Plywood Tenders
Plywood Tenders
BARANGAY SACME, TANAUAN, LEYTE Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 800 K (USD 13.7 K)
Details: Description I. Construction Safety & Health Ii. Structure Excavation (common Soil) Iii. Gravel Bedding Iv. Structural Concrete For Footing And Slab On Fill V. Structural Concrete For Column, Suspended Slab & Beam Vi. Reinforcing Steel Of Reinforced Concrete Structures Vii. Formworks And Falseworks Viii. 6mm Marine Plywood On Metal Frame Ceiling Ix. Aluminum Glass Window (sliding/casement/awning/fixed Type) X. Wooden Doors And Pvc Doors Xi. Fabricated Metal Roofing Accessory (gutter/metal Fascia) Xii. Cement Plaster Finish Xiii. Painting Works (masonry Painting) Xiv. Painting Works (wood Painting) Xv. Painting Works (metal Painting) Xvi. Structural Steel Roof Framing And Truss Xvii. Structural Steel Purlins Xviii. Metal Structure Accessories Xix. 100mm Chb Non Load Bearing Xx. Electrical Works Xxi. Fabricated Metal Roofing Accessory Xxii. Plumbing Works Including Septic Tank Xxiii. Pre-painted Metal Sheets 1. Barangay Sacme, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Construction Of Tanod Outpost 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than March 5, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On March 5, 2025. 5. Barangay Sacme, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Sacme, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Efrel C. Bollena Bac Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Sacme, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Sacme, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p800,000.00);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On March 5, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Efrel C. Bollena Bac Chairman
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 310.1 K (USD 5.2 K)
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 310,183.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 2- Support Service Area: Speech Therapy And Language Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, 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. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 27, 2025, 9:00am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, Open Shelves 4x6 Ft 2 Set Sofa, Seating Capacity 2 Velvet: 100 % Polyester Frame Material Manufactured Wood Leg Material Manufactured Wood Seat Fill Material Foam Seat Construction Mdf Back Fill Material Foam Tufted Cushions Square Arm 1 Set Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) 4 Set Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) 1 Set Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System 1 Unit Book Shelves, Plywood Construction Cladded W/ High Pressured Laminate W/ Box 3880mm L X 400mm W X 1800mm H 2 Piece Small Table With Chairs, Kindergarden Table Heavy Duty Metal Legs 60cm X 120 Cm X 55 Cm Ht Php 2,500.00 Blue Color Rectangular Table 24x48 Php 2000 Chairs 34cm D X 35 Cm L X 28 Cm Ht X 52 Cm Total Ht. Php 400 .00 (4 Chairs) 1 Set White Board, Aluminum Frame, 4 X 8 Ft. Wall Mounted 1 Piece Table, Lockable Pu Casters Dia 65mm -18mm Thickness E1grade Mdf With Marble Color Pvc Veneer -powder Coated Aluminum Frame -class 3 Gas Lift Height Adjustable Range: 77-106cm -max Loading Capacity: 60kg -tabletop With I Pad Holders 2 Unit Floor Mats, Dimension: 1mx1mx24mm Material: Rubber Colors: Blue, Red, Orange, Yellow, Green, Brown, Grey, Black, Maroon 20 Piece Phonics Phones, Pack Of 16: Perfect For Classrooms. You Get 16 Whisper Phones For Classroom Reading. 4 From Each Color. Comes In Red, Purple, Green, & Pink. Our Phonic Phone Is A Great Addition To Your Phonic Manipulative Materials, Speech Therapy Toys For Kids Package Dimensions: 8.9 X 8.9 X 4.1 Inches Item Weight: 8.8 Ounces 1 Set Communication Boards, Book And Cards Specification: Binder Features Two Interior Storage Pockets For Loose Materials, Color Black, And It Measures 9x7.5 Convenient To Travel And Put In Your Child's Backpack Or Carry In Hand. Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut Safe For Little Hands From Scratching And Poking. 3 Set Augmentative Communication Systems, Pocket Go-talk 5-level Communication Device Five Message Buttons At 2.2cm X 3.8cm (7/8” X 1 1/2”) Five Recording Levels 4.16 Minutes Total Recording Time (10 Seconds Per Message) Dial Controlled Volume Button Excellent Sound Quality Two Aa Batteries Included Low Power Consumption Record And Level Lock Capable 7.6cm X 13.6cm X 3.8cm 212 Grams (7.5 Oz) 4 Unit Call Lights, With Many Colors: Red, Blue, Green Or Mix Different Color For Different Service Type It Can Work With 30 Transmitter In Max. With Separate Output Power Supply: Dc5v The Prompting Sound Can Be Turned On/off Dimension: 78*78*60mm Color: White 2 Unit Dry Erase Sleeves, Premium Materials: Dry Erase Pockets Are Durable And Durable, Which Can Withstand Lots Of Student Wear And Tear. Fantastic Idea: You Print Of The Alphabet And Kids Can Use A Dry Erase Marker To Trace The Letters. Oversize: The Width And Length Is 10 Inch * 13 Inch. The Large Size Makes It Easy To Slip Papers In And Out. Saving Money: Dry Erase Sleeves Save Money On Having To Re-purchase Workbooks For Each Child, And You Would Not Have To Print Much Paper No Residue: They Write And Wipe Off Well After The Kids Use Them. Moreover, Dry Erase Pockets Sleeves Are Definitely Long Lasting. 5 Set Wind Up Toys, Powered By A Metal Spring That Is Tightened By Turning It, Classical Funny Simple Games, Non-toxic And Odor-free. Perfect Gift For Kids Party Favors, Goodie Bags, Classroom Rewards, Stocking Stuffers, Easter Egg Stuffers. Clockwork Toy, Each Character Does A Different Trick Such As Swimming In Water, Flipping, Sliding, Spinning, Walking, Shaking Head Or Tail And Many More To Be Discovered. Wind-up Toys Measure About 2 Inch, Including Dinosaur, Egg, Cat, Bird, Caterpillar, Beetle And Car Etc. Package Content: 16 No Duplicate Wind Up Toys (contents And Color May Vary). Every One Of Them Has A Windup Mechanism. 1 Set Wordless Picture Books, Language: English Hardcover: 32 Pages Reading Age: 4 - 6 Years Item Weight: 1.28 Pounds Dimensions: 10.25 X 0.5 X 12 Inches 5 Piece File Folders, File 2 Rings 2" Thick Or 3" Thick From Cover To Cover Front, Inside And Back Cover Are All Same Cover Size: Long 14"l X 11"w X 3" Thick Color(s): Black, Blue, Green, Red 10 Piece Articulation Cards, 7 Illustrated Card Decks (448 Cards, 3¼" X 4¼") – Each Deck Of 32 Picture-word Card Pairs Targets A Specific Speech Sound - P, B, T, D, M, J, Includes Storage Tins In A Metal Tote, Master Word Lists, 50 Smiley Face Tokens, And Game Ideas Card Set 1, Card Set 2 And Card Set 3 3 Set Audio Voice Recorder, Dimensions (w X H X D) 38.3 X 114.1 X 19.3 Mm Weight 74gg Colour Black Recording Format: Dss Digital Speech Standard Digital Speech Standardmp3 Standard Playing: 35 Hr Built-in Microphone Yes Pc Connectivity Yes Expandable Memory Yes Features Frequency Response: 50 - 20000hz Connections: Usb Display: Yes Battery Type: Alkaline Aaa 2 Unit Basic Vocabulary Board, Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities! 2 Set Kidney-shape Table With Learner's Chair, Key Features Includes Four Stacking Chairs And One 36" X 72" Kidney-shaped Activity Table The 16" Seat Height Is Recommended For Fourth Through Sixth Grade Table Tabletop Material: 1 1/8" Thick Particleboard W/ Melamine Finish Edge Band Material: 3mm Pvc Leg Material: Powder-coated Tubular Steel Height: 21" - 30" Adjustable In 1" Increments Width: 36" Length: 72" Assembly Required Warranty: 10 Years Lead Time: Supply Chain Issues Are Effecting Lead Times. Need It Quickly? Please Call (877) 839-3330 To Confirm Shipping Timelines. Shipping Method: Ground Weight: 102.00 Pounds Table Height Adjusts From 21" - 30" Available In Several Color Combinations Chairs Suggested Grade Level: 4th - 6th Seat Material: Polypropylene Frame Material: 18-gauge Tubular Steel Frame Finish: Chrome Seat Height: 16" Fully Assembled Warranty: 10 Years 1 Set Abc = 310,183.00
Department Of Education Division Of San Juan City Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Name Of Project: Conversion Of Two Rooms Into Medical And Dental Facilities Approved Budget For The Contract: Five Hundred Thousand Pesos Only (php 500,000.00) Location: Schools Division Office, San Juan City Completion Period: 30 Calendar Days Interested Suppliers Are Required To Submit Their Quotation/s Together With The Following Documentary Requirements: 1. Philgeps Registration Number Or Philgeps Certificate Of Registration (platinum); 2. Sec/dti/cda Certificate Of Registration; 3. Valid And Current Mayor’s/business Permit 2025; 4. Tax Clearance Certificate / Bir Certificate Of Registration; 5. Original And Notarized Omnibus Sworn Statement (oss). Award Of Contract Shall Be Made To The Lowest Calculated And Most Responsive Quotation, Which Complies With The Minimum Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form In “annex B” And In The Technical Specifications Which Lists The Details Of The Requirements, As Indicated In “annex A". Submission Of Quotation And Eligibility Documents Is On Or Before 9:00 A.m. Of February 18, 2025, At The Records Unit, Ground Floor, Department Of Education – Schools Division Of San Juan City, Pinaglabanan St. San Juan City. Open Submission May Be Submitted Manually. Angelita P. Cornejo Chairperson, Bids And Awards Committee Annex A General Instructions To Suppliers: 1. This Request For Quotation (rfq) Form Is Deped's Standard Rfq To Be Used When Deped Solicits Quotations For The Procurement Of Goods And Services. It Is A Standard Template That Suppliers Must Follow In Order To Prepare And Submit Their Quotations For Consideration By Deped. 2. This Rfq Is Composed Of One (1) Lot. Suppliers Shall Submit Their Quote For One (1) Lot. 3. Suppliers Must Fill Out The Spaces With The Necessary And Correct Information Including The Offered Brand, Model, Make And Specifications, As Well As The Total Price Of The Item Or The Items In The Lot. They Shall Likewise Indicate The Total Price Of The Said Lot. 4. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes, Duties And/or Levies To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 5. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. The Rfq Form Must Be Duly Signed And Accomplished And Typewritten Or Written In Indelible Ink. Any Correction Made To The Prices, Rates Or To Any Information Shall Be Rewritten In Indelible Ink And Initialed By The Person Signing The Rfq Form. 7. Suppliers Shall Accomplish, Provide Correct And Accurate Information And Submit Request For Quotation (rfq) Form/ Abstract (annex “b”) Otherwise, Non- Submission Of Which Shall Result To Automatic Disqualification Of Proposal. 8. Documentary Requirements Must Be Properly Labeled. Bidders Must Personally Submit Their Sealed Quotation At The Records Unit, Ground Floor, Department Of Education – San Juan City Pinaglabanan St., San Juan City. 9. Program Of Works Are Indicated In “annex C”. 10. For Inquiries, Please Refer To Leovigilda G. Gempisao, Head, Bac Secretariat, Sdo-san Juan City. Contact No.: 02 8250 4528 Loc. No. 1018. Department Of Education National Capital Region Schools Division Office San Juan City Annex B (price Quotation Form) Bids And Awards Committee February 12, 2025 Closing Date February 18, 2025 Project Title: Conversion Of Two Rooms Into Medical And Dental Facilities The Bids And Award Committee Angelita P. Cornejo Bac-chairperson Department Of Education – San Juan City Pinaglabanan St. San Juan City Madam: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, I/we, The Undersigned Offer To Supply And Deliver The Following Items (with Our Unit Prices And Total Price): I.d. No Description Unit Qty Unit Cost Total Cost Grand Total Material Labor Material Labor General Requirements Mobilization/temporary Structures, Utilities And Safety And Health Lot 1.00 Safety And Health Lot 1.00 Sub-total 1.0000 Glass Works 6mm Thick Anneal Clear Glass On 1 3/4" X 3" Rectangular Tubular Framing With Snap-on-base And Cover Moldings, With Frosted Film Enclosure, Complete With Accessories And Fittings Sq.m 23.25 Sliding Door On Aluminum Frame With Frosted Film Enclosure, Complete With Accessories And Fittings Sq.m 3.78 Sub-total 2.0000 Carpentry Works Office Table And Overhang Cabinets Plywood 3/4" X 4' X 8' Pc 19.00 Formica Laminate, 6mm Pc 22.00 Edge Band Laminate Roll 7.00 Cwn, Assorted Kg 2.00 Clear Sliding Glass Sq.ft 23.22 Drawer Guide, Full Extension Pcs 10.00 Cabinet Lock Set 5.00 Panel Door With Glass Panes (0.90m X 2.10m) On 150mm Set 2.00 Flush Door Set 2.00 Sub-total 4.0000 Masonry Works Sq.m 1.69 Chb 4" Thk Pc 22.00 Portland Cement Bag 1.00 Washed Sand Cu.m 1.00 10mm X 6m Rsb Kg 3.00 G.i. Tie Wire Kg 1.00 Plastering Sq.m 3.38 Portland Cement Bag 2.00 Washed Sand Cu.m 1.00 Sub-total 5.0000 Plumbing Works Lavatory, Including Fittings And Accessories Set 1.00 Faucet, Lavatory Set 1.00 Water Closet 1.6gpf With Accessories Set 1.00 Water Closet Flange Set 1.00 Handheld Bidet Pc 1.00 Mirror Sq.ft 7.13 Double Bowl Kitchen Sink, Complete With Accessories And Fittings Set 1.00 Faucet, Sink Set 1.00 Waterline/plumbing Works Lot 1.00 Sub-total 6.0000 Painting Works Masonry Painting Sq.m 104.69 Neutralizer Gal 3.00 Latex, Flat Gal 9.00 Masonry Putty Gal 6.00 Latex, Semi Gloss Gal 9.00 Acri Color Gal 1.00 Steel Surface Sq.m 17.82 Primer, Epoxy Gal 1.00 Enamel, Quick Dry Gal 1.00 Paint Thinner Gal 1.00 Sub-total 10.0000 Electrical Works Roughing-ins Electrical Conduit Upvc, 20mmø Pcs 5.00 Utility Box, 2" X 4" G.i. Pcs 5.00 Wires And Fixtures 3.5mm2 Thhn Wire, Stranded M 50.00 Duplex Convenience Outlet, Grounding Type, 16a, 250v Set 5.00 2 Gang Wall Switches In One Switch Plate (16 Amp, 230v) Set 2.00 1-36w, 230v, 60hz, T5 Led Lighting Fixture, (box Type) Set 6.00 Sub-total 14.0000 Tile Works Chipping Works Sq.m 7.01 Wall Sq.m 4.76 14.0120 Glazed Wall Tiles 60cm X 60cm Pc 14.00 14.0300 Tile Adhesive 25kg/bag Bag 1.00 14.0400 Tile Trim 6mm Pc 3.00 14.0500 Tile Grout 5kg/bag Bag 1.00 Flooring Sq.m 2.25 Unglazed Floor Tiles 60cm X 60cm Pc 7.00 Tile Adhesive 25kg/bag Bag 1.00 Tile Grout 5kg/bag Bag 1.00 Sub-total 7.0000 Miscellaneous Works Demolition Of Existing Wall Sq.m 4.41 Removal And Reinstallation Of Existing Partition Lot 1.00 Installation Of Dental Chair Including Accessories And Fittings Lot 1.00 Sintra Board Signage (dental Clinic) Set 4.00 Flame Retardant Hospital Curtain Set 1.00 Curved Curtain Runners/tracks M 2.50 Black-out Pleated Blinds Including Accessories Set 1.00 Sub-total I Direct Cost Ii Indirect Cost 22% Of (i-gen.req.) Iii Tax 5% Of (i + Ii) Iv Total Construction Cost (i + Ii + Iii) The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Prepared By: ____________________________ Supplier’s Representative _________________________ Contact Number _________________________ Name Of Company Annex C Program Of Works Division: Sdo San Juan Date: School I.d: - Budget Allocation Php Region: Ncy Engineering And Administrative Overhead: Php Division: City Of San Juan Approved Budget For Contract: Php Project Title: Completion Period: 30 Calendar Days Project : Conversion Of Two Rooms Into Medical And Dental Clinics Minimum Required Manpower: General Foreman Carpenter Helper Labor Plan: Minimum Required Equipment: Location: Hand Tools Pinaglabanan St., San Juan City M.m Power Tools Item I.d. Item Description % Of Total Unit Quantity Total Cost Remarks Sdo Dental Clinic General Requirements Lot 1.00 1.0000 Glass Works Sq.m 27.03 2.0000 Carpentry Works Lot 1.00 4.0000 Masonry Works Sq.m 1.69 5.0000 Plumbing Works Lot 1.00 6.0000 Painting Works Sq.m 122.51 10.0000 Electrical Works Lot 1.00 14.0000 Tile Works Sq.m 7.01 7.0000 Miscellaneous Works Lot 1.00 Sub-total Ii. Indirect Cost 22% Of (1) Overhead Expenses (8%) Contingencies (3%) Miscellaneous (1%) Contractor’s Profit (10%) Sub-total Iii. Tax 5% Of (i+ii) Sub-total Iv. Total Construction Cost (i + Ii + Iii) Prepared: ____________________________ Authorized Representative Terms And Condition 1. Bidders Shall Provide Correct And Accurate Information In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Scope Of Works And Other Terms And Conditions Stated Herein. 6. The Quotation Of A Contractor Shall Include An Affidavit Of Site Inspection. 7. The Winning Contractor Is Hereby Required To Provide Within Ten (10) Calendar Days Upon Receipt Of The Notice Of Award (noa) The Performance Security In The Form And The Amount Stipulated In Section 39.2 Of The Irr Of Ra 9184. 8. Progress Payments Are Subject To Retention Of Ten Percent (10%) Referred To As The “retention Money” Which Shall Due For Release Upon Final Acceptance Of The Works. 9. The Contract Duration Is (15) Calendar Days, To Be Reckoned From The Date Of Receipt Of The Notice To Proceed. 10. Current Year Mayor’s/business Permit, Philgeps Registration Number, Income/business Tax Returns, Pcab License And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 11. Mode Of Payment A. 50% Progress Payment - Upon Submission Of Statement Of Work Accomplished (swa) B. Final Billing 12. The Sdo-san Juan Shall Have The Right To Inspect The Refurbishment Of Bulletin Corners ( 2nd To 4th Floor ) To Confirm Their Conformity To The Technical Specifications & Satisfaction The Scope Of Work. 13. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Contract Price Shall Be Imposed Per Day Of Delay. The Sdo-san Juan Shall Rescind The Contract One 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. The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ___________________________________ Name/signature Of Representative ____________________________________ Name Of Company
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
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 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) 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 Ls 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: 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 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: 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 B. Manpower: C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 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 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation 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 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) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 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 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.357 M3 15.03 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: 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 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 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: 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 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 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: 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 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 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: 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)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" 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: 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 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 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: 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 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 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 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: 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 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 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: 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) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing 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: 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 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 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 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: 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 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 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 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: 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) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 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: 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 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 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: 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 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 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: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 5.56 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% 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: 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 Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: 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 Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: 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 Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 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: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. 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: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
National Irrigation Administration Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 3 Million (USD 52.4 K)
Details: Description Invitation To Bid For Supply & Delivery Of Construction Materials For San Jose Cis (lot 1) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-restocis2025-024 (goods) Project Name : San Jose Cis Contract Location : Dipolog City, Zamboanga Del Norte Scope Of Works : Supply & Delivery Of Construction Materials Approved Budget For The Contract (abc) : Php 3,066,095.33 Contract Duration : 60 Calendar Days Amount Of Bidding Documents : Php 5,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 25% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : January 15 – February 3, 2025 At 8:30 Am Pre-bid Conference : January 22, 2025 At 9:00 Am Submission Of Bids : February 3, 2025 At 8:30 Am Opening Of Bids : February 3, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting January 15 – February 3, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 22 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 03 February 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/efs-insc-spc Opening Of Bids : Https://meet.google.com/uym-rhqx-qzk 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 No. Description Quantity Unit Total Delivered, Weeks/months 1 10mm Ø Rsb 602.00 Pcs 602.00 1st Month 2 Common Tei Wire (ctw) #16 25.00 Kg 25.00 1st Month 3 Portland Cement (40kg/bag) 300.00 Bags 525.00 1st Month 225.00 2nd Month 4 Find Aggregates 28.00 Cu.m. 28.00 1st Month 5 Coarse Aggregates 3/4'' 58.00 Cu.m. 58.00 1st Month 6 Coco Lumber 1,425.00 Bd.ft 1,425.00 1st Month 7 1/2'' Marine Plywood 72.00 Sheets 72.00 1st Month 8 Common Wire Nails (cwn) #2 38.00 Kg 38.00 1st Month 9 Common Wire Nails (cwn) #3 76.00 Kg 76.00 1st Month 10 Latex Paint Primer 28.00 Ltrs 28.00 1st Month 11 Gloss Latex Paint Assorted Colors 56.00 Ltrs 56.00 1st Month 12 Enamel Paint 5.00 Ltrs 5.00 1st Month 13 Paint Thinner 0.25 Gal 0.25 1st Month 14 Skim Coat (25kg/bags) 25.00 Bags 25.00 2nd Month 15 Paint Tray 3.00 Pcs 3.00 2nd Month 16 Paint Roller With Handle # 9" 5.00 Pcs 5.00 2nd Month 17 Paint Brush #4 5.00 Pcs 5.00 2nd Month 18 Paint Brush #2 3.00 Pcs 3.00 2nd Month 19 Paint Brush #1/2 3.00 Pcs 3.00 2nd Month 20 Bnc Male/female 1.00 Pcs 1.00 1st Month 21 Junction Box 4.00 Pcs 4.00 1st Month 22 Co-axial Wire 250.00 M 250.00 1st Month 23 G.i. Pipe:'50mm Dia. X 6m Length (schedule 40) 22.00 Pcs 22.00 1st Month 24 Inter-linked: 'hot Dip Zinc Galvanize Inter-linked, D: 5ftx10m, Hole Size: 5cm X 5cm, Wire Diameter: 3.3mm) 4.00 Roll 4.00 1st Month 25 Galvanize Barbed: 'wire 30cm Dia. 3.00 Roll 3.00 1st Month 26 Welding Rod #3016 25.00 Kg 25.00 1st Month 27 Cutt-off Wheel: '4" Cutt-off Wheel 5.00 Pcs 5.00 1st Month 28 Disk;'4" Grinding Disk 2.00 Pcs 2.00 1st Month 29 Cylindrical Hinge Heavy Duty: 4" 6.00 Pcs 6.00 1st Month 30 6"ø X 6m Upvc Blue Pipes W/ Complete Accessories 170.00 Pcs 271.00 1st Month 101.00 2nd Month 31 6"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 32 6"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 11.00 Pcs 11.00 1st Month 33 Pipe Cement Solvent 200cc 20.00 Can 20.00 1st Month 34 3"ø X 6m Upvc Blue Pipes W/ Complete Accessories 100.00 Pcs 167.00 1st Month 67.00 2nd Month 35 3"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 36 3"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 5.00 Pcs 5.00 1st Month 37 6'' Ø Flange Type Gate Valve 5.00 Pcs 5.00 1st Month 38 20 Mm Ø X 4'' Bolt & Washer 96.00 Set 96.00 1st Month 39 Conventional Boot Wall Opening 8.00 Pcs 8.00 1st Month 40 6'' Ø Ductile Iron Restrain Flange Connector 8.00 Unit 8.00 1st Month 41 6'' Ø Flange Type Ductile Iron Tee 2.00 Unit 2.00 1st Month 42 6''ø To 2''ø Pe Compression Saddle Clamp 2.00 Pcs 2.00 1st Month 43 2'' Ø Hdpe Pipe 6.00 M 6.00 1st Month 44 90 ̊ 2'' Ø Hdpe Compression Elbow 12.00 Pcs 12.00 1st Month 45 2'' Ø Hdpe Compression Tee 2.00 Pcs 2.00 1st Month 46 Hdpe Tee Reducer (2'' Ø To 0.50'' Ø) 4.00 Pcs 4.00 1st Month 47 90 ̊ 1/2'' Ø Gi Elbow 8.00 Pcs 8.00 1st Month 48 1/2'' Ø Gate Valve 8.00 Pcs 8.00 1st Month 49 1/2'' Ø Pipe Nipple (150cm L) 8.00 Pcs 8.00 1st Month 50 1/2'' Ø Polyethylene 400.00 M 800.00 1st Month 400.00 2nd Month 51 2''x2''x0.25''x 6m L Bar 2.00 Pcs 2.00 1st Month 52 2''x0.25''x6m Flat Bar 1.00 Pcs 1.00 1st Month 53 0.045'' Diamond Plate Steel Iron 2.00 Sheets 2.00 1st Month 54 4'' Heavy Duty Metal Hinge 9.00 Pcs 9.00 1st Month 55 Plastic Canvass 100.00 M 100.00 1st Month 56 Nylon #100 2.00 Kg 2.00 1st Month 57 Rubber Boots 30.00 Pair 30.00 1st Month 58 Working Gloves 30.00 Pair 30.00 1st Month 59 Safety Helmet/hard Hat 30.00 Pcs 30.00 1st Month
National Irrigation Administration Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3 Million (USD 52.8 K)
Details: Description Invitation To Bid For Supply & Delivery Of Construction Materials For San Jose Cis The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-restocis2025-017 (goods) Project Name : San Jose Cis Contract Location : Dipolog City, Zamboanga Del Norte Scope Of Works : Supply & Delivery Of Construction Materials Approved Budget For The Contract (abc) : Php 3,097,845.33 Contract Duration : 60 Calendar Days Amount Of Bidding Documents : Php 5,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 25% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/juh-znyf-mbg Opening Of Bids : Https://meet.google.com/kwm-bvjs-ems Item No. Description Quantity Unit Total Delivered, Weeks/months 1 10mm Ø Rsb 602.00 Pcs 602.00 1st Month 2 Common Tei Wire (ctw) #16 25.00 Kg 25.00 1st Month 3 Portland Cement (40kg/bag) 300.00 Bags 525.00 1st Month 225.00 2nd Month 4 Find Aggregates 28.00 Cu.m. 28.00 1st Month 5 Coarse Aggregates 3/4'' 58.00 Cu.m. 58.00 1st Month 6 Coco Lumber 1,425.00 Bd.ft 1,425.00 1st Month 7 1/2'' Marine Plywood 72.00 Sheets 72.00 1st Month 8 Common Wire Nails (cwn) #2 38.00 Kg 38.00 1st Month 9 Common Wire Nails (cwn) #3 76.00 Kg 76.00 1st Month 10 Latex Paint Primer 28.00 Ltrs 28.00 1st Month 11 Gloss Latex Paint Assorted Colors 56.00 Ltrs 56.00 1st Month 12 Enamel Paint 5.00 Ltrs 5.00 1st Month 13 Paint Thinner 0.25 Gal 0.25 1st Month 14 Skim Coat (25kg/bags) 25.00 Bags 25.00 2nd Month 15 Paint Tray 3.00 Pcs 3.00 2nd Month 16 Paint Roller With Handle # 9" 5.00 Pcs 5.00 2nd Month 17 Paint Brush #4 5.00 Pcs 5.00 2nd Month 18 Paint Brush #2 3.00 Pcs 3.00 2nd Month 19 Paint Brush #1/2 3.00 Pcs 3.00 2nd Month 20 Cctv Camera, Hd Dvr (4 Channel), Hd Camera 4 Pcs (2.0mega Pixel) Free Wire Per Camera (20meters), 19 Inches Monetor Aoc And 1tb Hdd Storage & Complete Accessories 1.00 Set 1.00 1st Month 21 Bnc Male/female 1.00 Pcs 1.00 1st Month 22 Power Supply 1.00 Pcs 1.00 1st Month 23 Ups 650va 1.00 Pcs 1.00 1st Month 24 Avr 1.00 Pcs 1.00 1st Month 25 Junction Box 4.00 Pcs 4.00 1st Month 26 Co-axial Wire 250.00 M 250.00 1st Month 27 G.i. Pipe:'50mm Dia. X 6m Length (schedule 40) 22.00 Pcs 22.00 1st Month 28 Inter-linked: 'hot Dip Zinc Galvanize Inter-linked, D: 5ftx10m, Hole Size: 5cm X 5cm, Wire Diameter: 3.3mm) 4.00 Roll 4.00 1st Month 29 Galvanize Barbed: 'wire 30cm Dia. 3.00 Roll 3.00 1st Month 30 Welding Rod #3016 25.00 Kg 25.00 1st Month 31 Cutt-off Wheel: '4" Cutt-off Wheel 5.00 Pcs 5.00 1st Month 32 Disk;'4" Grinding Disk 2.00 Pcs 2.00 1st Month 33 Cylindrical Hinge Heavy Duty: 4" 6.00 Pcs 6.00 1st Month 34 6"ø X 6m Upvc Blue Pipes W/ Complete Accessories 170.00 Pcs 271.00 1st Month 101.00 2nd Month 35 6"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 36 6"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 11.00 Pcs 11.00 1st Month 37 Pipe Cement Solvent 200cc 20.00 Can 20.00 1st Month 38 3"ø X 6m Upvc Blue Pipes W/ Complete Accessories 100.00 Pcs 167.00 1st Month 67.00 2nd Month 39 3"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 40 3"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 5.00 Pcs 5.00 1st Month 41 6'' Ø Flange Type Gate Valve 5.00 Pcs 5.00 1st Month 42 20 Mm Ø X 4'' Bolt & Washer 96.00 Set 96.00 1st Month 43 Conventional Boot Wall Opening 8.00 Pcs 8.00 1st Month 44 6'' Ø Ductile Iron Restrain Flange Connector 8.00 Unit 8.00 1st Month 45 6'' Ø Flange Type Ductile Iron Tee 2.00 Unit 2.00 1st Month 46 6''ø To 2''ø Pe Compression Saddle Clamp 2.00 Pcs 2.00 1st Month 47 2'' Ø Hdpe Pipe 6.00 M 6.00 1st Month 48 90 ̊ 2'' Ø Hdpe Compression Elbow 12.00 Pcs 12.00 1st Month 49 2'' Ø Hdpe Compression Tee 2.00 Pcs 2.00 1st Month 50 Hdpe Tee Reducer (2'' Ø To 0.50'' Ø) 4.00 Pcs 4.00 1st Month 51 90 ̊ 1/2'' Ø Gi Elbow 8.00 Pcs 8.00 1st Month 52 1/2'' Ø Gate Valve 8.00 Pcs 8.00 1st Month 53 1/2'' Ø Pipe Nipple (150cm L) 8.00 Pcs 8.00 1st Month 54 1/2'' Ø Polyethylene 400.00 M 800.00 1st Month 400.00 2nd Month 55 2''x2''x0.25''x 6m L Bar 2.00 Pcs 2.00 1st Month 56 2''x0.25''x6m Flat Bar 1.00 Pcs 1.00 1st Month 57 0.045'' Diamond Plate Steel Iron 2.00 Sheets 2.00 1st Month 58 4'' Heavy Duty Metal Hinge 9.00 Pcs 9.00 1st Month 59 Plastic Canvass 100.00 M 100.00 1st Month 60 Nylon #100 2.00 Kg 2.00 1st Month 61 Rubber Boots 30.00 Pair 30.00 1st Month 62 Working Gloves 30.00 Pair 30.00 1st Month 63 Safety Helmet/hard Hat 30.00 Pcs 30.00 1st Month
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
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 6.00 1.00 A. Backhoe (0.80 Mᶾ) 6.00 1.00 B. Dumptruck (12 Ydᶾ) 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 Days 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: 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. B.7(2) Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set D. First Aid Kit B. Manpower: Number Of Days 14.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: 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 B. Manpower: - Building Permit Processing Fees C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 43.41 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 43.41 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) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 39.57 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 39.57 M3 Embankment From Structure Excavation 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 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) 804(4) Gravel Bedding Quantity 3.81 M3 Dpwh Standard Output Per Day (opd)= 1.20 M3 3.81 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: 1.05 M3 A. Plate Compactor (5 Hp) 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 15.03 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 15.03 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 Days 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: 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 2.56 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.56 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 Days 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: 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 5.42 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 5.42 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 Days 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: 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 3.90 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 3.90 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 Days 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: 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)c6 "structural Concrete (suspended Slab)" Quantity 2.09 M3 Dpwh Standard Output Per Day (opd)= 0.270 M3 2.09 M3 " Structural Concrete (suspended Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Days 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: 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 3,947.39 Kg Dpwh Standard Output Per Day (opd)= 143.44 Kg 3947.39 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 Days 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: 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 56.65 M2 Dpwh Standard Output Per Day (opd)= 3.24 M2 56.65 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 Days 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: 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 188.21 M2 Dpwh Standard Output Per Day (opd)= 3.825 M2 188.21 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 Days 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: 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) 1016(1)a Waterproofing Cement Base Quantity 12.54 M2 Dpwh Standard Output Per Day (opd)= 1.875 M2 12.54 M2 Waterproofing Cement Base Direct Cost: A. Materials: 1.05 M2 A. Cement-based Waterproofing B. Manpower: Number Of Days 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: 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 507.84 Kg Dpwh Standard Output Per Day (opd)= 85.00 Kg 507.84 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 Days 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: 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 Purtins Quantity 200.46 Kg Dpwh Standard Output Per Day (opd)= 90.45 Kg 200.46 Kg Structural Steel Purtins 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 Days 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: 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) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 48.00 M2 Dpwh Standard Output Per Day (opd)= 2.769 M2 48.00 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 Days 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: 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 54.76 M Dpwh Standard Output Per Day (opd)= 10.00 M 54.76 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 Days 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: 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 7.76 M Dpwh Standard Output Per Day (opd)= 11.80 M 7.76 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 Days 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: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) "reflective Insulation" Quantity 50.00 M2 Dpwh Standard Output Per Day (opd)= 50.00 M2 50.00 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 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: 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 Day (opd)= "1.00 I.s." 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: 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 Day (opd)= 1.00 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 200.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 1.00 Set D. Single-gang Switch 4.00 Set E. Two-gang Switch 2.00 Set F. Three-gang Switch 13.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Days 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: 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 Day (opd)= 1 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 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 Days 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: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 Ls Sewer Line Work Direct Cost: A. Materials: 7.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 3.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 8.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 2.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 2.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 1.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 6.00 Pcs H. Pvc Coupling (50mm D) 2.00 Pcs I. Pvc Coupling3 (101mm D) 1.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 2.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) M. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Storm Drainage And Downspout Direct Cost: A. Materials: 8.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 9.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 5.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Day (opd)= "1.00 I.s." 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 5.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 5.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 10.00 Pcs C.13 Mm Ø Ppr Elbow 10.00 Pcs D.13 Mm Ø Ppr Coupling 2.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 5.00 Pcs G.13 Mm Ø Ppr Tee H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 58.55 M2 Dpwh Standard Output Per Day (opd)= 2.00 M2 58.55 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Days 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: Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 705.6 K (USD 12.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office San Isidro, Cabanatuan City February 27, 2025 Notice Of Procurement Thru Alternative Methods Notice Is Hereby Given That The Department Of Public Works And Highways, Nueva Ecija 2nd District Engineering Office Through The Bids And Awards Committee (bac) Is Undertaking The Procurement Of The Hereunder Goods Thru Negotiated Procurement (small Value Procurement) In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of R.a. 1984, To Wit. Contract Id No./ Purchase Request No. Description Amount Id No. 25gcf03 / Pr No. 2025020022 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings P 705,691.00 Leonora J. Cruz Bac Chairman Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Ijk Mae Construction Inc. Address : Cabanatuan City Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price Materials 1 Boysen Paint Permacoat B-701 Flat Latex White 1 Gal. 8 Set 2 Boysen Paint Permacoat B-701 Glossy Latex Off-white 1 Gal. 5 Set 3 Boysen Paint Permacoat B-701 Primer Latex White 1 Gal. 5 Set 4 Boysen Paint B-701 Primer Enamel Gray Color 1 Gal. 1 Set 5 Boysen Paint B-701 Primer Enamel White Color 1 Gal. 1 Set 6 Abc 25kg Multilayer Paperbag Skimcoat Original 15 Sq.m 7 120-grit Sandpaper 100 Set 8 White Gasa Tape 4 Inch 10 Set 9 Ingco 4-inch Mini Cylinder Brush Paint Roller (inner Wall) 5 Set 10 Paint Tray With Roller Model : 13843 14" X 2" X 11" 5 Set 11 Wpc Slat (fluted) Wall Panel (wooden Texture) 25 Sq.m 12 Polygranite Marble Uv Wpc Spc Board Pvc Marble Sheet High Glossy 4x8" 25 Sq.m 13 Stikwel Parquet Glue 500gm. 5 Set 14 Polystyrene Baseboard 0.83in X 4.3in X 8ft 35 Set 15 Shera Fiber Cement Board 4.5mmx4x8 206/crt 45 Sq.m 16 Metal Furring Double (1x2).40mmx19mmx50mmx5m 85 Set 17 Metal Furring Double (2x2).50mmx35mmx64mmx5m 10 Set 18 Metal Wall Angle (1x1).30mmx30mmx.40mmx5m 50 Set 19 W-clip / Metal Furring Clip 500 Set 20 Pvc Slat Ceiling Panel 7x180x2950mm 35 Sq.m 21 Pioneer Non-sag Epoxy Adhesive 1 Liter 2 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 1 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Ijk Mae Construction Inc. Address : Cabanatuan City Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 22 Baseboard Pvc 2920 X 100(mm)x14(mm) 35 Set 23 Concrete Nails 38mm 1-1/2" 3 Set 24 Buildmate Polonet Aluminum Blind Rivets 1/8"x1/2" 5 Set 25 Polystyrene Cornice 0.83in X 4.3in X 8ft 50 Set 26 Recessed Downlight Fixture With Led 12 Watts 20 Set 27 Recessed Downlight Fixture With Led 5 Watts 8 Set 28 Led Recessed Square Downlight 60x60m 8 Set 29 Led Recessed Square Downlight 30x60m 8 Set 30 Pendant Light 118x20x4cm 72 Watts 4 Set 31 Pendant Light 118x7x4cm 28 Watts 4 Set 32 Led Strip Light (white) 50 Lm 33 Led Strip Light (warm White) 50 Lm 34 Royu 2 Gang Switch White Color 10 Set 35 Royu 3 Gang Switch White Color 15 Set 36 Royu 3 Gang Convience Outlet White Color 15 Set 37 Orange Flexible Hose Electrical 250 Lm 38 Cable Tie 3.6mmx6" 10 Set 39 Orange Utility Box 12cmx5.8cmx4.4cm 20 Set 40 Orange Pvc Pipe (elec.) 1/4"x3mm(thick)x5m. 10 Set 41 Orange Pvc Pipe Elbow 90deg. (elec) 1/4"x3mm 25 Set 42 Stranded Wire # 12 4 Lm 43 Electrical Tape 5 Set 44 45mm Thick Single Leaf, Single Swing, Flash Door 3 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 2 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Ijk Mae Construction Inc. Address : Cabanatuan City Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 45 45mm Thick Single Panel Swing Door With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 46 Wpc Slat (fluted) Wall Panel (wooden Texture) 6 Lm 47 1 X 1 Tubular Door With Painted Coated Selected Color 2 Set 48 45mm Thick Sliding Window With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 49 Plywood Wood Veneer In Selected Design 4 X 8ft. 10 Set 50 Flower Box With Plants 3 Set 51 Console Modular Cabinet 2 Set 52 Office Table Selected Finished 3 Set 53 Frame Painting 2 Set 54 60x60 Ceramic Tiles - Client Selected Design 6 Sq.m 55 Sentry Safe Model - Sfw123gtc 13.8"hx12.6"wx11.6"d 1 Set -x-x-x- Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 3 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : R.d. Talens Construction And Trading Address : Cabanatuan City Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price Materials 1 Boysen Paint Permacoat B-701 Flat Latex White 1 Gal. 8 Set 2 Boysen Paint Permacoat B-701 Glossy Latex Off-white 1 Gal. 5 Set 3 Boysen Paint Permacoat B-701 Primer Latex White 1 Gal. 5 Set 4 Boysen Paint B-701 Primer Enamel Gray Color 1 Gal. 1 Set 5 Boysen Paint B-701 Primer Enamel White Color 1 Gal. 1 Set 6 Abc 25kg Multilayer Paperbag Skimcoat Original 15 Sq.m 7 120-grit Sandpaper 100 Set 8 White Gasa Tape 4 Inch 10 Set 9 Ingco 4-inch Mini Cylinder Brush Paint Roller (inner Wall) 5 Set 10 Paint Tray With Roller Model : 13843 14" X 2" X 11" 5 Set 11 Wpc Slat (fluted) Wall Panel (wooden Texture) 25 Sq.m 12 Polygranite Marble Uv Wpc Spc Board Pvc Marble Sheet High Glossy 4x8" 25 Sq.m 13 Stikwel Parquet Glue 500gm. 5 Set 14 Polystyrene Baseboard 0.83in X 4.3in X 8ft 35 Set 15 Shera Fiber Cement Board 4.5mmx4x8 206/crt 45 Sq.m 16 Metal Furring Double (1x2).40mmx19mmx50mmx5m 85 Set 17 Metal Furring Double (2x2).50mmx35mmx64mmx5m 10 Set 18 Metal Wall Angle (1x1).30mmx30mmx.40mmx5m 50 Set 19 W-clip / Metal Furring Clip 500 Set 20 Pvc Slat Ceiling Panel 7x180x2950mm 35 Sq.m 21 Pioneer Non-sag Epoxy Adhesive 1 Liter 2 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 1 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : R.d. Talens Construction And Trading Address : Cabanatuan City Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 22 Baseboard Pvc 2920 X 100(mm)x14(mm) 35 Set 23 Concrete Nails 38mm 1-1/2" 3 Set 24 Buildmate Polonet Aluminum Blind Rivets 1/8"x1/2" 5 Set 25 Polystyrene Cornice 0.83in X 4.3in X 8ft 50 Set 26 Recessed Downlight Fixture With Led 12 Watts 20 Set 27 Recessed Downlight Fixture With Led 5 Watts 8 Set 28 Led Recessed Square Downlight 60x60m 8 Set 29 Led Recessed Square Downlight 30x60m 8 Set 30 Pendant Light 118x20x4cm 72 Watts 4 Set 31 Pendant Light 118x7x4cm 28 Watts 4 Set 32 Led Strip Light (white) 50 Lm 33 Led Strip Light (warm White) 50 Lm 34 Royu 2 Gang Switch White Color 10 Set 35 Royu 3 Gang Switch White Color 15 Set 36 Royu 3 Gang Convience Outlet White Color 15 Set 37 Orange Flexible Hose Electrical 250 Lm 38 Cable Tie 3.6mmx6" 10 Set 39 Orange Utility Box 12cmx5.8cmx4.4cm 20 Set 40 Orange Pvc Pipe (elec.) 1/4"x3mm(thick)x5m. 10 Set 41 Orange Pvc Pipe Elbow 90deg. (elec) 1/4"x3mm 25 Set 42 Stranded Wire # 12 4 Lm 43 Electrical Tape 5 Set 44 45mm Thick Single Leaf, Single Swing, Flash Door 3 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 2 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : R.d. Talens Construction And Trading Address : Cabanatuan City Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 45 45mm Thick Single Panel Swing Door With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 46 Wpc Slat (fluted) Wall Panel (wooden Texture) 6 Lm 47 1 X 1 Tubular Door With Painted Coated Selected Color 2 Set 48 45mm Thick Sliding Window With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 49 Plywood Wood Veneer In Selected Design 4 X 8ft. 10 Set 50 Flower Box With Plants 3 Set 51 Console Modular Cabinet 2 Set 52 Office Table Selected Finished 3 Set 53 Frame Painting 2 Set 54 60x60 Ceramic Tiles - Client Selected Design 6 Sq.m 55 Sentry Safe Model - Sfw123gtc 13.8"hx12.6"wx11.6"d 1 Set -x-x-x- Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 3 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Juatco's General Merchandizing Address : San Leonardo, Nueva Ecija Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price Materials 1 Boysen Paint Permacoat B-701 Flat Latex White 1 Gal. 8 Set 2 Boysen Paint Permacoat B-701 Glossy Latex Off-white 1 Gal. 5 Set 3 Boysen Paint Permacoat B-701 Primer Latex White 1 Gal. 5 Set 4 Boysen Paint B-701 Primer Enamel Gray Color 1 Gal. 1 Set 5 Boysen Paint B-701 Primer Enamel White Color 1 Gal. 1 Set 6 Abc 25kg Multilayer Paperbag Skimcoat Original 15 Sq.m 7 120-grit Sandpaper 100 Set 8 White Gasa Tape 4 Inch 10 Set 9 Ingco 4-inch Mini Cylinder Brush Paint Roller (inner Wall) 5 Set 10 Paint Tray With Roller Model : 13843 14" X 2" X 11" 5 Set 11 Wpc Slat (fluted) Wall Panel (wooden Texture) 25 Sq.m 12 Polygranite Marble Uv Wpc Spc Board Pvc Marble Sheet High Glossy 4x8" 25 Sq.m 13 Stikwel Parquet Glue 500gm. 5 Set 14 Polystyrene Baseboard 0.83in X 4.3in X 8ft 35 Set 15 Shera Fiber Cement Board 4.5mmx4x8 206/crt 45 Sq.m 16 Metal Furring Double (1x2).40mmx19mmx50mmx5m 85 Set 17 Metal Furring Double (2x2).50mmx35mmx64mmx5m 10 Set 18 Metal Wall Angle (1x1).30mmx30mmx.40mmx5m 50 Set 19 W-clip / Metal Furring Clip 500 Set 20 Pvc Slat Ceiling Panel 7x180x2950mm 35 Sq.m 21 Pioneer Non-sag Epoxy Adhesive 1 Liter 2 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 1 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Juatco's General Merchandizing Address : San Leonardo, Nueva Ecija Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 22 Baseboard Pvc 2920 X 100(mm)x14(mm) 35 Set 23 Concrete Nails 38mm 1-1/2" 3 Set 24 Buildmate Polonet Aluminum Blind Rivets 1/8"x1/2" 5 Set 25 Polystyrene Cornice 0.83in X 4.3in X 8ft 50 Set 26 Recessed Downlight Fixture With Led 12 Watts 20 Set 27 Recessed Downlight Fixture With Led 5 Watts 8 Set 28 Led Recessed Square Downlight 60x60m 8 Set 29 Led Recessed Square Downlight 30x60m 8 Set 30 Pendant Light 118x20x4cm 72 Watts 4 Set 31 Pendant Light 118x7x4cm 28 Watts 4 Set 32 Led Strip Light (white) 50 Lm 33 Led Strip Light (warm White) 50 Lm 34 Royu 2 Gang Switch White Color 10 Set 35 Royu 3 Gang Switch White Color 15 Set 36 Royu 3 Gang Convience Outlet White Color 15 Set 37 Orange Flexible Hose Electrical 250 Lm 38 Cable Tie 3.6mmx6" 10 Set 39 Orange Utility Box 12cmx5.8cmx4.4cm 20 Set 40 Orange Pvc Pipe (elec.) 1/4"x3mm(thick)x5m. 10 Set 41 Orange Pvc Pipe Elbow 90deg. (elec) 1/4"x3mm 25 Set 42 Stranded Wire # 12 4 Lm 43 Electrical Tape 5 Set 44 45mm Thick Single Leaf, Single Swing, Flash Door 3 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 2 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Juatco's General Merchandizing Address : San Leonardo, Nueva Ecija Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 45 45mm Thick Single Panel Swing Door With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 46 Wpc Slat (fluted) Wall Panel (wooden Texture) 6 Lm 47 1 X 1 Tubular Door With Painted Coated Selected Color 2 Set 48 45mm Thick Sliding Window With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 49 Plywood Wood Veneer In Selected Design 4 X 8ft. 10 Set 50 Flower Box With Plants 3 Set 51 Console Modular Cabinet 2 Set 52 Office Table Selected Finished 3 Set 53 Frame Painting 2 Set 54 60x60 Ceramic Tiles - Client Selected Design 6 Sq.m 55 Sentry Safe Model - Sfw123gtc 13.8"hx12.6"wx11.6"d 1 Set -x-x-x- Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 3 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Address : Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price Materials 1 Boysen Paint Permacoat B-701 Flat Latex White 1 Gal. 8 Set 2 Boysen Paint Permacoat B-701 Glossy Latex Off-white 1 Gal. 5 Set 3 Boysen Paint Permacoat B-701 Primer Latex White 1 Gal. 5 Set 4 Boysen Paint B-701 Primer Enamel Gray Color 1 Gal. 1 Set 5 Boysen Paint B-701 Primer Enamel White Color 1 Gal. 1 Set 6 Abc 25kg Multilayer Paperbag Skimcoat Original 15 Sq.m 7 120-grit Sandpaper 100 Set 8 White Gasa Tape 4 Inch 10 Set 9 Ingco 4-inch Mini Cylinder Brush Paint Roller (inner Wall) 5 Set 10 Paint Tray With Roller Model : 13843 14" X 2" X 11" 5 Set 11 Wpc Slat (fluted) Wall Panel (wooden Texture) 25 Sq.m 12 Polygranite Marble Uv Wpc Spc Board Pvc Marble Sheet High Glossy 4x8" 25 Sq.m 13 Stikwel Parquet Glue 500gm. 5 Set 14 Polystyrene Baseboard 0.83in X 4.3in X 8ft 35 Set 15 Shera Fiber Cement Board 4.5mmx4x8 206/crt 45 Sq.m 16 Metal Furring Double (1x2).40mmx19mmx50mmx5m 85 Set 17 Metal Furring Double (2x2).50mmx35mmx64mmx5m 10 Set 18 Metal Wall Angle (1x1).30mmx30mmx.40mmx5m 50 Set 19 W-clip / Metal Furring Clip 500 Set 20 Pvc Slat Ceiling Panel 7x180x2950mm 35 Sq.m 21 Pioneer Non-sag Epoxy Adhesive 1 Liter 2 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 1 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Address : Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 22 Baseboard Pvc 2920 X 100(mm)x14(mm) 35 Set 23 Concrete Nails 38mm 1-1/2" 3 Set 24 Buildmate Polonet Aluminum Blind Rivets 1/8"x1/2" 5 Set 25 Polystyrene Cornice 0.83in X 4.3in X 8ft 50 Set 26 Recessed Downlight Fixture With Led 12 Watts 20 Set 27 Recessed Downlight Fixture With Led 5 Watts 8 Set 28 Led Recessed Square Downlight 60x60m 8 Set 29 Led Recessed Square Downlight 30x60m 8 Set 30 Pendant Light 118x20x4cm 72 Watts 4 Set 31 Pendant Light 118x7x4cm 28 Watts 4 Set 32 Led Strip Light (white) 50 Lm 33 Led Strip Light (warm White) 50 Lm 34 Royu 2 Gang Switch White Color 10 Set 35 Royu 3 Gang Switch White Color 15 Set 36 Royu 3 Gang Convience Outlet White Color 15 Set 37 Orange Flexible Hose Electrical 250 Lm 38 Cable Tie 3.6mmx6" 10 Set 39 Orange Utility Box 12cmx5.8cmx4.4cm 20 Set 40 Orange Pvc Pipe (elec.) 1/4"x3mm(thick)x5m. 10 Set 41 Orange Pvc Pipe Elbow 90deg. (elec) 1/4"x3mm 25 Set 42 Stranded Wire # 12 4 Lm 43 Electrical Tape 5 Set 44 45mm Thick Single Leaf, Single Swing, Flash Door 3 Set Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 2 Of 3 Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office Regional Office Iii San Isidro, Cabanatuan City Name Of Procuring Entity : Ne 2nd Deo Request For Quotation (pr No.) : 2025020022 Revised On : Date : February 24, 2025 Standard Form/title : Request For Quotation Office/end-user : Maintenance Section Company Name : Address : Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m.of March 3, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat, Nueva Ecija 2nd District Engineering Office, San Isidro, Cabanatuan City. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Leonora J. Cruz Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Bac Chairperson 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Supplier Must Quote For All Of The Items, Any Erasure, Correction Or Alteration Made By The Supplier In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration Certificate, Mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product (if Applicable) 7. Please Indicate The Brand For Each Items Being Offered. (if Applicable) 8. Tax Clearance From The Bureau Of Internal Revenue As Well As A Copy Of Its Income And Business Tax Returns Duly Stamped And Received By The Bureau Of Internal Revenue And Duly Validated With The Tax Payments Made Thereon. (if Applicable) 9. The Approved Budget Ceiling For The Procurement Is P 705,691.00 . Contract Id/contract Name: 25gcf03 Procurement Of Materials To Be Used In Activity 503 - Indirect Cost Work Or Expenses, Maintenance Of Buildings Item No. Items & Description Qty. Unit Unit Price Total Price 45 45mm Thick Single Panel Swing Door With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 46 Wpc Slat (fluted) Wall Panel (wooden Texture) 6 Lm 47 1 X 1 Tubular Door With Painted Coated Selected Color 2 Set 48 45mm Thick Sliding Window With 8mm Thick Tempered Glass On Powder Coated Aluminum Frame 2 Set 49 Plywood Wood Veneer In Selected Design 4 X 8ft. 10 Set 50 Flower Box With Plants 3 Set 51 Console Modular Cabinet 2 Set 52 Office Table Selected Finished 3 Set 53 Frame Painting 2 Set 54 60x60 Ceramic Tiles - Client Selected Design 6 Sq.m 55 Sentry Safe Model - Sfw123gtc 13.8"hx12.6"wx11.6"d 1 Set -x-x-x- Brand And Model : Warranty : Delivery Period : Price Validity: After Having Carefully Read And Accepted Your General Condition, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period , Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By The Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address Page 3 Of 3
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 230 K (USD 3.9 K)
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections City Of Muntinlupa Request For Quotation #2025-019 Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building (nego. Proc.-small Value Procurement) Abc ₱ 230,060.00 Date:¬¬¬¬_________________ Name Of Company: _______________________________________________________________ Address: ________________________________________________________________________ Tin No.: ________________________________________________________________________ Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions As Stated Hereunder. A.) Bidders Shall Provide Correct And Accurate Information Required In This Form. B.) Bidders May Quote For All The Items. C.) Price Quotation/s Must Be Valid For A Period Of One Hundred Twenty (120) Calendar Days From The Date Of Submission. D.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. E.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. F.) Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. G.) Any Alterations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. H.) The Item/s Shall Be Delivered Within Fifteen (15) Calendar Days From Receipt Of Approved Purchase Order. I.) The Bucor Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. J.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bucor Shall Rescind 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. K.) Bidders Shall Submit The Required Documents Together With Their Bid Price In A Sealed Envelope Indicating Supplier’s Name And Name Of Project. L.) Submission Thru E-mail And Fax Quotation Will Be Allowed/accepted. Requirements To Be Submitted M.) Valid And Current Philgeps Registration Number N.) Valid And Current Mayor’s/business Permit O.) Duly Notarized Omnibus Sworn Statement (original) P.) Duly Notarized Authority To Signatory (if Applicable). Note: Allow Pes To Accept The Expired Buisness Or Mayor’s Permit With Official Receipt Of Renewal Application, Subject To Submission Of Business Or Mayor’s Permit After Award Of Contract Under Gppb Resoution No. 05-2020 Approving The Acceptance Of An Expired Mayor’s Permit With Offciial Receipt For Yhe Renewal Application. Note: Bidders Statement Of Compliance On The Terms & Conditions And Requirements As Stated Above ________________________ Signature Over Printed Name Of Sole Proprietor /authorized Representative Submit Your Sealed Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than ____march 7, 2025__at The Bac Office, Bureau Of Corrections At 9:00am. Late Submission Of Bids Shall Be Rejected. For Further Information, You Can Call The Bac Secretariat C/o Csi Francis Jade P Pajunar At The Supply Office, Bureau Of Corrections, Muntinlupa City At Tel # 8809-8587/8478-0907 From 8:00 Am To 5:00pm Or Email At Bacsec2022@gmail.com, Monday To Friday Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Rfq # 2025-019 Page 2 Of 2 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Request For Quotation Rfq 2025-019 Project: Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building Abc ₱ 230,060.00 Qty Unit Description Compliance To The Technical Specifications (please Check) Approved Budget For Contract Unit Offered Quotation Offered Quotation Yes No 7 Pcs Angle Bar 2’’x2’’x6mm@6m 10,080.00 10 Pcs Angle Bar 1 ½’’x1 ½’’x6mm @6m 10,800.00 36 Pcs Tubular 2’’x4’’x2mm @6m 60,480.00 2 Pcs Tubular 2’’x2’’x1.5mm @6m 1,416.00 4 Pcs Tubular 1’’x1’’x1.5mm @6m 1,536.00 7 Pcs Flat Bar 1’’x2mm@6m 1,596.00 55 Pcs Metal Furring @3m 7,260.00 22 Pcs Metal Stud @3m 3,190.00 9 Pcs Wall Angle @3m 540.00 1 1000/box Blind Rivets 1/8 1/2 295.00 1 Pcs Drill Bit 8mm For Concrete 75.00 1 Pcs Drill Bit 6mm For Steel 95.00 1 Pcs Drill Bit 3mm For Steel 75.00 1 Box Welding Rod Special 945.00 25 Pcs Cutting Disc 4’’ 675.00 1 Pcs Cutting Wheel No. 14 210.00 15 Pcs Gypsum Board 4’x8’x9mm 9,450.00 9 Pcs Gypsum Board 4’x8’x12mm 6,165.00 15 Pcs Phenolic Board 4’x8’x12mm 13,425.00 10 Pcs Plywood 4’x8’x3/4’’ 9,250.00 16 Pcs Liston Wood ¾’’1/4’’x10’ 1,920.00 1 Kg Finishing Nail 1 ½’’ 105.00 1 Kg Common Nail 1’’ 105.00 3 Kg Concrete Nail 2’’ 390.00 150 Pcs Teks Screw 2’’ 375.00 1000 Pcs Black Screw 1 ½’’ (self Tapping) 2,000.00 700 Pcs Black Screw 1’’ (self Tapping) 700.00 4 Pail Semigloss Latex (white) 12,200.00 1 Pail Flat Latex (white) 2,625.00 15 Pcs Raw Sienna 250ml 975.00 4 Liters Burnt Umber Latex 760.00 1 Pc Burnt Sienna 250ml 65.00 2 Bag Skim Coat 1,040.00 10 Pcs Gypsum Putty @5kg 3,200.00 6 Pcs Fiber Glass Tape (30m Per Roll) 630.00 3 Pcs 6’’ Roller 255.00 3 Pcs Baby Roller 165.00 3 Pcs 1’’ Flat Brush 90.00 10 Pcs Masking Tape 1’’ 370.00 20 Pcs Sandpaper #120 400.00 5 Pcs Sandpaper#100 100.00 5 Pairs Putty Knife 275.00 15 Gal Waterproofing (cementitious) 13,500.00 10 Pcs Steel Brush 350.00 5 Pcs 4’’ Paint Brush 450.00 4 Pcs Pvc ½ @3m 360.00 6 Pcs Pvc Teel ½’’ 126.00 6 Pcs Pvc Female Threaded Adapter ½’’ 96.00 10 Pcs Pvc Elbow 90 ½’’ 160.00 1 Pc Pvc Ball Valve ½’’ 65.00 10 Pcs Pvc C-clamp ¾’’ 60.00 3 Pcs Brass Faucet 570.00 2 Pc Angle Valve 320.00 2 Pc Flexible Hose 1/2x1/2x18’’ 320.00 2 Pcs Teflon 3/4’’ 360.00 1 Can Cement Solvent 200cc 180.00 3 Box Wire No. 12 16,695.00 10 Meter Wire No. 10 700.00 1 Pc 2 Pole Plug-in & Branches 610.00 1 Pc 60amp Plug-in Circuit Branches 475.00 2 Pcs 30amp Plug-in Circuit Breaker 840.00 2 Pcs 20amp Plug-in Circuit Breaker 840.00 2 Pcs 15amp Plug-in Circuit Breaker 840.00 20 Pcs Amco Box 840.00 3 Set Switch 1 Gang 315.00 1 Set Switch 2 Gang 160.00 1 Set Switch 3 Gang 210.00 20 Pcs Outlet 2 Gang 2,800.00 26 Pcs Pin Light 16,380.00 6 Pcs Plastic Molding 1’’x1’’ 630.00 40 Pcs Pvc Plastic Molding 3/4 3,400.00 1 Bndl Electrical Tape 55.00 5 Tube No More Nails 1,050.00 Total Cost: ₱ 230,060.00 ***nothing Follows*** Purpose: For The Renovation Of Nbp-iis Office Signature Over Printed Name Of Sole Proprietor Or Representative Telephone No: ____________________ Cellphone No: ____________________ Email: ___________________________ Company Letterhead Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building 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 Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building, 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 Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building,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; 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) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Materials For Renovation Of Nbp-iis Office At Admin Building 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. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 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 Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And 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 Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) 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 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 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 Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.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 4.opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-130 (ceo-infra)
2611-2620 of 2648 archived Tenders