Ppe Tenders

Ppe Tenders

City Government Iligan Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 5,777,364.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue With Project No. Cb(b)-24-147 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue General Requirements: • Installation Of Project Billboards • Occupational Safety And Health Program • Mobilization And Demobilization Removal/demolition And Restoration: • Includes The Demolition And Removal Of Existing Slab And Other Structures To Make Way For The Laying Of The Underground Electrical Wires And Other Works Related To The Installation Of Column Led Lights. • Includes Clearing Of Weeds And Long Grasses At Grassy Areas Where Column Led Lights Are To Be Installed. • Restoration Of The Demolished Concrete Slabs Earth Works: • Structural Excavation For Pedestal Footings And Underground Route Of Wires Enclosed In A Upvc Conduit. • Provide 100mm-thick Gravel Bedding For Pedestal Footings • Provide 60mm-thick Sand Backfilling For The Underground Upvc Conduit • Earth Compaction . Formworks: • Use Cocolumber And 1/2" Marine Plywood For Formworks Of Footings And Pedestals. Reinforcing Concrete Works: • Concrete Works For Footings And Pedestals • Cutting/bending, Installation/fastening Of Rebars Using 10mm,12mm And 16mm Ø Dsb (6m) Electrical Works: • Assembly And Installation Of Three-meter-high Column Led Lights, Six-meter-high Light Poles, Secondary Racks And Other Electrical Peripherals At Locations Plotted On The Approved Drawing. • Complete Wiring Of The Column Led Lights To The Power Source, Including The Laying Of The Underground Wires Enclosed In Upvc Conduit. • Provision Of Underground Electrical Line Caution Warning Tape On Top Of The Sand Backfill Of The Upvc Conduit. Painting Works: • Painting Of The Concrete Pedestals (stripe Of Black And Yellow Warning Paint) I. Facilities For The Engineer A. Facilities For The Engineer (q = 1.00 Lot) Includes Digital Ac Clamp Meter 1000 Amps, Dcm10004; Digital Led Luxmeter, 0~100000lux (0~10000fc), Heavy Duty, Hetlu01; Non-contact Ac Voltage Detector 12vn1000v, Vd100026. Ii. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14' Coco Lumber, 2"x3"x10' Coco Lumber, 2"x2"x14' Coco Lumber, 2"x2"x 12' Coco Lumber, 2"x2"x 10' Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) D. Removal/ Demolition And Restoration (q = 1.00 Lot) Includes Portland Cement, Washed Sand, Washed Gravel. Iii. Earthworks A.structural Excavation (q = 61.73 Cu.m.) B.gravel Bed And Sand Backfill (q = 1.00 Lot) Includes Washed Sand, Washed Gravel. C.compaction (q = 2.90 Cu.m.) Iv. Form Works A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, Assorted Sizes C.w. Nails. V. Concrete Works A. Concrete Works (q = 20.17 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B. Reinforcing Steel Works (q = 1,098.33 Kg.) Includes 16mm Ø Dsb X 3m, 12mm Ø Dsb X 3m, 10mm Ø Dsb X 3m, No. 16 G.i. Tie Wire. Vi. Electrical Works A. Electrical Works (q = 1.00 Lot) Includes Column Led Light, 159mm Ø, Stainless 304, 1.3mm Thick, 85-265vac, 50w 360deg Tube Light, 120lm/w, Ip65, W/ Flange Plate: 250x250x8 Mm, W/ 4 Sets Of M14*h350 Mm Anchor Bolts, Nuts And Washers; Cu Wire,3.5mm2,thhn/thwn-2, Stranded, 150m/box; Upvc Conduit Pipe,3/4"x3m; Upvc Connectors; Underground Electrical Line Caution Warning Tape, 3" X 300m; Emt Pipe,3/4"(20mmφ)x10"; Emt Pipe Connectors,3/4"; Service Entrance Cap,3/4"φ; Stainless Steel Strapping Band, 3/4"x0.7mmx30m; 304 Stainless Steel Banding Strap Buckles, 3/4", 0.7mm Thk, 100pcs; Tapered Straight Pole, 2.5mm Thick, 6m/20ft, 5"-bottom Ø, 3"-top Ø, W/ 250x250x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts; Secondary Rack W/spool Insulator,2-pole,w/screws; Electrical Tape,0.16x19x16000 Mm; Electrical Rubber Tape. Vii. Paint Works A.painting Works (q = 1.20 Sq.m.) Includes Skim Coat, 20kg/bag; Acrytex Primer; Putty; Acrytex Topcoat (black); Acrytex Topcoat (yellow); Thinning Solvent For Acrytex Primer & Topcoat; Paint Brush 2-1/2". Approved Budget For The Contract (abc): P 5,777,364.55 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 Fifty-seven (57) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: December 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-147 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 5.7 Million (USD 99.5 K)

City Government Iligan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 3,381,096.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-149 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City General Requirements •permits And Clearances •facilities For The Engineers •installation Of Project Billboard- 2 Sets •occupational Safety And Health Program •mobilization And Demobilization Removal Of Obstructions •clearing/removal Of Obstruction •uprooting/cutting Of Trees Gravel Fill •100 Mm Thk. Gravel Base For Footings And Zocalo •75 Mm Thk. Gravel Base For Bench, Footing And Plantbox Flooring •50 Mm Thk . Gravel Base For Stair Steps Electrical Works •laying Of The Underground Or Overhead Power Cables Connecting To The Main Power Supply •installation Of Protection System And Outdoor Electrical'panel (nema Enclosure W/ 15at Circuit Breaker) •erection Of Modem-type Outdoor Lamp Posts And Bollards (including Foundations And Anchor Bolts) •complete Wiring Of The Luminaire To The Electrical Supply •installation Of Outdoor Junction Boxes For Protection And Organization •underground Cable Burial Or Concrete-embedding Of Cable For Cable Routing •proper Grounding Of The Lamp Posts,electrical Panel, And Other Metal Parts For Safety •concrete Pouring For Footings, Zocalo,columns, 75 Mm Thk. Concrete Flooring For Plantbox , 50 Mm Thk. Concrete Topping, Bench Footing And Bench, 100 Mm Thk. Concrete Flooring For Landing And Stair Steps With Pebble Topping. •installation Of Formworks And Falseworks For Columns, Bench, Concrete Topping, And Stairs (steps And Landing) •removal Of Formworks And Falseworks Steel Reinforcements And Steel Works •installation Of 12 Mm Ø Dsb For Footings And Columns (bedbars And Vertical Bars) Installation Of 10 Mm Ø Dsb For Column Lateral Ties, Concrete Flooring For Plantbox, Concrete Topping, Bench Footing And Bench, Concrete Flooring For Landing And Stairs •installation Of 50 Mm Ø G.i. Pipe Schd. 40 For Lamp Post •installation Of 50 Mm Ø G.i. Pipe Schd. 40,25 Mm X 25 Mm X 3mm Angle Bar And 50 Mm X 50 Mm Wire Mesh (5mm Thk.) For Railings •installation Of 38 Mm Ø G.i. Pipe Schd. 40 For Bench Fabrication Masonry Works •piling Of 4" Thk. Chb At 800 Mm Height W/ 10mm Ø Dsb For Vertical And Horizontal Bars Sped At 0.60m O.c Bothways For Plantbox Softscape •installation Of Plantboxes With Plants And Frog Grass I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 3"x 10' Coco Lumber, 2"x 3"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes True-rms Clamp Meter, 400 A Ac/oc, 600v Ac/oc, Cat Iii 600 V Cat Iv 300 V, Fluke 325; Digital Light Meter, Up To 20,000 Lux, Fluke 941; Non-contact Voltage Tester,90 V Ac To 1000 V Ac, Cat V 1000, Fluke 2ac. V. Removal Of Structures And Obstruction (q = 55.56 Cu.m.) Includes Uprooting/cutting Of Trees. Vi. Earthworks (q = 59.82 Cu.m.) Includes Volume To Be Excavated, V = 39.82 Cu.m.;volume To Be Backfilled, V = 39.82 Cu.m.; Gravel Bedding, 1-1/2"ø, V = 20 Cu.m Vi . Steel Reinforcements & Steel Works (q = 9,083.70 Kgs.) Includes 12 Mm Dia. X 6m Dsb; 10 Mm Dia. X 6m Dsb; #16 G.i Tie Wire; 50 Mm Ø G.i. Pipe Schd. 40; 38 Mm Ø G.i. Pipe Schd. 40; 25.4 Mm Ø G.i. Pipe Schd. 40; 5mm Ø Thk. Wire X 50mm X 50mm Mesh Steel Matting; 25 Mm X 25 Mm X 3mm Thk. Angle Bar; Red Lead Metal Primer, Quick Dry Enamel Paint, Paint Brush; Welding Rod (e-6011). Viii. Concrete Works, Formworks And Scaffoldings (q = 47.04 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, 2" X 2" X 10' Sized Coco Lumber, Assorted Sized C.w Nails. Ix. Masonry Works (q = 194.40 Sq.m.) Includes 4" X 8” X 16" Chb, Portland Cement, Washed Sand, Pebbles. X. Electrical Works (q = 1.00 Lot) Includes Modern-type Outdoor Lamp W/ Post, 2m Height, W/ High-powered 50w Led Bulb, Daylight; Outdoor Bollard Fixture W/ 20w Led Bulb,ip65; Cu Wire,3.5mm2, Thhn/thwn-2, Stranded; Circuit Breaker,15a,2pole,220v,60hz; Circuit Breaker Enclosure, Nema 1,2p; Secondary Rack W/spool Insulator,2-pole,w/screws; Outdoor Junction Box, Ip65 Weather Water Proof, 80x50 Round/octa, W/ Rubber Gasket & Screws; Upvc Conduit Pipe,1/2"x3m; Electrical Tape,0.16x19x16000 Mm; Solvent Cement 200 Cc; Pvc Conduit Fittings And Connectors. Xi.softscape (q = 30.20 Sq.m.) Includes Softscape (includes Garden Soil (planting Medium), Ornamental Plants ,shrubs , Trees). Approved Budget For The Contract (abc): P 3,381,096.77 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty-seven (167) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-149 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)

City Government Iligan Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 5,777,364.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue With Project No. Cb(b)-24-147 (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 Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue General Requirements: •installation Of Project Billboards •occupational Safety And Health Program • Mobilization And Demobilization Removal/demolition And Restoration: • Includes The Demolition And Removal Of Existing Slab And Other Structures To Make Way For The Laying Of The Underground Electrical Wires And Other Works Related To The Installation Of Column Led Lights. • Includes Clearing Of Weeds And Long Grasses At Grassy Areas Where Column Led Lights Are To Be Installed. • Restoration Of The Demolished Concrete Slabs Earth Works: • Structural Excavation For Pedestal Footings And Underground Route Of Wires Enclosed In A Upvc Conduit. • Provide 100mm-thick Gravel Bedding For Pedestal Footings • Provide 60mm-thick Sand Backfilling For The Underground Upvc Conduit • Earth Compaction . Formworks: • Use Cocolumber And 1/2" Marine Plywood For Formworks Of Footings And Pedestals. Reinforcing Concrete Works: • Concrete Works For Footings And Pedestals • Cutting/bending, Installation/fastening Of Rebars Using 10mm,12mm And 16mm Ø Dsb (6m) Electrical Works: • Assembly And Installation Of Three-meter-high Column Led Lights, Six-meter-high Light Poles, Secondary Racks And Other Electrical Peripherals At Locations Plotted On The Approved Drawing. • Complete Wiring Of The Column Led Lights To The Power Source, Including The Laying Of The Underground Wires Enclosed In Upvc Conduit. • Provision Of Underground Electrical Line Caution Warning Tape On Top Of The Sand Backfill Of The Upvc Conduit. Painting Works: • Painting Of The Concrete Pedestals (stripe Of Black And Yellow Warning Paint) I. Facilities For The Engineer A. Facilities For The Engineer (q = 1.00 Lot) Includes Digital Ac Clamp Meter 1000 Amps, Dcm10004; Digital Led Luxmeter, 0~100000lux (0~10000fc), Heavy Duty, Hetlu01; Non-contact Ac Voltage Detector 12vn1000v, Vd100026. Ii. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14' Coco Lumber, 2"x3"x10' Coco Lumber, 2"x2"x14' Coco Lumber, 2"x2"x 12' Coco Lumber, 2"x2"x 10' Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) D. Removal/ Demolition And Restoration (q = 1.00 Lot) Includes Portland Cement, Washed Sand, Washed Gravel. Iii. Earthworks A.structural Excavation (q = 61.73 Cu.m.) B.gravel Bed And Sand Backfill (q = 1.00 Lot) Includes Washed Sand, Washed Gravel. C.compaction (q = 2.90 Cu.m.) Iv. Form Works A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, Assorted Sizes C.w. Nails. V. Concrete Works A. Concrete Works (q = 20.17 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B. Reinforcing Steel Works (q = 1,098.33 Kg.) Includes 16mm Ø Dsb X 3m, 12mm Ø Dsb X 3m, 10mm Ø Dsb X 3m, No. 16 G.i. Tie Wire. Vi. Electrical Works A. Electrical Works (q = 1.00 Lot) Includes Column Led Light, 159mm Ø, Stainless 304, 1.3mm Thick, 85-265vac, 50w 360deg Tube Light, 120lm/w, Ip65, W/ Flange Plate: 250x250x8 Mm, W/ 4 Sets Of M14*h350 Mm Anchor Bolts, Nuts And Washers; Cu Wire,3.5mm2,thhn/thwn-2, Stranded, 150m/box; Upvc Conduit Pipe,3/4"x3m; Upvc Connectors; Underground Electrical Line Caution Warning Tape, 3" X 300m; Emt Pipe,3/4"(20mmφ)x10"; Emt Pipe Connectors,3/4"; Service Entrance Cap,3/4"φ; Stainless Steel Strapping Band, 3/4"x0.7mmx30m; 304 Stainless Steel Banding Strap Buckles, 3/4", 0.7mm Thk, 100pcs; Tapered Straight Pole, 2.5mm Thick, 6m/20ft, 5"-bottom Ø, 3"-top Ø, W/ 250x250x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts; Secondary Rack W/spool Insulator,2-pole,w/screws; Electrical Tape,0.16x19x16000 Mm; Electrical Rubber Tape. Vii. Paint Works A.painting Works (q = 1.20 Sq.m.) Includes Skim Coat, 20kg/bag; Acrytex Primer; Putty; Acrytex Topcoat (black); Acrytex Topcoat (yellow); Thinning Solvent For Acrytex Primer & Topcoat; Paint Brush 2-1/2". Approved Budget For The Contract (abc): P 5,777,364.55 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 Fifty-seven (57) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: December 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: January 14 – February 4, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: January 21, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 14, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-147 (ceo-infra)
Closing Date4 Feb 2025
Tender AmountPHP 5.7 Million (USD 98.8 K)

City Government Iligan Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Gen Fund-20% / Sb No. 2 Cy 2024, Intend To Apply The Sum Of P 1,932,273.18 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion Of Child Minding Center, Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-138 (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 Completion Of Child Minding Center, Buhanginan Hills, Brgy. Pala-o, Iligan City •masonry Works -chb Walling For Interior Walls (ground Floor & 2nd Floor) •plumbing -installation Of Plumbing Fixtures And Water Tank 2nd Floor) •steel Reinforcement -installation Of Deformed Steel Reinforcing Bars For Masonry Structures •ceillng Works -installation Of Ceiling Frame And Ceiling Boards (ground Floor & 2nd Floor) •electrical -installation Of Electrical Lines & Fixtures •doors -fabrication & Installation Of Interior Doors (ground Floor & 2nd Floor) I.project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14" Coco Lumber, 2"x3"x10" Coco Lumber, 2"x2"x8" Coco Lumber, Assorted Sizes C.w. Nails. Ii.occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Mobilization / Demobilization ( Q = 1.00 Lot) Iv.masonry Work (q = 287.21 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). V. Steel Reinforcement (q = 843.80 Kgs.) Includes 10 Mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Vi. Ceiling Works (q = 456.05 Sq.m.) Includes 3.5mm Thk X 4" X 8" Hardilite Board, Double Furring (0.60mm Thk. X 17 X 49 X 17 X 5.00m), Blind Rivets, Concrete Nails (1-1/2"), Riveter (heavy Duty). Vii. Doors (q = 19.00- Units) Includes D1: 800mm X 2100mm Half Glass Door, Including Door Knob, Jambs And Accessories; D2: 800mm X 2100mm Panel Door, Including Door Knob, Jambs And Accessories; D3: 800mm X 2100mm Flush Door, Including Door Knob, Jambs And Accessories; D4: 700mm X 2100 Pvc Polydoor (heavy Duty), Including Door Knob, Jambs And Accessories. Viii. Plumbing (q = 1.00 Lot) Includes Water Closet With Complete Fittings And Accessories, American Standard; Lavatory With Complete Fittings And Accessories; Stainless Steel Kitchen Sink; 1hp Water Pump; 2000l Horizontal Stainless Steel Water Tank; Faucet, Us Patented. Ix. Electrical (q = 1.00 Lot) Includes Electric Wire (3.5mm2 Thhn Stranded Copper Wire); Electric Wire (5.5mm2 Thhn Stranded Copper Wire); Electric Wire (8.0mm2 Thhn Stranded Copper Wire); Electric Wire (14.0mm 2 Thhn Stranded Copper Wire); Electric Wire (30.0mm2 Thhn Stranded Copper Wire); Electric Wire (50.0mm2 Thhn Stranded Copper Wire); Switch, 1 Gang Switch W/ Led Set 10a 220v; Switch, 2 Gang Switch W/ Led Set 10a 220v; Switch, 3 Gang Switch W/ Led Set 10a 220v; Switch, 3 Way Single Gang W/ Led Set 10a 220v;led Downlight 12w; Led Panel Light 20w(300x300 Mm) Daylight Recessed Type; Duplex Convenience Outlet; Gfci 20a 2 Gang Gfci Safety Outlet; Range Outlet W/ Plate And Metal Box 50a; Air Conditioning Outlet 20a 250v; Electrical Tape 3/4" X 20 Yds; Junction Box, Pvc Octagonal W/ Cover 2"x 4"depth-type; Utility Box, 2"x 3" Depth-type W/ Cover; Circuit Breaker, 15at/50af 2pcb 230vac Bolt-on Type; Circuit Breaker, 20at/50af 2pcb 230vac Bolt-on Type; Circuit Breaker, 30at/50af 2pcb 230vac Bolt-on Type; Circuit Breaker, 60at/50af 2pcb 230vac Bolt-on Type Tqc; Circuit Breaker, 100at/50af 2pcb 230vac Bolt-on Type Tqd; Circuit Breaker, 150at/50af 2pcb 230vac Bolt-on Type Tqd; Panelboard, 8 Branches Bolt-on Type 2 Pole W/ Tqd Main Breaker; Panelboard, 12 Branches Bolt-on Type 2 Pole W/ Tqd Main Breaker; Enclosure For Main Circuit Breaker 150at Tqd; Service Entrance Cap, 32mm Dia. Emt; Electrical Metallic Tubing 32mm Dia.; Emt Clamp (32mm); Tox With Screw, Size 10; Emt Connector Set, Screw Type 32mm; Emt Elbow, 32mm; Cable Tie, Black Nylon 100pc/pack; Secondary Rack, 2 Pole Insulator; Grounding Rod, 5/8" X 4.75 Ft. W/ Clamp. Approved Budget For The Contract (abc): P 1,932,273.18 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 Sixty-four (64) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, 2nd Floor, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-138 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)

City Government Iligan Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2024, Intend To Apply The Sum Of P 1,738,341.01 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Stage, Stalls And Comfort Rooms At Esplanade (construction Of Stalls), Brgy. Santiago, Iligan City With Project No. Cb(b)-25-001 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Stage, Stalls And Comfort Rooms At Esplanade (construction Of Stalls), Brgy. Santiago, Iligan City •earthworks - Excavation For Footings,columns, And Beams - Gravel Bedding For Footings •concrete Work, Formwork & Scaffolding - Installation Of Formworks And Scaffoldings For Concreting - Concreting For Footings, Columns, Beams, And Slabs •slope Protection - Construction Of Grouted Riprap With Weep Holes On Slope •steel Reinforcement - Installation Of Steel Reinforcement Bars For Concrete Works •steel Works - Installation Of Pipe Posts W/ Base Plates, Roof Framing And Purlins •ceiling & Dry Wall - Installation Of Ceiling & Dry Wall Framing And Boards •steel Door & Windows - Fabrication & Installation Of Steel Doors & Windows •tinsmithry - Installation Of Roofing Sheets •painting - Painting For Steel Works, Ceiling & Dry Wall Boards •electrical - Installation Of Electrical Lines & Fixtures I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x 3"x 14" Coco Lumber, 2"x 3"x 10" Coco Lumber, 2"x 2"x 8" Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3) (5 Sets). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 36.00 Cu.m.) A.) Excavation (q = 33.00 Cu.m.) Includes Volume To Be Excavated. B.) Gravel Bedding (q = 3.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi.concrete Work, Formwork &. Scaffolding (q = 25.71 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Steel Deck, Steel Scaffolding (including Complete Accessories), Tek Screw, 1/4" X 4' X 8' Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails. Vii. Slope Protection (q = 27.00 Cu.m.) Includes Grouted Riprap (class B), (for Weep Holes): 75mm Dia. Pvc Pipe Sch.40 (6m/length), Filter Cloth, Washed Gravel. Viii. Steel Reinforcement (q = 4,013.56 Kgs.) Includes 20 Mmø X 6000mm Dsb, Grade 40; 16 Mmø X 6000mm Dsb, Grade 40; 12 Mmø X 6000mm Dsb, Grade 40; 10 Mmø X 6000mm Dsb, Grade 40; #16 Gi Tie Wire. Ix. Steel Work (q = 39.00 Lengths) Includes 3" Dia. G.i. Pipe Sch.40 (6m/length), 50mm X 100mm X 1.2mm Rectangular Tube (6m/length), 50mm X 50mm X 1.2mm Square Tube (6m/length), 12mm Square Bar (6m/length), 50mm X 75mm X 1.2mm Thk. C Purlins (6m/length), 150mm X 150mm X 10mm Thk. Ms Base Plate, 10mm Dia.x 100mm Expansion Bolt W/ Washer, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Ceiling & Dry Wall (q = 152.00 Sq.m.) Includes 1.2m X 2.4m X 3.5mm Thk. Hardilite Board, 4' X 8' X 4.5mm Thk. Hardiflex Board, 19mm X 50mm X 0.4mmthk Double Furring (5m/length), 4" X 2" X 0.5mm Thk Metal Studs (3m/length), Blind Rivets, Tex Screw. Xi.steel Doors & Windows (q = 9.00 Units) Includes (for Fabrication Of Doors And Windows): D1: 2800mm X 2525mm Aluminum Roll Up Door With Complete Accessories; D2: 2700mm X 2525mm Aluminum Roll Up Door With Complete Accessories; Wl: 2500mm X 500mm Aluminum Frame Metal Mesh Window. Xii.tinsmithry (q = 72.00 Ln.m) Includes 1.0m Width X 0.5mm Thk. Prepainted Rib-type Roofing, Tek Srew, Vulca Seal. Xiii.painting (q = 163.06 Sq.m) Includes Flat Latex Primer, Flat Latex Paint, Red Oxide Primer, Quick-drying Enamel Paint, Paint Thinner, Roller Paint Brush W/ Tray And Handle, Paint Brush (3-1/2"), Paint Brush (1"), Sand Paper (assorted Sizes). Xiv. Electrical (q = 1.00 Lot) Includes 3.5mm2 Thhn Stranded Copper Wire; Electrical Pvc 15mm; Junction Box 4x4"; Utility Box 2x4"; Batten Type 1-20w , 230v Led Tube Daylight; 2 Gang Convenience Outlet; Led Bulb 10w, 230v Daylight; Ceiling Lighting Receptacle 4"1/4 Dia. E27; Safety Breaker 30at 2 Pole 230v Bolt On Type; Kilowatt Hour Sub Meter; 2 Gang Switch ,230v; 30mm2 Thhn Stranded Copper Wire; Safety Breaker 100at 2pole 230v, Bolt On Type; Service Entrance Cap 25mm Dia.; Electrical Pvc 25mm. Approved Budget For The Contract (abc): P 1,738,341.01 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-001 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.6 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Statement Of Work: Defibrillator kansas City Va Medical Center objective the Kansas City Va Medical Center Intends To Procure Replacement Defibrillators For Units That Have Reached End Of Life. This Document Highlights The Technical Specifications And Services Being Requested By The Facility For Consideration Towards Purchase Of The Units. Vendors Under This Proposal Shall Provide All Equipment And Accessories, Installation Services, And Project Management Support. scope the Contractor Shall Furnish All Equipment Detailed In Table 1. All Products Must Meet All Salient Characteristics And Functions Defined In Section 3. description quantity defibrillator (includes Expansion Pack If Applicable) 46 the Contractor Shall Provide All Components Required To Implement All Listed Hardware And Software So The System (including All Items In Table 1) Is Fully Operational. the Contractor Shall Provide Any Missing Parts, Features, Software, And/or Components Not Included To Fully Complete The Installation At No Additional Cost To The Government. the Contractor Shall Provide All Labor, Supervision, And Any Other Resources Required To Deliver, Assemble/install, And Test All Listed Equipment. all Hardware, Software, And Services Must Meet The Manufacturers And Veterans Affairs Specifications. salient Characteristics defibrillators specification/salient Characteristics: maximum Dimensions: Height 10 In; Width 12 In; Depth 13 In maximum Weight: 15 Pounds must Be Operational With Alternating And Direct Current (ac And Dc) includes Alternating Current (ac) Power Cord For Use In The United States guidelines 2020 Of American Heart Association- Compatible automated External Defibrillator (aed) Mode With Manual Override 5-year Minimum Hospital Warranty must Have The Following Accessories, Capabilities, And Ability To Operate In The Following Modes: physical Features nellcor Pulse Oximetry Compatibility order Sensor Separately non-invasive Blood Pressure 23-33cm Reusable Cuff With Minimum 3-meter Air Hose for Use With Adult, Pediatric And Neonatal Patients mainstream End Tidal Co2 adult And Pediatric Automated External Defibrillator (aed) And Electrocardiogram (ecg) Analysis With Appropriate Leads And Connections cable Management System color Liquid-crystal Or Light Emitting Diode Display Screen batteries rechargeable Lithium Lon Battery run-time And/or Power Level Indicator automatic Calibration Ready Stores History Of Use And Maintenance operators’ Manual 1 Per Defibrillator language: English provided By Manufacturer And Includes Manufacturer’s Instructions defibrillation biphasic Defibrillation provides Automatic Life Support Defibrillation When Powered On. ability To Function As An Automated External Defibrillator (aed), And Starts In That Mode When Initially Turned On manual Defibrillator To Support Pediatrics To Adults To Include Automatic Safety Feature To Eliminate The Risk Of Delivering An Adult Energy Level To A Pediatric Patient less Than 7 Seconds Of Ready Charge Time For A New Fully Charged Battery evaluates Electrocardiogram (ecg) Rhythm To Determine If Shock Delivery Is Required configurations configurable For Either Cardiopulmonary Resuscitation (cpr) Or Shock-first Driven Protocols energy Sequences Can Be Configured For Single Or Multiple Shocks With Fixed Or Escalating Energy Levels the Cardiopulmonary Resuscitation (cpr) Interval Length Is Configurable In 1-minute Increments For Up To 4 Minutes wi-fi Connectivity allows The Wireless Communication Of Clinical And Test Data (no Patient Health Data (phi)) synchronizes The Time To That Of The Network To Negate “clock Drift” And Ensures Time Accuracy Of Code Data. federal Information Processing Standards (fips) Compliant real Cardiopulmonary Resuscitation (cpr) Help numeric Display Of Cardiopulmonary Resuscitation (cpr) Depth And Rate For Adult And Pediatric Patients visual And Audio Prompts To Coach Cardiopulmonary Resuscitation (cpr) Depth For Adult Patients release Bar To Ensure Adequate Release Off The Chest metronome To Coach Rate For Adult And Pediatric Patients. indicates Elapsed Time Since Last Detected Chest Compression contractor Shall Deliver All Equipment To: kansas City Va Medical Center 4801 E. Linwood Blvd kansas City, Mo 64128 attn: Biomedical Engineering ensure That Equipment Is Sent To The Attention Of Biomedical Engineering include The Purchase Order (po) Number On The Shipping Label. deliver Materials To The Facility In Manufacturer's Original Sealed Boxes Or Containers With Brand Name Marked Thereon. Refurbished Products Will Not Be Accepted. package To Prevent Damage Or Deterioration During Shipment, Handling, And Storage. maintain Protective Covering In Place And In Good Repair Until Delivery Is Necessary. any Government Requested Delayed Delivery Up To 90 Days Shall Be At No Additional Cost To The Government. contractor Shall Conduct A Pre-delivery Meeting At Least 3 Days Prior To Initial Award Delivery Date For Verification Of Delivery And Installation Dates. delivery Of Oversized, Palletized Orders, Or Orders That Contain A Large Number Of Components Will Be Coordinated With The Contracting Officer’s Representative (cor) Who Will Communicate Internally With Warehouse Staff. contractor Shall Adhere To All Equipment Delivery Deadlines Outlined In Table 2. assembly, Installation, And Testing contractor Responsible For Assembly And Installation Of Systems After Notification From Contracting Officer’s Representative (cor)(or Designee) That It Has Been Delivered To Station. install Shall Include Unboxing And Transportation Of Equipment To Final Use Location. installation Shall Include Implementation And Testing Of All Purchased Interfaces To Va Electronic Systems In Coordination With Clinical Staff, Biomedical Engineering Staff, Office Of Information And Technology (o&it) Staff, And Others Identified As Needed. vendor Shall Provide All Necessary Accessories, Cables, Adaptors, Et Cetera To Deliver A Fully Functional Clinical Device/system. 1. Any Other Day Designated By Executive Order. 2. Any Other Day Designated By The President’s Proclamation; And 3. Any Other Day Designated By Federal Statute. all Services Shall Be Performed During Normal Hours Unless Otherwise Scheduled With The Contracting Officer’s Representative (cor). hardware/software Update/upgrade Installations, Where Applicable, May Be Scheduled And Performed Outside Normal Hours At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Contracting Officer’s Representative (cor) Or Designee). all Agreed-upon Work Scheduled Outside Normal Business Hours Shall Be At No Additional Cost To The Government. site Conditions & Protection Of Property vendor Representatives Must Check In With Dole Va Biomedical Engineering When They Arrive On-site And Check Out Upon Completion Of Work Each Day. vendor On-site Visits Shall Be Coordinated With The Contracting Officer’s Representative (cor) (or Designee) Before Being Scheduled Or Conducted. there Shall Be No Smoking On Kansas City Va Premises At Any Time. eating And Drinking Are Not Allowed Inside The Hospital, Except For In The Canteen Dining Area. vendor Staff Shall Always Be Professional And Shall Take All Necessary Precautions To Maintain A Safe Environment For The Occupants. This Includes, As Necessary, Coordinating Access And Closures For Sensitive Areas Of The Medical Center. vendor Shall Be Responsible For Cleaning All Work Areas After Completion Of Tasks. This Includes, But Is Not Limited To, Removal Of Packaging And A Clean Sweep/mop Of The Area As Required By Work Type. contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds, And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. the Contractor Shall Perform An Inspection Of The Building(s) And Grounds With The Contracting Officer’s Representative (cor) Prior To Commencing Work To Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, Building(s) Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Source Of All Repairs Beyond Simple Surface Cleaning Is The Facility Construction Contractor (or Appropriate Subcontractor), So That Building Warranty Is Maintained. Concurrence From The Va Facilities Management Point Of Contact (poc) And Contracting Officer’s Representative (cor) Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade, And Color To Match Adjacent Existing Work. vendor Staff Shall Minimize Noise As Much As Possible While Working In All Buildings. vendor Is Responsible For Providing All Personal Protective Equipment (ppe) Necessary For Their Work. the Contractor Shall Be Responsible For Security Of The Areas In Which The Work Is Being Performed Prior To Completion. security Requirements network Security the Vendor Is Required To Complete And Submit The Two Attached Va Security Forms, If Their Equipment Can Be Connected To The Va Network. If These Forms Are Not Completed And Submitted With The Bid Package, The Vendor Can Be Disqualified From The Bidding Process. the Certification And Accreditation (c&a) Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. warranty & Service the Contractor Shall Provide All Manufacturers’ Warranty With Products Upon Delivery. warranty – The System, All Accessories, And All Software Shall Be Covered Under The Manufacturer’s Warranty And Shall Include All Parts And Labor For At Least 5 Years Following Acceptance By The Va Medical Center. a Manufacturer’s Factory-trained Field Service Engineer Shall Perform Installation And Maintenance During The Warranty Period. the Warranty Period Shall Not Begin Until After The Contracting Officer’s Representative (cor) (or Designee) Has Accepted The Products Delivery, Installation, And Functionality. the Warranty Shall Include All Manufacturer Recommended Preventive Maintenance Procedures For Its Duration. all Available Software Updates And Security Patches Will Be Made Available To The Kansas City Va During The Warranty Period. vendor Shall Provide Response To Applications And Technical Calls Within 8 Hours. vendor Shall Ship Replacement Parts Within 48 Hours Of Identifying Necessity By Kansas City Va Biomedical Engineering Staff. invoicing va’s Electronic Invoice Presentment And Payment System – The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, Vendor Electronic Invoice Submission Methods. Facsimile, E-mail, And Scanned Documents Are Not Acceptable Forms Of Submission For Payment Requests. Electronic Form Means An Automated System Transmitting Information Electronically According To The Accepted Electronic Data Transmission Methods Below: va’s Electronic Invoice Presentment And Payment System – The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungstennetwork.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. a System That Conforms To The X12 Electronic Data Interchange (edi) Formats Established By The Accredited Standards Center (asc) Chartered By The American National Standards Institute (ansi). The X12 Edi Web Site (http://www.x12.org).
Closing Date14 Feb 2025
Tender AmountRefer Documents 

City Government Iligan Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-09 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Pasteurized Carabaos Milk For Libmanan District 200 Ml For 4 Feeding Days 1 Libmanan 1 Bottle 6496 21 136,416.00 2 Libmanan 2 Bottle 5612 21 117,852.00 3 Libmanan 3 Bottle 4776 21 100,296.00 4 Libmanan 4 Bottle 4648 21 97,608.00 Plain And Flavored Serving Size "1000ml - Individually Packed Into 200ml Food Grade Plastic Bottle For The Number Of Feeding Days. " " Flavor Flavored (plain, Choco, Pandan, Melon) Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By The Philippine Carabao Center. If Jva, The Joint Agency Must Also Be A Pcc-accredited And Assisted Company Or Cooperative. Delivery Schedule Twice Weekly Per Drop-off Point (ex. Monday And Wednesday) Or Depending On The Schedule Given By The End User For Every District, Ex. 500 Ml On Monday, 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Payment Shall Be After The Completion And Acceptance Of The Deliveries Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 39 Days Excluding Saturdays And Sundays Based On The Scheduled Delivery Matrix Total 452,172.00 Approved Budget For The Contract: 452,172.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 2024 9:00 A.m. Delivery Date: Delivery Shall Be Based On The Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppliers Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 452.1 K (USD 7.7 K)

DEPARTMENT OF TOURISM REGION XII Tender

Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description The Department Of Tourism Xii (dot Xii), Through The General Appropriations Act Of 2025, To Payment For The Procurement Of 24/7 Security Services Intends To Apply The Total Approved Budget For The Contract Of Seven Hundred Ninety-seven Thousand And Seven Hundred Eighty-one Pesos And 96/100 Only (php797,781.96) Inclusive Of Taxes, Delivery Or Shipping Fees And Other Incidental Charges: Lot No. Items Qty Abc 1 Procurement Of 24/7 Security Services 1 Php797,781.96 Overall Total Php797,781.96 Objective To Procure A Contract For Security Services For Purposes Of Safeguarding And Protecting Department Of Tourism Regional Office Xii Properties, Equipment, Facilities, Installations, And Confidential Information As Well As Its Officers, Employees, Their Visitors And All Persons Transacting Legitimate Business Within The Premises. Contract Period The Contract For The Security Services For The Department Of Tourism Regional Office Xii Shall Be For Twelve (12) Months. Mode Of Procurement The Procurement Of Security Services For The Department Of Tourism Regional Office Xii Shall Be Undertaken Through Small Value Procurement Under Ra No. 9184 And Its 2016 Revised Irr. Scope Of The Project The Prospective Bidders Shall Bid And Provide Security Services For The Department Of Tourism Regional Office Xii, With Details As Follows: To Provide Three (3) Security Guards,to Secure And Guard The Office Of The Department Of Tourism Regional Office Xii By Rotation, 24 Hours A Day From Monday To Sunday. To Perform The Following: Guard And Protect Department Of Tourism Regional Office Xii Properties From Theft, Arson, Pilferage, Trespassers, Robbery, Destruction, And Other Unlawful Acts Committed By Any Person As Well As Maintain Peace And Order Within The Department Of Tourism Regional Office Xii Premises. Protect Department Of Tourism Regional Office Xii Officials, Employees, Visitors, And Guests From Assault, Harassment, Threat Or Intimidation, And Other Criminal Acts, And Enforce And Implement Security And Safety Rules And Regulations Within The Department Of Tourism Regional Office Xii Premises. Inspect All Bags And Baggage Carried By People In And Out Of The Department Of Tourism Regional Office Xii Premises. Conduct Random Physical Inspections Of People Entering And Leaving The Premises, As Warranted. Conduct Thermal Scanning Of People Coming Into The Premises. Two (2) Security Guards Will Be Hired On The Day Shift And One (1) Guard On The Night Shift To Cover The 24-hour Rotation, 24 Hours A Day From Monday To Sunday. Minimum Track Record The Department Of Tourism Regional Office Xii Desires A Security Contractor Who Has Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Largest Contract Similar To The Contract To Be Bid. A Similar Contract Must Be A Security Contract Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). Obligations And Responsibilities The Contractor Shall: Provide And Operate Efficient Security Plans And Services By The Standards Prescribed By The Department Of Tourism Regional Office Xii And The Applicable Laws, Rules, And Regulations; Provide The Department Of Tourism Regional Office Xii With A Specified Number Of Qualified, Competent, Uniformed And Armed Guards Who Possess The Following Qualifications: Must Be Ra Filipino Citizen; The Guards Must Be At Least 2nd Year Of College Or Should Have Earned 72 Units In College. The Security Guards Should Also Have 3 Years Of Relevant Experience As Guards; Must Be Physically And Mentally Fit And At Least 21 Or More Than 45 Years Of Age; Must Have Passed And Undergone Regular Security Service Training Within The Last 6 Months, A Psychological Evaluation Test, Neuro-psychiatric Examination, Polygraph Integrity Profile, And Drug Test; Must Be Of Good Moral Character, Courteous, Alert, And Without Any Pending Criminal Case Filed In Court Or Any Police Record Involving Criminal Acts; Must Be Duly Licensed And Properly Screened And Cleared By Pnp, Nbi, And Other Government Offices Issuing Clearances For Employment. Provide And Maintain The Required Security Service Equipment, Mobile Units, Communications Units, And Gears In Ready And Operational Condition. Provide Registered Firearms, Nightsticks, And Other Paraphernalia, Such As Flashlights And Hand-cuffs Among Others, To Its Employees. For This Purpose, It Shall Submit To Erc A List Of Firearms With The Corresponding License Numbers Assigned To Its Employees. Provide Personal Protective Equipment (ppe) To Its Employees, Without Any Additional Cost To The Department Of Tourism Regional Office Xii. Ensure That It Can Respond To Situations That Require Immediate Assistance, In Any Form, To Its Employees During National Emergencies, Without Any Additional Cost To The Department Of Tourism Regional Office Xii. Any One Of The Deployed Security Guards Shall Have Appropriate Training On Any Two (2) Of The Following: Crowd Control Management; Bomb Awareness And Management; Intelligence And Investigation; And Basic First Aid. Provide, At No Expense To Department Of Tourism Regional Office Xii, Security Training Programs For All Security Guards To Be Deployed Such As, But Not Limited To, The Following: Recognition Of Characteristics And Behavioral Patterns Of Persons Who Are Likely To Threaten Security, Techniques Used To Circumvent Security Measures, Crowd Management And Control Techniques, Security-related Communications, Inspection, Control, And Monitoring Techniques, Basic Intelligence And Investigation Course, And Report Writing, Comply With All Laws, Rules, And Regulations, As Well As Other Social Legislations In Favor Of Its Security Guards. Employ Security Guards, With Appropriate Training On Customer Relations. Provide A Supervisor Who Shall Oversee Security Operations At The Expense Or Overhead Of The Security Services Contractor. Submit To The Department Of Tourism Regional Office Xii Daily Reports By The Form Prescribed By The Department Of Tourism Regional Office Xii At Five O’clock In The Afternoon (5:00 P.m.). Unusual Incidents, Such As Those Involving Danger To Life Or Property, Injuries, Altercations Or Disturbances, Theft, And Violations Of Department Of Tourism Regional Office Xii Rules And Policies, Shall Be Reported Immediately, But Not Later Than Two (2) Hours From The Discovery Of The Said Incident. Prepare And Maintain A Log Book That Should Be Made Available For Inspection At Any Time. A Certified True Copy Thereof Should Be Submitted Within Twenty-four (24) Hours, Upon The Request Of The Department Of Tourism Regional Office Xii. Assume Liability For Any Or All Losses And Damages For Destructions To Property Or Death/injuries Sustained By The Department Of Tourism Regional Office Xii, Its Employees, And Guests, Which Are Directly Attributable To The Negligence, Fault, Laxity, Unlawful Act, Or Misconduct Of The Contractor Or Any Of Its Officers Or Security Guards. Provide Insurance Coverage Or Pay For Life Insurance Premiums For Its Security Guards. Comply With The Reportorial Requirements Prescribed By The Department Of Tourism Regional Office Xii Relative To The Contractual Obligations Under The Contract. Comply With All Other Applicable Laws, Rules, And Regulations. The Department Of Tourism Regional Office Xii Shall: Allocate The Total Amount Of Seven Hundred Ninety-seven Thousand And Seven Hundred Eighty-one Pesos And 96/100 Only (php797,781.96) Inclusive Of All Government Taxes And Other Fees And Charges, As The Approved Budget For The Contract (abc) To Cover The Payment Of The Services Rendered By The Security Personnel Deployed Thereat By The Winning Contractor. Pay The Winning Contractor The Monthly Billing Rates Stipulated In Said Contract, Subject To Existing Government Auditing And Accounting Rules And Regulations, For And In Consideration Of The Services Rendered By Security Personnel Deployed By The Winning Contractor And Upon Presentation Of Its Semi-monthly Personnel Payment And Affidavit Or Sworn Certification That It Has Paid The Salaries And Benefits Of Its Personnel For The Period Covered, Per Submitted Payroll, And Remitted The Corresponding Premiums To Pag-ibig, Sss, Philhealth, Ecc, Etc. Rights Of Contractor And Department Of Tourism Regional Office Xii The Contractor Shall: Collect Lawful Charges For The Services Rendered, Upon Submission Of Reportorial Requirements And Compliance With The Terms Of The Contract. Confer Or Meet With The Authorized Representatives Of The Department Of Tourism Regional Office Xii On Issues And Concerns About The Proper Implementation Of The Contract. The Department Of Tourism Regional Office Xii Shall: Develop Together With The Contractor A Security Plan. Require The Contractor To Submit Supporting Documents As A Basis For Payment Of Services Rendered By Its Security Guards. Terminate And/or Cancel The Contract As May Be Provided For Therein. Exercise Functional And Operational Supervision Over The Security Guards Deployed Under The Contract For Its Proper Implementation. Qualifications Of The Contractor The Contractor Should Have The Necessary Eligibility, Experience And Expertise In Providing The Security Services, As Provided In The Technical Specifications. Liquidated Damages Where The Contractor Refuses Or Fails To Satisfactorily Complete The Work Within The Specified Contract Time, Plus Any Extension Time Duly Granted, And Is Thereby In Default Under The Contract, The Contractor Shall Pay Department Of Tourism Regional Office Xii For Liquidated Damages, And Not By Way Of Penalty, An Amount, As Provided In The Conditions Of The Contract, Equal To One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Department Of Tourism Regional Office Xii May Rescind Or Terminate The Contract, Without Prejudice To Other Courses Of Action And Remedies Available Under The Circumstances Such As But Not Limited To Forfeiture Of Performance Security And/or Blacklisting Of The Contractor. For Entitlement To Such Liquidated Damages, Department Of Tourism Regional Office Xii Need Not Prove The Damages Actually Incurred. Said Damages In Any Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Contractor Under The Contract And/or Collect Such Liquidated Damages From The Retention Money Or Other Securities Posted By The Contractor At The Dot 12’s Convenience. Force Majeure If A Force Majeure Situation Arises, The Contractor Shall Promptly Notify The Department Of Tourism Regional Office Xii In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Department Of Tourism Regional Office Xii In Writing, The Contractor Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. Reservation Clause The Department Of Tourism Regional Office Xii (dot 12) Reserves The Right To Reject Any Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Before The Contract Award By Section 41 Of R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Payment Terms: Suppliers Will Submit A Delivery Invoice To The Department Of Tourism Xii. The Invoice Amount Should Match With The Purchase Order (p.o.) Amount Issued By The Supplier. The Payment Will Be Made In A Check Address To The Supplier. The Deadline For Submission Of The Quotation Shall Be On February 18, 2025, 10am. The Bidders Shall Send Via Courier Or Email Their Duly Accomplished Quotation Together With The Eligibility Requirements To Department Of Tourism Xii, Ground Floor Sanle Bldg., Benigno C. Aquino St., Cor. Lapu-lapu St., Koronadal City 9506 Or Via Email Bidsandawards@dot12.org. Late Submissions Shall Be Rejected. Instructions: The Bidders Shall Submit The Following Eligibility Documents In Addition To The Prescribed Quotation Form: The Bidders Shall Submit The Following Eligibility Documents In Addition To The Prescribed Quotation Form: Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Whichever Is Applicable; Mayor’s Permit Issued By The City Or Municipalities Where The Principal Place Of Business Of The Prospective Bidder Is Located; Duly Notarized Omnibus Sworn Statement (for Abcs Above Php 50,000) Valid Philgeps Registration Certificate; And Latest Income/business Tax Return (for Abcs Above Php 500,000) / Tax Clearance All Entries Shall Be Type Or Written In Clearly Legible Manner In Indelible Ink. Prices Are Inclusive Of Taxes, Delivery And Other Incidental Costs.
Closing Date18 Feb 2025
Tender AmountPHP 797.7 K (USD 13.7 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-03 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Sterilized Milk For 4th Congressional District 180 Ml For 39 Feeding Days 1 Caramoan North Pouch Or Can 57252 21 1,202,292.00 2 Caramoan South Pouch Or Can 62517 21 1,312,857.00 3 Caramoan East Pouch Or Can 49374 21 1,036,854.00 4 Garchitorena Pouch Or Can 64116 21 1,346,436.00 5 Lagonoy North Pouch Or Can 49920 21 1,048,320.00 6 Lagonoy South Pouch Or Can 91962 21 1,931,202.00 7 Parubcan Pouch Or Can 41496 21 871,416.00 8 Siruma Pouch Or Can 53976 21 1,133,496.00 9 Tinamabac South Pouch Or Can 76284 21 1,601,964.00 10 Tinambac North Pouch Or Can 54444 21 1,143,324.00 11 Tinambac East Pouch Or Can 29835 21 626,535.00 Plain And Flavored Serving Size 180 To 200 Ml Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered Quantified Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging Individually Packed Into180 Ml Food Grade Plastic Polyethyline Pouch For The Number Of Feeding Days. The Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates "deped - Camsur Sbfp Not For Sale" And With Sbfp Camsur Logo. Expiration The Expiration Date Should Be 3 To 5 Months From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 130-170 Kcal Protein 4 -10 G Total Fat 3-7 G Total Carbohydrates 2 - 4 G Saturated Fat 22-30 G Dietary Fiber 15 - 24 G Sugar 15 - 24 G Calcium 220-680mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements " To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By The National Dairy Authority. If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule In Two Tranches (20 For The First Tranche And 19 For The 2nd Tranche) 15 Days Apart, Based On Scheduled Delivery Matrix. Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District) No Delivery On Friday, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Staggered Payment Once Distribution Has Started And Completion Of Documents Required For Payment 1st Progress Billing: Upon Completion And Acceptance Of The 1st Tranche Of Delivery. 2nd Progress Billing: Upon Completion And Acceptance Of The 2nd Tranche Of Delivery. Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period 39 Days Excluding Saturdays And Sundays Based On Scheduled Delivery Matrix Total 13,254,696.00 Approved Budget For The Contract: 13,254,696.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 Instruction To Bidders: 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community Based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community Based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Schedule: In Two (2) Tranches Based On Delivery Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppli Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 13.2 Million (USD 226.3 K)
451-460 of 490 archived Tenders