Security Guard Tenders
Security Guard Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0034 To 25dh0037 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 Regular Infrastructure Program Based On Nep Intends To Apply The Sum Of Forty Nine Million Five Hundred Thousand Pesos Only (p49,500,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0034 To 25dh0037. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of Multi-purpose Building, Barangay Salac, Lumban, Laguna Contract Id No. : 25dh0034 Locations : Lumban, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 4,950,000.00 Contract Duration : 210 C.d. 2.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Duhat, Santa Cruz, Laguna Contract Id No. : 25dh0035 Locations : Santa Cruz, Laguna Scope Of Works : Construction Of Multi Purpose Building (covered Court). Approved Budget For The Contract : P 19,800,000.00 Contract Duration : 270 C.d. 3.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Labuin, Pila, Laguna Contract Id No. : 25dh0036 Locations : Pila, Laguna Scope Of Works : Construction Of Multi Purpose Building (covered Court). Approved Budget For The Contract : P 14,850,000.00 Contract Duration : 270 C.d. 4.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Talortor, Majayjay, Laguna Contract Id No. : 25dh0037 Locations : Majayjay, Laguna Scope Of Works : Construction Of Multi Purpose Building (covered Court). Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 270 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Buildings. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 03,2025 To January 23,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0034 - 5,000.00 25dh0035 - 25,000.00 25dh0036 - 25,000.00 25dh0037 - 10,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 23, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: January 3, 2025
Closing Date23 Jan 2025
Tender AmountPHP 9.9 Million (USD 169 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0034 To 25dh0037 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 Regular Infrastructure Program Based On Nep Intends To Apply The Sum Of Forty Nine Million Five Hundred Thousand Pesos Only (p49,500,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0034 To 25dh0037. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of Multi-purpose Building, Barangay Salac, Lumban, Laguna Contract Id No. : 25dh0034 Locations : Lumban, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 4,950,000.00 Contract Duration : 210 C.d. 2.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Duhat, Santa Cruz, Laguna Contract Id No. : 25dh0035 Locations : Santa Cruz, Laguna Scope Of Works : Construction Of Multi Purpose Building (covered Court). Approved Budget For The Contract : P 19,800,000.00 Contract Duration : 270 C.d. 3.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Labuin, Pila, Laguna Contract Id No. : 25dh0036 Locations : Pila, Laguna Scope Of Works : Construction Of Multi Purpose Building (covered Court). Approved Budget For The Contract : P 14,850,000.00 Contract Duration : 270 C.d. 4.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Talortor, Majayjay, Laguna Contract Id No. : 25dh0037 Locations : Majayjay, Laguna Scope Of Works : Construction Of Multi Purpose Building (covered Court). Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 270 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Buildings. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 03,2025 To January 23,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0034 - 5,000.00 25dh0035 - 25,000.00 25dh0036 - 25,000.00 25dh0037 - 10,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 23, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: January 3, 2025
Closing Date23 Jan 2025
Tender AmountPHP 14.8 Million (USD 253.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0038 To 25dh0042 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of Three Hundred Thirty Six Million Seven Hundred Sixty Five Thousand Pesos Only (p336,765,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0038 To 25dh0042. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of Flood Control Structure Along Lumban Lakeshore, Lumban, Laguna Contract Id No. : 25dh0038 Locations : Lumban, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 125,450,000.00 Contract Duration : 357 C.d. 2.name Of Contract : Construction Of Flood Control Structure Along Pangil Lakeshore, Pangil, Laguna Contract Id No. : 25dh0039 Locations : Pangil, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 351 C.d. 3.name Of Contract : Construction Of Flood Control Structure Along Sta. Cruz Lakeshore, Sta. Cruz, Laguna Contract Id No. : 25dh0040 Locations : Sta. Cruz, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 351 C.d. 4.name Of Contract : Construction Of Multi-purpose Building, Barangay Paagahan, Mabitac, Laguna Contract Id No. : 25dh0041 Locations : Mabitac, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 4,950,000.00 Contract Duration : 210 C.d. 5.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Llavac, Siniloan, Laguna Contract Id No. : 25dh0042 Locations : Siniloan, Laguna Scope Of Works : Construction Of Multi-purpose Building (covered Court). Approved Budget For The Contract : P 13,365,000.00 Contract Duration : 270 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Flood Control (item 1 To 3) Small B For Building (item 4 & 5). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 23,2025 To February 11,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0038 - 50,000.00 25dh0039 - 50,000.00 25dh0040 - 50,000.00 25dh0041 - 5,000.00 25dh0042 - 25,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: January 23, 2025
Closing Date11 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0038 To 25dh0042 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of Three Hundred Thirty Six Million Seven Hundred Sixty Five Thousand Pesos Only (p336,765,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0038 To 25dh0042. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of Flood Control Structure Along Lumban Lakeshore, Lumban, Laguna Contract Id No. : 25dh0038 Locations : Lumban, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 125,450,000.00 Contract Duration : 357 C.d. 2.name Of Contract : Construction Of Flood Control Structure Along Pangil Lakeshore, Pangil, Laguna Contract Id No. : 25dh0039 Locations : Pangil, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 351 C.d. 3.name Of Contract : Construction Of Flood Control Structure Along Sta. Cruz Lakeshore, Sta. Cruz, Laguna Contract Id No. : 25dh0040 Locations : Sta. Cruz, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 351 C.d. 4.name Of Contract : Construction Of Multi-purpose Building, Barangay Paagahan, Mabitac, Laguna Contract Id No. : 25dh0041 Locations : Mabitac, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 4,950,000.00 Contract Duration : 210 C.d. 5.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Llavac, Siniloan, Laguna Contract Id No. : 25dh0042 Locations : Siniloan, Laguna Scope Of Works : Construction Of Multi-purpose Building (covered Court). Approved Budget For The Contract : P 13,365,000.00 Contract Duration : 270 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Flood Control (item 1 To 3) Small B For Building (item 4 & 5). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 23,2025 To February 11,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0038 - 50,000.00 25dh0039 - 50,000.00 25dh0040 - 50,000.00 25dh0041 - 5,000.00 25dh0042 - 25,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: January 23, 2025
Closing Date11 Feb 2025
Tender AmountPHP 125.4 Million (USD 2.1 Million)
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0038 To 25dh0042 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of Three Hundred Thirty Six Million Seven Hundred Sixty Five Thousand Pesos Only (p336,765,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id Nos. 25dh0038 To 25dh0042. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of Flood Control Structure Along Lumban Lakeshore, Lumban, Laguna Contract Id No. : 25dh0038 Locations : Lumban, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 125,450,000.00 Contract Duration : 357 C.d. 2.name Of Contract : Construction Of Flood Control Structure Along Pangil Lakeshore, Pangil, Laguna Contract Id No. : 25dh0039 Locations : Pangil, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 351 C.d. 3.name Of Contract : Construction Of Flood Control Structure Along Sta. Cruz Lakeshore, Sta. Cruz, Laguna Contract Id No. : 25dh0040 Locations : Sta. Cruz, Laguna Scope Of Works : Construction Of Flood Control Structure. Approved Budget For The Contract : P 96,500,000.00 Contract Duration : 351 C.d. 4.name Of Contract : Construction Of Multi-purpose Building, Barangay Paagahan, Mabitac, Laguna Contract Id No. : 25dh0041 Locations : Mabitac, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 4,950,000.00 Contract Duration : 210 C.d. 5.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Llavac, Siniloan, Laguna Contract Id No. : 25dh0042 Locations : Siniloan, Laguna Scope Of Works : Construction Of Multi-purpose Building (covered Court). Approved Budget For The Contract : P 13,365,000.00 Contract Duration : 270 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Flood Control (item 1 To 3) Small B For Building (item 4 & 5). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 23,2025 To February 11,2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0038 - 50,000.00 25dh0039 - 50,000.00 25dh0040 - 50,000.00 25dh0041 - 5,000.00 25dh0042 - 25,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of The Following To Security Guard On Duty; A.) One (1) Company Id And One (1) Valid Government Issued Id, And B.) Authorization Letter (if Not An Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: January 23, 2025
Closing Date11 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Department Of Agrarian Reform - DAR Tender
Security and Emergency Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Name Of Project : Provision Of Security Services For Safeguarding Purposes Of Darpo Properties For January To December 2025 Location : Darpo, Kidapawan City Specifications : Provision Of Security Services (see Attached Annex “a” For The Specifications) Approved Budget : Six Hundred Forty Seven Thousand Pesos Only. For Contract ₱647,000.00 Delivery Date : On The Day Of The Scheduled Activity Security Services ( 3 Guards At P17,972.33/mos. For 12 Months ) January To December 2025 3 Guards Specifications: Average Per Month 13th Month Pay Uniform Allowance Night Differential Pay (basic X 10%) Five Days Incentives Leave Sss Premium Pag-ibig Premium Phic Adm. Overhead And Agency Fee (10%) Value Added Tax (12%)
Closing Date27 Jan 2025
Tender AmountPHP 647 K (USD 11 K)
Department Of Education Division Of Southern Leyte Tender
Others
Philippines
Details: Description No "item Description (item Name & Technical Specifications)" Qty. Unit Unit Cost Approved Budget Of Contract (abc) 1 Security Services: Lot 1 675,000.00 675,000.00 Coverage : One Year Contract Three (3) Security Guards Per Month 1 Guard With 8 Hours (1,600-2,400) 7 Days A Week 1 Guard With 8 Hours (2,400-0800) 7 Days A Week 1 Guard With 8 Hours (0800-1600) 7 Days A Week With Service Firearms And First Aid Kit Compliant With Labor Standard Total 675,000.00 General Conditions 1. All Entries Must Be Legible; Supplier / Contractor / Consultants Certification 2. Bidders Must Attach These Documents Together With Rfq: A. If Total Amount Of Abc Is Php50,000.00 And Above Bidders Must Submit Mayor's Permit, Certificate Of Philgeps Registration, And Omnibus Sworn Statement; Date: B. If Total Amount Of Abc Is Below Php50,000.00 Bidders Must Submit Mayor's Permit And Certificate Of Philgeps Registration Only. C. If Total Amount Of Abc Is Above Php500,000.00 Bidders Must Submit Mayor's Permit, Certificate Of Philgeps Registration, Omnibus Sworn Statement, And Latest Tax Clearance Or Income Tax Return. 3. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item/s At Price/s Noted Above For Immediate Delivery And Shipment Which Can Be Made In __________________ Days From Receipt Of The Purchase Order. " Deped Southern Leyte Rfq No. Pr No. Philgeps Reference No. (if Applicable)" 4. Delivery Period Must Be At Thirty (30) Calendar Days Upon Receipt Of The Purchase Order (indicate The Days Of Delivery In The Bidder’s Certificate Box) 5. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 6. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days; Print Name & Signature Of Authorized Representative 7. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract(abc); 8. Transaction With Deped Southern Leyte Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment Company Tel./fax/mobile No. 9. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal Company Tax Identification No. (tin)
Closing Date20 Jan 2025
Tender AmountPHP 68.6 K (USD 1.1 K)
City Of Sagay Tender
Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Negros Occidental City Of Sagay Bids And Awards Committee Tel. No. 4540196, Telefax 4880187 Www.sagay-city.com.ph Bacsagaycity@yahoo.com Invitation To Bid The City Of Sagay, Through Its Bids And Awards Committee (bac), Invites Suppliers/ Manufacturers/ Distributors/ Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Contract : Provision Of Security Services For The City Government Of Sagay Location : Sagay City, Negros Occidental Brief Description : The Project Requires 45 Security Guards To Render Eight (8) Hours Of Duty Everyday Including Saturdays, Sundays, Legal And Special Holidays For Ten (10) Months From The Month Of March To December, 2025 At The City Hall Building, City Hall Depot, Motor Pool Area, City Health, City Wet Market, City Public Market Mall, Slaughterhouse 3a. Aemsmdh, Kauswagan, Landfill, Old Sagay Port, Veterinary, Nabcor, Nbi, Terminal And Other Sagay City Government Premises. During The Contract Implementation, The Number Of Guards May Be Increased Or Decreased As May Be Deemed Necessary By The City Government Of Sagay. Approved Budget For The Contract (abc) : P 12,900,000.00 Contract Duration : March To December 2025 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years, With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of The Revised R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Activities Schedule 1. Submission Of Expression Of Interest Dec. 27, 2024-january 15, 2025 2. Issuance Of Bid Documents Dec. 27, 2024-january 15, 2025 3. Pre-bid Conference January 03, 2024; 10:00 Am 4. Deadline For Submission And Acceptance Of Bids January 16, 2025; 9:00 Am 5. Opening Of Bids January 16, 2025; 10:00 Am Bid Documents Will Be Available Only To The Prospective Bidders Upon Payment Of A Non-refundable Amount Of Twenty Five Thousand Pesos (php 25,000.00) To The City Of Sagay Cashier. The City Of Sagay Reserves The Right To Reject Or Waive Any Or All Bids, Or Any Informality Therein Or Accept Such Bid Which Maybe Considered Most Advantageous To The Government. Please Secure Bid Documents At The Office Of The Bids And Awards Committee, City Government Center, Sagay City. (sgd) Atty. Ryan I. Bonghanoy Bac Chairman Date Published: December 27, 2024 At Https://www.philgeps.gov Lgu-sagay-6004
Closing Date16 Jan 2025
Tender AmountPHP 12.9 Million (USD 220.8 K)
NATIONAL ECONOMIC AND DEVELOPMENT AUTHORITY REGION V Tender
Food Products
Philippines
Details: Description Invitation To Bid For The Venue And Catering Services For Meetings Of The Neda & Rdc Full Council, Sectoral Committees, Special And Affiliate Committees For Cy 2025 (re-bidding, 2nd Semester) The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit (sec. 14, Chapter Iii) B. Health Certificate Of Food Handlers (sec. 15, Chapter Iii) The Catering Service Provider Agrees: A. To Provide Food And Services Through Blue Plate Or Managed Buffet Or Packed As Requested By The Procuring Entity For The Participants As Provided In And In Accordance With The Set Menu In Section Vi. Schedule Of Requirements, Unless Otherwise Provided In Succeeding Paragraphs B, C, D And E. B. To Provide Food And Services For The Number Of Participants On The Basis Of Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, At Least Two (2) Days Prior To The Meeting/training Schedule. C. During The Meeting/training, To Increase/ Decrease The Number Of Meals/snacks To Be Served Provided That Written Or Verbal Notice Is Given By The Procuring Entity Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative At Least One (1) Day Prior To The Meeting/training Schedule. D. During The Meeting/training, To Adjust Any Specific Food/diet Restrictions (religion Or Health Reasons) If Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, Not Later Than 3pm On The First Day Of Meeting/training. E. To Substitute The Menu For A Specific Meeting/training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Non Slaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. F. To Reschedule/cancel The Meeting/training Due To Fortuitous Event/instances Beyond The Control Of Neda Regional Office 5, Arimbay, Legazpi City. G. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Meeting/training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks And 14) Condiments. H. No Plastic/melawares/ Plates, Spoons. Forks, Bowls, Cups And Saucers I. To Provide Clean Table Cloth, Seat Covers And Table Napkins In Designated Dining Area. J. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “ Clean As You Go” K. Use Of Environment-friendly And Biodegradable Food Packages And Utensils For Packed Meals. Additional Requirements Venue A. To Provide Clean Airconditioned Venue Which Can Accommodate At Least The Number Of Participants Indicated Per Meeting/training With Tables And Chairs. B. To Provide Clean And Accessible Comfort Rooms With Continuous Water Supply, Soap And Tissues At Least One (1) For Female And One (1) For Male. C. To Provide Janitors To Maintain The Cleanliness Of All Comfort Rooms. D. To Provide Standby Generator, In Case Of Power Interruption. E. The Service Provider Shall Not Charge Corkage Fee For Any Food And Drink Brought By Neda Regional Office 5 Inside The Venue. F. To Provide At Least Five (5) Wireless Microphones And Audible And Operational Sound System. G. To Provide At Least One (1) Technical Person To Assist And Operate The Sound System. H. The Venue Should Have An Accessible Emergency Exit With Standby Fire Extinguishers. I. To Provide A Security Guard Or Watchman. J. To Make Available A Water Dispenser In The Venue For The Duration Of The Activity. K. To Provide Projector Or Led Screens For Presentations. L. With Wifi At Least 50mbps Catering Services A. The Neda Regional Office 5 Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of Meeting/training. B. The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Procuring Entity. C. The Service Provider Shall Submit Or Provide Menu For Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits And Fresh Fruit Juices. D. The Service Provider Shall Provide Free Flowing Coffee/tea, Creamer, Sugar, Hot And Cold Water During The Meeting/training To Be Ready At 8:00am. E. The Caterer Shall Schedule Food Tasting At Least A Week Before The Conduct Of The Event. F. The Caterer Shall Serve Consumables Of Snacks And Lunch As Provided In The Schedule Of Requirements Which Shall Be Ready For Inspection By 9:30am For Am Snacks, 11:30am For Lunch And 2:30pm For Pm Snacks. G. The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee The Reservation. H. The Concessionaire Shall Assign At Least Ten Waiters/waitresses In Clean Working Garments In Meeting And Training With: 100 Or More Participants And 2-4 Waiters/waitresses For Meeting/training With Less Than Or Equal To 50 Participants.
Closing Date11 Feb 2025
Tender AmountPHP 1.5 Million (USD 27 K)
BAYAWAN NATIONAL HIGH SCHOOL BAYAWAN CITY NEGROS ORIENTAL Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Vii – Central Visayas Schools Division Of Bayawan City Bayawan National High School – Junior High School Villareal, Bayawan City Request For Quotation No. 2025-001 The Bayawan National High School- Junior High School Intends To Procure “security Services” For Cy 2025 In Accordance With Section 53.9 (negotiated Procurement—smaii Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than January 14, 2025, 10:00 A.m. At The Bayawan National High School- Junior High School, Villareal, Bayawan City, Negros Oriental. Quotations May Also Be Submitted Through Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Certificate Of Philgeps Registration (platinum Membership) And Omnibus Sworn Statement (gppb-prescribed Forms) Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. The Income/business Tax Return (for Abc’s Above Php 500k) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No.’s (035) 527-3952/ (035) 402 5306 Or Email Address At Rutchell.belnas@deped.gov.ph. Rutchell P. Belnas Bac Chairperson Date:____________________ Name Of Company:___________________________________________________ Address: __________________________________________________________ Name Of Store/shop: _________________________________________________ Address: __________________________________________________________ Tin: ______________________________________________________________ Philgeps Registration Number: ________________________________________ Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Item Description Total Quantity Bidder’s Statement Of Compliance Unit Cost (vat Inclusive) Total Cost (vat Inclusive) 1. Security Services For Cy 2025 1 Lot Terms And Conditions: Must Provide One (1) Security Guard Who Is Qualified, Licensed, Uniformed, Bonded, Highly Trained, Unarmed And Must Only Carry Baton And Handcuffs While On Duty. Must Provide Twelve (12) Hours Duty And Security Protection On A Daily Basis Except On Saturdays, Sundays And Holidays. *the Above Quoted Prices Are Inclusive If All Costs And Applicable Taxes. Schedule Of Requirements Bidders Must State “comply” Or Any Equivalent Term In The Column “bidders Statement Of Compliance” Against Each Of The Individual Parameters Of Each Schedule. Bidder’s Statement Of Compliance A. Fifteen (15) Calendar Days From Receipt Of Notice To Proceed. Financial Offer Approved Budget For The Contract Total Offered Quotation One Hundred Eighty Thousand Pesos Only (php 180, 000.00) In Words: ___________________________ _____________________________________ _____________________________________ _____________________________________ In Figures: __________________________ _____________________________________ _____________________________________ _____________________________________ Final Payment: Payment Shall Be Made Promptly, But In No Case Later Than Thirty (30) Days After Submission Of Billing Statement/invoice And Upon Fulfillment Of Other Obligations As Stipulated In The Contract As Well As Upon Inspection And Acceptance Of The Goods By The End User. ____________________________ Signature Over Printed Name ____________________________ Position/designation ____________________________ Office Telephone No. ____________________________ Fax/mobile No. ____________________________ Email Address/es Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotation Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of The Contract Shall Be Made To The Lowest Calculated And Responsive Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representatives/s. 7. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 8. The Bnhs-junior High School Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bnhs-junior High School Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 10. Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Withing The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bnhs-junior High School May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. ____________________________ Signature Over Printed Name ____________________________ Position/designation ____________________________ Office Telephone No. ____________________________ Fax/mobile No. ____________________________ Email Address/es
Closing Date14 Jan 2025
Tender AmountPHP 180 K (USD 3 K)
1071-1080 of 1140 archived Tenders