug 1.00 Pcs 36 3" Dia.pvc Clean Out Plug 1.00 Pcs 37 4" Dia.x 4" Dia. Pvc Wye 2.00 Pcs 38 4" Dia.x 2" Dia. Pvc Tee 1.00 Pcs 39 3" Dia.x 90 Deg Pvc Elbow 1.00 Pcs 40 Solvent Cement, 100 Cc. 2.00 Pint 41 1/2" Pe Pipe 10.00 Length 42 1/2" Pe Straight Coupler 1.00 Pcs 43 1/2" Pe Tee 1.00 Pcs 44 1/2" Pe Gate Valve 1.00 Pcs 45 1/2" X 4.0m Ppr Pipe 2.00 Length 46 1/2" X 90 Deg. Ppr Bend Elbow 5.00 Pcs 47 1/2" Female Ppr Threaded Adaptor 2.00 Pcs 48 1/2" Stainless Faucet 2.00 Pcs 49 Teflon Tape 1.00 Rolls 2. The Municipality Of Calamba, Misamis Occidental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Office Of Bac Secretariat, Local Government Unit, Calamba, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00-12:00 A.m., 1:00-5:00 P.m.) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22, 2025 To March 6, 2025, From 8:00 Am To 5:00 Pm (mondays To Fridays Only) From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before March 6, 2025, 2:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 6, 2025, 2:00 P.m. At The Bac Conference Room, Municipal Multi-purpose Hall, Calamba, Misamis Occidental. {[if Applicable, Insert] And/or Via [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 10. The Municipality Of Calamba, Misamis Occidental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jopson D. Baones Chairperson, Bids And Awards Committee Lgu-calamba, Misamis Occidental Tel. No. (088) 271-3215 Email Address-baclgucalambamisocc@gmail.com Fax No. (088) 271-3221 Website:www.calambamisocc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] February 21, 2025 [date Of Issue]
Closing Date6 Mar 2025
Tender AmountPHP 108.6 K (USD 1.8 K)
Province Of Sarangani Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Improvement Of Calabanit Day Care Center, Glan Brgy. Calabanit, Glan, Sarangani Province (contract No. Infra- 2025-67) February 13, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025/20% Df Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Calabanit Day Care Center, Glan With Contract No. Infra-2025-67 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Seventy Two Calendar Days (72cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 – March 6, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On February 20, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 6, 2025, At 9:00 A.m. 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 March 6, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-67 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 1,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-67 Contract Name: Improvement Of Calabanit Day Care Center, Glan Location: Brgy. Calabanit, Glan, Sarangani Province Bill Of Quantities Calendar Days: 72cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.9 Mobilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Program 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-1 Removal Of Structures And Obstruction 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation (common Soil) 12.61 Cu.m In Words: In Figures: Php In Figures: Php 803(3) Foundation Fill 2.37 Cu.m In Words: In Figures: Php In Figures: Php 804(1)b Embankment 1.16 Cu.m In Words: In Figures: Php In Figures: Php 900(1) Structural Concrete 6.50 Cu.m In Words: In Figures: Php In Figures: Php 902(1)a Reinforcing Steel (deformed), Grade 40 1,817.50 Kgs. In Words: In Figures: Php In Figures: Php 903(2) Formworks And Falseworks 11.54 Sq.m In Words: In Figures: Php In Figures: Php 1003(1)b1 5mm Marine Plywood On Metal Frame Ceiling 47.24 Sq.m In Words: In Figures: Php In Figures: Php Spl-2 0.4mm Metal Spandrel Soffits 13.80 Sq.m In Words: In Figures: Php In Figures: Php 1013(2)a1 Fabricated Metal Roofing Accessory (gutter) 13.27 M In Words: In Figures: Php In Figures: Php 1013(2)a2 Fabricated Metal Roofing Accessory (flashing) 25.41 M In Words: In Figures: Php In Figures: Php 1014(1)b2 Prepainted Metal Sheets 80.95 Sq.m In Words: In Figures: Php In Figures: Php 1003(1)a1 Fascia Board 25.41 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 140.42 Sq.m In Words: In Figures: Php In Figures: Php 1032(1) Painting Works 225.30 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non Load Bearing (including Reinforcing Steel) 20.50 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)a2 150mm Chb Non Load Bearing (including Reinforcing Steel) 67.68 Sq.m In Words: In Figures: Php In Figures: Php 1047(1) Structural Steel 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-3 Jalouplus Window 1.68 Sq.m In Words: In Figures: Php In Figures: Php 1001(9) Storm Drainage And Downspout 1.00 L.s In Words: In Figures: Php In Figures: Php 1001(6) Catch Basin 1.00 L.s In Words: In Figures: Php In Figures: Php 1601(1) Fill And Backfill 5.38 Cu.m In Words: In Figures: Php In Figures: Php Spl-4 Toilet Partition And Accessories 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-5 Porcelain Tiles 28.84 Sq.m In Words: In Figures: Php In Figures: Php Spl-6 Ronda Probinsya Artistic Logo Painting 1.00 L.s In Words: In Figures: Php In Figures: Php Plumbing Works 1002(2) Polyprophylene Random Copolymer (ppr-c) Pipes With Fittings 14.00 Meter In Words: In Figures: Php In Figures: Php 1002(3)e 50mm Dia Pvc Pipes With Fittings 22.14 Meter In Words: In Figures: Php In Figures: Php 1002(3)g 75mm Dia Pvc Pipes With Fittings 8.00 Meter In Words: In Figures: Php In Figures: Php 1002(3)h 100mm Dia Pvc Pipes With Fittings 7.00 Meter In Words: In Figures: Php In Figures: Php 1002(5) Plumbing Fixtures 1.00 L.s In Words: In Figures: Php In Figures: Php Electrical Works 1103(1) Lighting Fixtures 1.00 L.s In Words: In Figures: Php In Figures: Php 1100(10) Conduits, Boxes & Fittings (conduits Works/ Conduit Rough-in) 1.00 L.s In Words: In Figures: Php In Figures: Php 1101(33) Wires And Wiring Devices 1.00 L.s In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
Closing Date6 Mar 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)
MUNICIPALITY OF POLANCO, ZAMBOANGA DEL NORTE Tender
Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description 1 Bags Portland Cement - 534.0 2 Cu.m. Screened Sand - 30.8 3 Cu.m. Coarse Aggregates 1"ø - 23.5 4 Cu.m. Peasize Aggregates - 8.0 5 Lgths. 16mmø X 3.0m Std. Def. Bar - 137.0 6 Lgths. 10mmø X 3.0m Std. Def. Bar - 384.0 7 Kgs. No. 16 Tie Wire - 61.0 8 Pcs. Chb 4" - 2300.0 9 Lgths. 12mmø X 3.0m Std. Def. Bar - 6.0 10 Lgths. 1/4"x2"x6.0m Angle Bar - 24.0 11 Lgths. 1/4"x1 1/2"x6.0m Angle Bar - 25.0 12 Lgths. 1.20mmx2"x4" C - Purlins - 2.0 13 Lgths. 1.20mmx2"x3" C - Purlins - 21.0 14 Lgths. 3/16" X 1" Angle Bar - 8.0 15 Lgths. 3/16"x 1" Angle Bar - 4.0 16 Lgths. 10mmø Plain Round Bar(sag Rod) - 3.0 17 Lgths. 16mmø Plain Round Bar - 4.0 18 Sht. 5/8" Thk Steel Plate - 0.3 19 Pcs. 3/4"øx12" Anchor Bolt With - 24.0 Nut And Washer 20 Pcs, 16mmøx12" Turn Buckle - 4.0 21 Pcs. 14"ø Cut Off Blade - 10.0 22 Box Welding Rod - 3.0 23 Tanks Oxygen (content Only) - 2.0 24 Tank Acytelene (content Only) - 1.0 25 Shts. 1/4"x4'x8' Marine Plywood - 30.0 26 Bd.ft. 300 - 2"x2"x10' Coco Lumber - 1000.0 27 Bd.ft. 250 - 2"x3"x10' Coco Lumber - 1250.0 28 Pcs. Double Furring - 20.0 29 Pcs. Wall Angle - 8.0 30 Pcs. Wooden Door 0.90m X 2.10m - 2.0 31 Pcs. Door Knob - 2.0 32 Prs. Loose Pins Hinges 3"x3" - 4.0 33 Boxes Cwn 4" - 2.0 34 Box Cwn 3" - 1.0 35 Box Cwn 1 1/2" - 1.0 36 Kgs. Cwn 1" - 5.0 37 Pcs. 0.40m X 0.40m Floor Tiles - 72.0 38 Pcs. 0.40m X 0.40m Wall Tiles - 208.0 39 Bags Tile Adhesive - 5.0 40 Pck Tile Grout - 2.0 41 Ln.m. 8 Shts - 0.40mm Thk X 1.03m Effective - 64.0 Width X 8.0m Lgth Rib Type Pre Painted Roofing(verify Color) 42 Pcs. 0.40mm Thk X 2.40m (18") Pre Painted - 12.0 Wall Flashing 43 Pcs. 0.40mm Thk X 2.40m (18") Pre Painted - 7.0 End Flashing 44 Pcs. 2 1/2" Teck Screw - 300.0 45 Box 1/8"x1/2" Blind Rivets - 1.0 46 Ltr. Touch Up Paint - 1.0 47 Ltr. Roof Cement - 1.0 48 Lgths.20mmø Upvc Blue Pipe - 12.0 49 Pcs. 20mmø Upvc Coupling - 10.0 50 Pcs. 20mmø Upvc Plain Elbow - 8.0 51 Pcs. 20mmø Upvc Plain Tee - 6.0 52 Pcs. 20mmø Upvc Female Adaptor - 6.0 53 Pcs. 20mmø Upvc Male Plug - 6.0 54 Lgths. 4"ø Sanitary Pipe S-1000 - 4.0 55 Pcs. 4"ø Sanitary Tee - 6.0 56 Pcs. 4"ø Sanitary Clean Out W/ Adaptor - 6.0 57 Pcs. 4"ø Sanitary Coupling - 4.0 58 Pcs. 4"øx2"ø Sanitary Tee Reducer - 2.0 59 Lgths.2"ø Sanitary Pipe S-1000 - 6.0 60 Pcs. 2"ø Sanitary Coupling - 4.0 61 Pcs. 2"ø Sanitary Elbow Bend 45 - 6.0 62 Pcs. 2"ø Sanitary Clean Out W/ Adaptor - 4.0 63 Pcs. 2"ø Sanitary Tee - 6.0 64 Pcs. 2"ø Sanitary Wye - 2.0 65 Pcs. 2"ø Sanitary Elbow Bend 90 - 2.0 66 Pcs. 2"ø Sanitary P-trap - 4.0 67 Pcs. 2"øx3/4"ø Sanitary Bushing Reducer - 2.0 68 Pcs. 20mmø Stainless Single Angle Valve - 2.0 69 Pcs. 20mmø Stainless Double Angle Valve - 2.0 70 Pcs. 20mmø Stainless Faucet - 2.0 71 Rolls Teflon Tape 3/4" - 10.0 72 Ltrs. Solvent Cement 400ml - 2.0 73 Pcs. 4"x4" Stainless Floor Drain - 2.0 74 Pcs. 20mmø Stainless Bidet - 2.0 75 Sets Flushed Type Water Closet - 2.0 With Accessories 76 Units Flood Light 100w - 8.0 77 Boxes Thhn Stranded Wire No. 10 (5.50mm2) - 3.0 78 Mtrs. Thhn Stranded Wire No. 8 (8mm2) - 40.0 79 Lgths. 3/4"øx3m Pvc Electrical Pipe - 10.0 80 Rolls 3/4"ø X 100m Flexible Hose - 2.0 81 Set Panel Board 6 - Holes W/ Circuit Breaker - 1.0 1 Pr. @ 60at, 4 Prs. @ 30at & 1 Pr. @ 20at 82 Unit Safety Breaker 60at W/ Enclosure - 1.0 83 Pcs. 5"x5" Pvc Full Box (orange) - 12.0 84 Mtrs. Thhn Stranded Wire No. 8 (14mm2) - 20.0 85 Roll Electrical Rubber Tape - 1.0 86 Pcs. 3/4"ø X 90 Deg. Pvc Electrical Elbow - 20.0 87 Mtrs. 3/8 Ø Circular Loam - 6.0 88 Mtrs. Service Drop Wire No. 4 - 60.0 89 Pcs. Spool Insulator (reg.) - 2.0 90 Gals Red Oxide Steel Primer - 5.0 91 Gals Lacquer Thinner - 3.0 92 Bags Skim Coat - 10.0 93 Gals. Solvent Primer White - 15.0 94 Gals. Semi-gloss Latex Paint (verify Color) - 24.0 95 Pcs. Paint Brush 4" - 6.0 96 Pcs. Paint Brush 2" - 6.0 97 Pcs. Baby Paint Roller W/ Handle 4" - 8.0 98 Pcs. Baby Paint Roller W/ Handle 7" - 8.0 99 Pcs. Plastic Paint Basin - 4.0 100 Ft. Sand Paper #80 - 10.0 101 Ft. Sand Paper #120 - 10.0 Note: Opening Of Bids Will Be On February 19, 2025 @ 1:30 Pm
Closing Date19 Feb 2025
Tender AmountPHP 988.1 K (USD 17 K)
FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender
Others
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol, Gallon 23 500.00 11,500.00 2 Piece Sign Pen, Black, 0.3mm 86 90.00 7,740.00 3 Piece Sign Pen, Blue, 0.3mm 86 90.00 7,740.00 4 Piece Bar Soap 20 45.00 900.00 5 Piece Barrel Lock, 3" 10 200.00 2,000.00 6 Box Battery, Aa, Box (48's) 1 250.00 250.00 7 Box Battery, Aaa, Box (40's) 1 240.00 240.00 8 Piece Bisagra, 4" 10 100.00 1,000.00 9 Bottle Bleach Colorsafe, 3600 Ml 15 300.00 4,500.00 10 Bottle Bleach, 3785 Ml 20 200.00 4,000.00 11 Gallon Bleach, Gal 13 150.00 1,950.00 12 Piece Blue Drum 1 1,500.00 1,500.00 13 Piece Brown Envelope, A4 100 5.00 500.00 14 Piece Conference Notebook 86 190.00 16,340.00 15 Piece Correction Tape 86 30.00 2,580.00 16 Piece Coupling, 4" 3 200.00 600.00 17 Piece Cross Cut Saw 1 500.00 500.00 18 Dozen Detergent Powder, 65g Per Dozen 40 70.00 2,800.00 19 Kg Detergent, 2 Kg 8 250.00 2,000.00 20 Piece Diploma 420 22.00 9,240.00 21 Piece Diploma Jacket 420 58.00 24,360.00 22 Bottle Disinfectant Spray, 510 G 10 650.00 6,500.00 23 Piece Door Knob 25 200.00 5,000.00 24 Piece Doormat 40 35.00 1,400.00 25 Piece Double Sided Tape 300 45.00 13,500.00 26 Piece Dust Pan 36 100.00 3,600.00 27 Bottle Multi-purpose Glue, 130g 86 40.00 3,440.00 28 Piece Expanded Plastic Envelope, Long With Handle 86 180.00 15,480.00 29 Set Extension Wire, 10m, Heavy Duty Surface Type Extension Outlet, 3 Gang Outlet 50 500.00 25,000.00 30 Piece Feather Duster 18 100.00 1,800.00 31 Liter Fllorwax, Liquid, 1l 13 200.00 2,600.00 32 Piece Frame, A4 40 150.00 6,000.00 33 Meter Fringes, Green 150 25.00 3,750.00 34 Meter Fringes, Yellow 150 25.00 3,750.00 35 Pack Garbage Bag, L 200 20.00 4,000.00 36 Piece Gate Valve, Pvc, 3/4" 1 200.00 200.00 37 Piece Glue Stick, Small 286 5.00 1,430.00 38 Piece Hammer, Steel Handle 1 500.00 500.00 39 Piece Height Measurement 5 300.00 1,500.00 40 Piece Light Bulb, 15 Watts 45 150.00 6,750.00 41 Piece Masking Tape, 1" 86 120.00 10,320.00 42 Piece Medal Bronze 520 58.00 30,160.00 43 Piece Medal, Gold 170 58.00 9,860.00 44 Piece Medal, Silver 200 58.00 11,600.00 45 Piece Mesh Wire, 4x8 10 1,000.00 10,000.00 46 Piece Mop, Spin 26 300.00 7,800.00 47 Gallon Muriatic Acid, Gal 11 280.00 3,080.00 48 Kg Nails(4",3",2 1/2",2"1 1/2",1") 18 100.00 1,800.00 49 Pack Notepads, Pack 86 30.00 2,580.00 50 Piece Optimum, Opt-55a, Toner Cartridge 2 6,000.00 12,000.00 51 Piece Padlock 25 200.00 5,000.00 52 Piece Pail, 16l , Heavy Duty 13 250.00 3,250.00 53 Gallon Paint For Classroom ( Latex, Ivory Green) 20 800.00 16,000.00 54 Gallon Paint, Enamel Dark Gray (computer Tables) 3 800.00 2,400.00 55 Gallon Paint, White , Enamel Gallon 2 800.00 1,600.00 56 Gallon Paint, White, Latex 4 850.00 3,400.00 57 Piece Paintbrush 86 50.00 4,300.00 58 Box Paper Clip, Small, Box 86 25.00 2,150.00 59 Piece Pencil 186 10.00 1,860.00 60 Piece Permanent Marker Pen, Black 86 45.00 3,870.00 61 Piece Plastic Cover, Regular, Roll 5 950.00 4,750.00 62 Sheet Plywood, 1/4", Marine 10 450.00 4,500.00 63 Box Push Pin, Box 86 25.00 2,150.00 64 Piece Pvc Elbow, 4" 1 300.00 300.00 65 Piece Pvc Pipe, Blue, 3/4" 1 200.00 200.00 66 Piece Pvc Pipe, Orange,4" 5 300.00 1,500.00 67 Piece Rags 60 35.00 2,100.00 68 Spool Ribbon, Green 1/2", Spools 50 180.00 9,000.00 69 Spool Ribbon, Yellow 1/2", Spools 50 180.00 9,000.00 70 Piece Ruler 86 5.00 430.00 71 Piece Scissors 86 65.00 5,590.00 72 Piece Scothch Tape, 1" 86 70.00 6,020.00 73 Piece Sharpener 50 10.00 500.00 74 Piece Soft Broom 36 150.00 5,400.00 75 Box Staple Wire, #10, Box 86 15.00 1,290.00 76 Piece Stapler, #10, Heavy Duty 86 135.00 11,610.00 77 Piece Stick Broom 33 50.00 1,650.00 78 Sheet Sytrofoam Board, 75cmx35cmx2cm 20 200.00 4,000.00 79 Piece Tarpaulins 22 500.00 11,000.00 80 Box Thumbtacks 86 10.00 860.00 81 Set Tissue Paper, 12's 100 160.00 16,000.00 82 Pack Tissue, Pack 33 160.00 5,280.00 83 Piece Token Of Aprreciation 15 1,000.00 15,000.00 84 Piece Water Container, 100l 1 400.00 400.00 85 Piece Analog Weighing Scale, Max Capacity 120kg, High Accuracy, Heavy Duty 10 600.00 6,000.00 Total 343,760.00 Amount In Words: Three Hundred Fourty Three Thousand, Seven Hundred Sixty Pesos Only
Closing Date10 Jan 2025
Tender AmountPHP 343.7 K (USD 5.9 K)
Department Of Education Division Of Surigao Del Sur Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Cagbaoto Es, Bayabas, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Btl Cleaner, Toilet Bowl And Urinal 18 44.72 804.96 2 Pouch Detergent Powder, All Purpose 18 88.40 1,591.20 3 Pack/roll Trashbag, Medium Size 9 85.00 765.00 4 Unit Fire Extinguisher, Dry Chemical 6 1,398.80 8,392.80 5 Pc Philippine National Flag 4 284.84 1,139.36 6 Pc Monobloc Chair, White 30 372.32 11,169.60 7 Unit Monobloc Table, White 2 1,348.88 2,697.76 8 Unit Electric Fan, Ceiling Mount, Orbit Type 1 1,380.08 1,380.08 9 Unit Electric Fan, Stand Type 2 1,006.72 2,013.44 10 Unit External Hard Drive 1 3,018.08 3,018.08 11 Unit Multifunction Printer 1 11,400.00 11,400.00 12 Unit Wireless Bluetooth Speaker 1 20,900.00 20,900.00 13 Unit Biometric Machine 1 9,500.00 9,500.00 14 Btl Glue 130g 16 80.00 1,280.00 15 Box Staple Wire, Standard 9 62.00 558.00 16 Box Plastic Fastener 8 52.00 416.00 17 Pc Marker, Whiteboard, Black 10 10.40 104.00 18 Box Paper Clip, Vinly/plastic Coated, 33mm 10 10.00 100.00 19 Pair Scissors, Symmetrical/asymmetrical 8 41.60 332.80 20 Pack Cartolina, Assorted Colors 8 90.00 720.00 21 Ream Paper, Multicopy A4 290 220.00 63,800.00 22 Ream Paper, Multicopy Legal 50 230.00 11,500.00 23 Btl Ink Epson Magenta 27 37.21 1,004.67 24 Btl Ink Epson Cyan 27 160.54 4,334.58 25 Btl Ink Epson Yellow 27 160.54 4,334.58 26 Btl Ink Epson Black 48 160.54 7,705.92 27 Pc Ballpen Red & Black) 18 160.55 2,889.90 28 Roll Double Sided Tape 18 95.00 1,710.00 29 Pack Photo Paper Double Sided 5 50.00 250.00 30 Pack Vellum Paper 180gsm 25 320.00 8,000.00 31 Pack Photo Paper Double Sided 5 45.00 225.00 32 Ream Pvc Cover (a4) 8 320.00 2,560.00 33 Ream Neon Paper Assorted ( A4) 9 771.29 6,941.61 34 Pc Expanded Envelope Legal (red) 2 25.00 50.00 35 Pc Expanded Envelope Legal (orange) 2 25.00 50.00 36 Pc Expanded Envelope Legal (green) 2 25.00 50.00 37 Pc Expanded Envelope Legal (violet) 2 25.00 50.00 38 Pc Expanded Envelope Legal (yellow) 2 25.00 50.00 39 Pc Expanded Envelope Legal (brown) 2 25.00 50.00 40 Pc Expanded Folder Legal (pink) 2 25.00 50.00 41 Pc Expanded Folder Legal (blue) 2 25.00 50.00 42 Pc Expanded Folder Legal (red) 2 25.00 50.00 43 Pc Expanded Folder Legal (orange) 2 25.00 50.00 44 Pc Expanded Folder Legal (green) 2 25.00 50.00 45 Pc Expanded Folder Legal (violet) 2 25.00 50.00 46 Pc Expanded Folder Legal (yellow) 2 25.00 50.00 47 Pc Certificate Holder 31 75.00 2,325.00 48 Pc Plaque 1 1,050.00 1,050.00 49 Pc Medal (deped) 80 90.00 7,200.00 50 Mtr Cloth ( Alpha Gina) White 10 55.00 550.00 51 Mtr Cloth ( Alpha Gina) Royal Blue 10 55.00 550.00 52 Mtr Cloth ( Alpha Gina) Fuchia Pink 10 55.00 550.00 53 Mtr Cloth Printed (fuschia Pink) 5 55.00 275.00 54 Mtr Cloth (ethnic Design) 2 65.00 130.00 55 Box Thumbtacks 20 12.00 240.00 56 Pad Pins 30 10.00 300.00 57 Pack Metallic Balloons (100pcs) 3 600.00 1,800.00 58 Roll Ribbon No.9 (green,yellow,bue,red) 4 200.00 800.00 59 Pc Ribbon (graduates) 31 10.00 310.00 60 Pc Ribbon (parents) 31 10.00 310.00 61 Roll Ribbon No.15 (green,yellow,bue,red) 4 200.00 800.00 62 Pc Stick Glue 30 10.00 300.00 63 Roll Tassel (yellow) 1 700.00 700.00 64 Bundle Plastic Flowers And Leaves 1 4,000.00 4,000.00 65 Unit Tp Link 1 2,500.00 2,500.00 66 Mtr Tp Wire 20 35.00 700.00 67 Tube Shuttle Cock Xp2 2 1,580.00 3,160.00 68 Pc Lpg Tank (pycegas) 1 2,000.00 2,000.00 69 Pc Medal Ordinary 30 25.00 750.00 70 Pc Ring Binder 1 Inch 30 45.00 1,350.00 71 Pc Ring Binder 2 Inch 30 75.00 2,250.00 72 Pc Ring Binder 20mm 30 25.00 750.00 73 Pc Ring Binder 10mm 30 12.00 360.00 74 Box Sign Pen (0.5) (black) 2 550.00 1,100.00 75 Ream Colored Bondpaper A4 9 240.00 2,160.00 76 Mtr Hose With Faucet 30 55.00 1,650.00 77 Box Crayon 10 75.00 750.00 78 Pc Balloon Air Pump 3 100.00 300.00 79 Pc Glue Gun 2 350.00 700.00 80 Feet Tarpaulin For Graduation (plywood Size) 1 1,711.48 1,711.48 81 Bundle Floormat 1 2,497.36 2,497.36 82 Box Biogesic Paracetamol 8 200.00 1,600.00 83 Btl Efficascent Oil 8 48.00 384.00 84 Box Loperamide 8 200.00 1,600.00 85 Pc Gauze 2x2 8 70.00 560.00 86 Pc Plaster 8 50.00 400.00 87 Box Band Aide 1 115.75 115.75 88 Box Dicycloverin 5 80.00 400.00 89 Btl Betadine 8 60.00 480.00 Abc: 246,607.93
Closing Date17 Feb 2025
Tender AmountPHP 246.6 K (USD 4.2 K)
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 8.00 1.00 A. Low Bed Trailer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: 1.00 Lot Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 16.56 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 16.56 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 14.61 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 14.61 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing, Slab On Fill)" Quantity 6.09 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 6.09 M3 "structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 " Structural Concrete (footing Tie Beam, Wall Footing)" Quantity 3.24 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 3.24 M3 "structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 2.08 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 2.08 M3 "structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 1.69 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 1.69 M3 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 786.93 Kg Dpwh Standard Output Per Hour (oph)= 143.438 Kg 786.93 Kg "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 32.81 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 32.81 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 88.86 M2 Dpwh Standard Output Per Hour (oph)= 3.825 M2 88.86 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 177.72 M2 Dpwh Standard Output Per Hour (oph)= 7.125 M2 177.72 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 321.66 Kg Dpwh Standard Output Per Hour (oph)= 85 Kg 321.66 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 226.16 Kg Dpwh Standard Output Per Hour (oph)= 90.45 Kg 226.16 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure Accessories (sagrods) Quantity 4.00 Pc Dpwh Standard Output Per Hour (oph)= 1 Pc 4.00 Pc Metal Structure Accessories (sagrods) Direct Cost: A. Materials: 1.00 Pc A. Sagrod With Nuts And Bolts 1.00 Pc B. 16 Mm Plain Round Bar With 16 Mm Turn Buckle B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 56.00 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 56.00 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 22.00 M Dpwh Standard Output Per Hour (oph)= 10 M 22.00 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 8.00 M Dpwh Standard Output Per Hour (oph)= 11.8 M 8.00 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling Quantity 56.00 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 56.00 M2 4.5mm Fiber Cement Board On Metal Frame Ceiling Direct Cost: A. Materials: 0.37 Pc "a. 4.5mm Fiber Cement Board Plywood" 1.13 Pc "b.metal Furring 3m Length" 0.36 Pc C. Carrying Channels 1.00 Pc D. Hanger Bars/rod 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc H. 1" Metal Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1009 (1)a Jalousie Window (glass) Quantity 5.76 M2 Dpwh Standard Output Per Hour (oph)= 0.27 M2 5.76 M2 Jalousie Window (glass) Direct Cost: A. Materials: 1.00 M2 A.jalousie Window (glass B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions Quantity 2.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 2.00 Set Frames (jambs, Sill, Head, Transoms And Mullions Direct Cost: A. Materials: 1.00 Set A.jambs, Sill, Head, Transoms And Mullion B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 2.00 1.00 A. Construction Foreman 2.00 1.00 B. Skilled Laborer 2.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1010 (2)a Hollow Core Flush Door Quantity 3.78 M2 Dpwh Standard Output Per Hour (oph)= 0.32 M2 3.78 M2 Hollow Core Flush Door Direct Cost: A. Materials: 1.00 M2 A.hollow Core Flush Door B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= "1.00 " I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 2.00 Length A. Pvc Pipe Poly 3/4 20.00 Length B. Pvc Pipe Poly 1/2 2.00 Pcs C. Pvc Square Box Poly 5x5 30.00 Pcs D. Flexible Connector 1/2 5.00 Pcs E. Utility Box 2x4 10.00 Pcs F. Junction Box 4x4 2.00 Pcs G. 3/4 Ø Entrance Cap 4.00 Pcs H. Electrical Tape I. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 21.23 1.00 A. Construction Foreman 21.23 1.00 B. Skilled Laborer 21.23 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 70.00 M A. Thhn Wire Stranded # 8 1.00 Box B.thhn Wire Stranded # 12 40.00 M C. Thhn Wire Stranded # 10 1.00 Set D. Flush Type Single-gang Switch 0.00 Set E. Flush Type Two-gang Switch 1.00 Set F. Flush Type Three-gang Switch 3.00 Set G. Flush Type Outlet 3 Gang Universal H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 14.40 1.00 A. Construction Foreman 14.40 1.00 B. Skilled Laborer 14.40 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Pcs A. Panel Board Bolt On Type 4 Holes 1.00 Pcs B. 60 Amp. Plug-in Breaker 1.00 Pcs B. 30 Amp. Plug-in Breaker 0.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 12.00 Units A. Led Downlight 9w B. Manpower: Number Of Hours 12.00 1.00 A. Construction Foreman 12.00 1.00 B. Skilled Laborer 12.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)a Painting Works (masonry Painting) Quantity 156.12 M2 Dpwh Standard Output Per Hour (oph)= 2.1 M2 156.12 M2 Painting Works (masonry Painting) Direct Cost: A. Materials: 0.02 Gal A. Concrete Neutralizer 0.04 Gal B. Concrete Sealer/prime 0.05 Gal C. Patching Compound 0.08 Gal D. Semi Gloss Latex (two Coat Only) E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1018.00 Unglazed Tiles Quantity 30.00 M2 Dpwh Standard Output Per Hour (oph)= 1 .95 M2 30.00 M2 Unglazed Tiles Direct Cost: A. Materials: 1.05 M2 A. Unglazed Tiles 0.33 Bag B. Cement 0.03 M3 C.sand 0.13 Bag D. Tile Grout B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Closing Date4 Mar 2025
Tender AmountPHP 989.8 K (USD 17 K)
Court Of Appeals Tender
Others
Philippines
Details: Description Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare/lactation Room Of Court Of Appeals Amp-014-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No.: 1 Item Description: Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals Approved Budget For The Contract: ₱115,719.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 13, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No. Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5 Statement Of Compliance With The Must Be Duly Signed And Dated Technical Specifications By The Authorized Representative. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-014-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. Item Description Qty Unit Price Total Price 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Fifteen Thousand Seven Hundred Nineteen Pesos (php115,719.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirements; Item No. Item Description Qty 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case 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; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.
Closing Date13 Feb 2025
Tender AmountPHP 115.7 K (USD 1.9 K)
2581-2590 of 2660 archived Tenders