Shoes Tenders
Shoes Tenders
National Irrigation Administration Tender
Machinery and Tools...+1Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Supply And Delivery Of Spare Parts The National Irrigation Administration – Upper Pampanga River Integrated Irrigation Systems – Dam And Reservoir Division (nia-upriis-drd), Hereinafter Referred To As The “purchaser”, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Submit Its Best Price Offer For The Item/s Described Herein, Subject To The Technical Specifications, Terms And Conditions, Through Negotiated Procurement – Small Value Procurement (svp) (sec. 53.9, Irr Of R.a. No. 9184) With An Approved Budget For The Contract (abc) Of One Hundred Nineteen Thousand Eight Hundred Pesos Only (php119,800.00), To Wit: Item/lot No. Quantity Unit Item Description Purpose: Tires And Other Spare Parts For Mitsubishi Strada (cam 9698) & Front Tires For Hino Dump Truck (njg 3640) 1 1 Set Mitsubishi Strada Pick Up (cam 9698) • Roll Bar Material: 76.2 Mm High Quality Steel Tube. Size: 210 X 80 X 40 Cm. Weight: 23.5 Kilograms Signal Light Brake Light 3rd 2 4 Pcs Mitsubishi Strada Pick Up (cam 9698) • Tires Tubeless H/t 265-65-r17 3 1 Unit Mitsubishi Strada Pick Up (cam 9698) • Wheel Balancing And Wheel Alignment 4 1 Lot Mitsubishi Strada Pick Up (cam 9698) • Automatic Transmission Change Oil Pms (job Out) • Automatic Transmission Fluid • Transmission Filter 5 1 Set Mitsubishi Strada Pick Up (cam 9698) • Fan Belt (alternator And Aircon Belt) 6 1 Set Mitsubishi Strada Pick Up (cam 9698) • Brake Pads 7 1 Set Mitsubishi Strada Pick Up (cam 9698) • Brake Shoe 8 2 Pcs Hino Mini Dump Truck (ngj 3640) • Tires, Supermiller 7.5-r16 (front) 9 1 Unit Hino Mini Dump Truck (ngj 3640) • Labor ***nothing Follows*** Terms And Conditions 1. Procurement Procedures Will Be Conducted In Accordance With The 2016 Revised Implementing Rules And Regulations (irr) Of R.a. No. 9184. 2. The Prospective Supplier Shall Submit The Duly Accomplished Quotation Form (attachment A). Envelop Marked “repairs & Maintenance Of Transportation Equipment. With Pr# 2025-01-003 And Rfq No.md-25-01-007” And Must Be Submitted/delivered Not Later Than _______________________, At The Nia-upriis-drd, Brgy. Fatima, Pantabangan, Nueva Ecija. 4. The Details On The Item Description Are The Purchaser’s Minimum Technical Specifications And Must Be Complied On A Pass/fail Basis. Failure To Meet Any Of The Required Specifications Shall Be Rejected. 5. The Bidder/supplier May Offer Higher Specifications Or Additional Items For Free. 6. Quotations Exceeding The Abc Shall Be Rejected. 7. It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item Separately And Award Will Be Made To The Quotation Resulting In The Overall Lowest Calculated Cost Subject To Post-qualification. 8. Contract Award Will Be Made To The Lowest Calculated And Responsive Quotation. 9. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Considering The Cost Of Money, To Account For Government Agencies Usually Buying On Credit Terms, And Incidental Expenses Like Freight, Insurance, Taxes, Installation Costs, And Training Cost, If Necessary. 10. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. 11. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of Purchase Order. 12. The Delivery Of The Item Shall Be Made Only During Working Days And Hours. 13. Liquidated Damages Equivalent To One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay Shall Be Imposed. 14. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of Contract, The Purchaser/procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 15. The “purchaser” Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. The “purchaser” Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/s. The “purchaser” Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. Daryl V. Pascua Chairperson, Bac For Goods And Services Mrd _______ Attachment A Quotation Form The Chairperson Bids And Awards Committee For Goods & Services National Irrigation Administration – Upriis-drd Fatima, Pantabangan, Nueva Ecija Sir: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, Terms And Conditions, We, The Undersigned Offer To Supply/deliver The Following Items/services With Our Best Price Offer, To Wit: Item/lot No. Item Description Quantity Unit Unit Price Total Price 1 Mitsubishi Strada Pick Up (cam 9698) • Roll Bar Material: 76.2 Mm High Quality Steel Tube. Size: 210 X 80 X 40 Cm. Weight: 23.5 Kilograms Signal Light Brake Light 3rd 1 Unit 2 Mitsubishi Strada Pick Up (cam 9698) • Tires Tubeless H/t 265-65-r17 4 Pcs 3 Mitsubishi Strada Pick Up (cam 9698) • Wheel Balancing And Wheel Alignment 1 Unit 4 Mitsubishi Strada Pick Up (cam 9698) • Automatic Transmission Change Oil Pms (job Out) • Automatic Transmission Fluid • Transmission Filter 1 Unit 5 Mitsubishi Strada Pick Up (cam 9698) • Fan Belt (alternator And Aircon Belt) 1 Set 6 Mitsubishi Strada Pick Up (cam 9698) • Brake Pads 1 Set 7 Mitsubishi Strada Pick Up (cam 9698) • Brake Shoe 1 Set 8 Hino Mini Dump Truck (ngj 3640) • Tires, Supermiller 7.5-r16 (front) 2 Pcs 9 Hino Mini Dump Truck (ngj 3640) • Labor 1 Unit ***nothing Follows*** Amount In Words: Grand Total Note: All Items Shall Be Covered By Not Less Than Six (6) Months Warranty On Parts And Labor) We Undertake, If Our Quotation Is Accepted, We Supply And Deliver The Above Goods Within Fifteen (15) Days Period From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Will Be Made To The Winning Supplier And The Lowest Calculated And Responsive Quotation After The Inspection And Acceptance Of The Delivered Goods/item. ____________________________ Signature Over Printed Name Of The Supplier’s Authorize Representative Designation: ___________________________ Name Of Company/store/shop: ______________________________________ Address: _______________________________________________ Contact No.: ___________________________ Tin: _________________________________ Philgeps Registration: ________________________ Mayor’s/business Permit: ____________________________
Closing Date27 Jan 2025
Tender AmountPHP 119.8 K (USD 2 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0004 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0003 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0002 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
amendment 0001 Has Been Posted (see Attachments)
-----------------------------------------------------------------------------------------------------------
planned Award Year: 2025
contracting Office Zip Code: 96915
description:environmental Idiq Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response At Joint Region Marianas, Guam.
this Requirement Is For Environmental Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response For All Supported Component And Tenant Commands Under Joint Region Marianas. The Work (task Orders) Includes Operation Of A Conforming Storage Facility (csf); Management Of Less-than-90-day Storage Facilities; Management Of Satellite Accumulation Sites (sas) And Initial Accumulation Points (iap); Daily Management, Collection And Disposal Of Hazardous Material (hm), Hazardous Waste (hw), And Other Regulated Waste (orw) Such As But Not Restricted To Asbestos, Lead-based Paint, And Pcbs; Occasional Management, Disposal, And Collection Of Non-hw; Sampling, Testing, And Laboratory Analysis For Hazardous Waste, Regulated Waste, And Unknown Waste Determination; Oil And Hazardous Substance Spill Response, Cleanup, Sampling, Laboratory Analysis, And Disposal.
procurement Method: Far Part 15 Contracting By Negotiation Utilizing The Tradeoff Process In Accordance With Far 15.101-1.
contract Type: This Acquistion Is For One (1)combination Firm Fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Service Contract Comprised Of Recurring And Non-recurring Work Items.
contract Term:the Contract Term Will Be A Base Period Of 12 Months, With Four (4) 12-month Option Periods. The Total Term Of The Contract, Including Options, Will Not Exceed 60 Months. If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six (6) Months Per Far Clause 52.217-8. Concurrently With The Award Of The Basic Contract, The Government Intends To Issue A Task Order To Obligate The Contract Minimum Guarantee For Clin 0001, Mobilization And Base Period Recurring Work. The Maximum Value Of The Contract Will Be The Total Value Of All The Contract Line Items In The Schedule.
this Contract Will Replace A Contract For Similar Services Awarded In Fy2020 For $9,311,231.46 (firm Fixed-price Portion) And $15,688,768.54 (indefinite Quantity Estimate/maximum Value Per Year). Information About The Current Contract And The Incumbent Contractor (e.g., Value Of Last Option Exercised, Firm Name, Address, Etc.) Is Included In Notice No. 1 General Info. Requests Under The Freedom Of Information Act Are Not Required For This Information.
solicitation Documents: Offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://www.sam.gov Under “contract Opportunities.” No Hard Copies Will Be Provided. Notifications Of Any Amendments To The Solicitation Will Be Made Available Https://www.sam.gov. It Is The Sole Responsibility Of The Offeror To Continually View The Websites For Any Amendments Issued To The Solicitation.
restricted To Small Business:the Proposed Contract Listed Here Is 100 Percent Small Business Set-aside. The Government Will Only Accept Offers From Small Business Concerns.
source Selection Procedures:the Solicitation Utilizes Source Selection Procedures Which Require Offerors To Submit A Technical Proposal, Past Performance And Experience Information, And A Price Proposal For Evaluation By The Government.
place Of Performance: The Place Of Performance For This Contract Is Naval Base Guam (nbg), Andersen Air Force Base (aafb) And Marine Corps Base Camp Blaz (mcbcb), Joint Region Marianas, Located In Guam.
sources Sought: A Sources Sought Notice (n4019225r5000) For This Procurement Was Posted On 15 October 2024 On Sam.gov, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potential Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement For Small Business Concerns. The Navfac Marianas Business Office Concurs With This Decision.
written Pre-proposal Conference: In Lieu Of Pre-proposal Conference Meeting, Written Pre-proposal Conference Slides (attachment Jl-13) Relative To This Rfp Are Included In This Solicitation. Offerors Are Strongly Encouraged To Read The Presentation Slide And Provide Comments, Constructive Criticism, And Identification/notification Of Rfp Inconsistencies Using Attachment Jl-1 Of The Solicitation. Offerors Are Requested To Submit Completed Attachment Jl-1, At Least Five (5) Days Prior To The Site Visit To Ms. Jerica Santos Via Email At Jerica.a.santos.civ@us.navy.mil. All Questions Must Be In Writing. Responses To Submitted Questions And The Written Pre-proposal Conference Information Will Be Posted Via Solicitation Amendment.
site Visit:a One-time Site Visit Is Scheduled For Tuesday, 17 December 2024 At Multiple Locations On Naval Base Guam (nbg) And Andersen Air Force Base (aafb). For The Nbg Site Visit, Participants Must First Meet Promptly At The Nbg Visitor Control Center At 9:00 A.m. (chst). For The Aafb Site Visit, Participants Must First Meet Promptly At The Aafb Visitor Control Center At 2:00 P.m. (chst). At Both Meeting Locations, Participants Must Sign-in And Will Be Provided Maps To The Site Visit Locations. However, The Government Will Lead All Attendees By Motorcade Throughout The Site Visit.
all Attendees Are Required To Have Base Access To Enter Nbg And Aafb Sites. Due To Potential Lengthy Processing Times For Base Access, The Government Recommends Utilizing Contractor Participants Who Already Have Current Base Access To Nbg And Aafb Sites.it Is The Contractor’s Responsibility To Ensure That Attendees Have Base Access On This Date.
please Limit The Number Of Attendees To Two (2) Per Contractor.
attendees Must Wear Approriate Safety Gear (hard Hat, Reflective Vest And Steel Toe Shoes).
the Government Will Not Provide Answers To Verbal Questions Asked Before, During, Or After The Site Visit. Offerors Are Requested To Provide Any Questions That They May Have During The Site Visit In A Written Format Using Attachment Jl-1.
important Note: Government Remarks And Explanations Addressed During The Site Visit Shall Not Qualify Or Alter The Terms And Conditions Of The Solicitation. Only The Contracting Officer May Amend The Solicitation, Including The Performance Work Statement, And Will Do So In Writing
nbg Access
interested Attendees Requiring Base Access To Nbg Must Complete The Following:
1.secnav 5512 Form (attachment Jl-4)
2.one (1) Base Access Request Form (attachment Jl-5) Per Company And Obtain The Government Sponsor’s Signature (email Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil), And
3. Submit Hard Copies Of All Required Documents And Personal Identification To The Nbg Visitor Control Center Located Outside The Main Navy Base Front Gate In Santa Rita, Guam.
note: Interested Attendees That Are Foreign Nationals Must Also Complete A Foreign National Biometric Data Form (attachment Jl-6).
nbg Access Forms Must Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals Prior To Submitting Hard Copies To Nbg Visitor Control Center.
please Direct Any Nbg Base Access Questions And Concerns To The Nbg Visitor Control Center At (671) 339-1280.
aafb Access
interested Attendees Requiring Base Access To Aafb Must Complete The Following:
1. Base Access Form - Contractor Memorandum (fill-in Information In Red) (attachment Jl-7)
2.base Access Affidavit 2020 (completed For Each Visitor) (attachment Jl-8)
3.interstate Identification Index (iii) Log (attachment Jl-9)
-complete In Accordance With The “how To Fill Out The Iii Log” (attachment Jl-10)
4.either A U.s. Passport Or Real Id Act Driver’s License/id. See Base Access Entry Policy (attachment Jl-11).
5.foreign National Access Request Form (as Applicable To Include Required Supporting Documentation) (attachment Jl-12)
6.indicate If The Individual Has An Approved Dbids
the Completed Forms Shall Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals. Contractors Are Responsible For The Submission Of Signed Base Access Requests (bars) To The Visitor Control Center (vcc) Via Email At 36sfs.vcc@us.af.mil In Order To Obtain A Tracking Number.
on The Day Of The Site Visit, Contractors Who Do Not Have Dbids Shall Bring Their U.s. Passport Or Real Id Compliant Id, A Copy Of Their “base Access Affidavit” And “iii Log” And Tracking Number To The Vcc (northgate), Andersen Air Force Base For Pick-up Of Approved Base Pass. Please Allow Ample Time To Do So, As Long Lines May Cause Delays.
please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date, They May Not Be Able To Attend The Site Visit.
the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release.
notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After Closing Of Receipt Of Proposals. Offerors Are Cautioned To Carefully Read Instructions And Ensure Proposals Are Submitted In Accordance With The Solicitation, Section L.
Closing Date8 Jan 2025
Tender AmountRefer Documents
City Government Iligan Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 2,801,581.61 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Drainage System Improvement Program. Brgy. Luinab, Iligan City With Project No. Cb(b)-25-003 (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 Drainage System Improvement Program. Brgy. Luinab, Iligan City General Requirements •installation Of Project Billboards •occupational Safety And Health Program •mobilization And Demobilization Earth Works •excavation For Box Culvert, Rcp,catch Basin, Pccp, Roadside And Riprap.. •embankment From Excavation For Box Culvert, Rcp And Catch Basins •gravel Filling For Box Culvert, Rcp, Catch Basin, Pccp, Roadside And Riprap. • Filling Of Aggregate Base Coarse For Pccp. Grouted Riprap •installation Of Grouted Riprap (class A) Clearing, Grubbing & Dredging •clearing Of Trashes •grubbing Of Soil •dredging Of Soils And Other Sedimentation Concrete Works •concrete Pouring For Roadside, Lean Concrete, And Side Drainage @ 3000psi. Catch Basins •concrete Pouring For Catch Basins @ 3500psi •installation Of 16mm Ø Rsb Reinforced Concrete Pipe •installation Of 24" Dia. Reinforece Concrete Pipe •concrete Collar For Evey Joint Of Rcp Demolition And Removal •demolition Of Existing Pccp •demolition Of Existing Boxculvert •demolition Of One Side Drainage •removal Of Demolished Materials Steel Reinforcement •installation Of 12mm Ø Rsb •installation Of 16mm Ø Rsb Box Culvert •concrete Pouring For Box Culvert @ 3500psi •installation Of 16mm 0 Rsb •boulder ( 6" Ø To 12" Ø) Filling For Box Culvert Pccp (reinforced) - 0.2m Thk. •ready Mix Concrete Pouring For Pccp @ 3500psi •installation Of 16mm Ø Rsb •boulder ( 6"0 To 12"0) Filling For Pccp (block1) I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 3"x 10' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project -in-charge,technicals Personnels To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor; Site Of Temporary Facilities Will Be Determined By The Project Engineer; Field Office For The Field Engineer (standard Engineer Field Camp,office Table And Chair) V.clearing, Grubbing & Dredging (q = 1.00 Lot) Vi.demolition And Removal (q = 1.00 Lot) Vii.earthworks (q = 137.73 Cu.m.) Includes Volume To Be Excavated: Box Culvert Excavation = 41.77 Cu.m.; Reinforce Concrete Pipe Excavation = 12 Cu.m.; Catch Basin - 1excavation = 4.95 Cu.m.; Catch Basin - 2 Excavation = 6.19 Cu.m.; Pccp = 28.18 Cu.m.; Roadside And Riprap Excavation =17.72 Cu.m.; Embankment From Excavation (15% Shrinkage Factor): Box Culvert Soil Embankment = 14.41 Cu.m.; Reinforce Concerete Pipe Soil Embankment = 3 Cu.m.; Side Drainage = 6.00 Cu.m.; Washed Gravel (gravel Bedding With 20% Shrinkage Factor): Box Culvert = 1.71 Cu.m.; Reinforce Concerete Pipe = 9.00 Cu.m.; Catch Basin = 0.47 Cu.m.; Pccp = 14.09 Cu.m.; Riprap = 2.16 Cu.m.; Side Drainage = 4.38 Cu.m.; Aggregate Base Coarse (gravel Bedding With 20% Shrinkage Factor): Roadside = 0.43 Cu.m.; Box Culvert (pccp Restoration) = 1.22 Cu.m.; Reinforce Concrete Pipe (pccp Restoration) = 3.00 Cu.m.; Pccp = 14.09 Cu.m. Viii. Concrete Works (q = 26.05 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. Ix.steel Reinforcements (q = 898.61 Kgs.) Includes 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.catch Basin (q = 4.03 Cu.m.) Includes 12mm Dia. X 6m Dsb, #16 G. I. Tie Wire, Portland Cement (3500psi), Wash Sand, Washed Gravel. Xi.box Culvert (q = 7.43 Cu.m.) Includes 16mm Dia. X 6m Dsb, #16 G. I.tie Wire, Ready Mix Concrete (3500 Psi @ 14 Days), Marine Plywood 12mm Thk 4 ' X 8 ', Assorted Coco Lumber, Assorted Sizes C.w Nails, Boulders : 6"ø To 12" Ø. Xii.reinforce Concrete Pipe (q = 10.00 L.m.) Includes 24" Dia. Reinforece Concrete Pipe - 1m/pc, Portland Cement, Collar (3000psi), Washed Sand, Washed Gravel. Xiii. Pccp (reinforced) - 0.2m Thk. (q = 18.31 Cu.m.) Includes Ready Mix Concrete (3500 Psi @ 14 Days): Pccp Restoration (box Culvert) = 1.22 Cu.m., Pccp Restoration (rcp) = 3.00 Cu.m., Pccp = 14.09 Cu.m.; Steel Forms (rental); Curing Compund; Concrete Saw (diamond Blade 14"); Asphalt Sealant; Grease/tar; Boulders : 6110 To 12"ø (pccp (block 2) = 5.49 Cu.m.). Xiv.grouted Riprap (class A) (q = 11.97 Cu.m.) Includes Portland Cement, Washed Sand, Boulders - Class A, 8" Ø To 14" Ø, Washed Gravel. Approved Budget For The Contract (abc): P 2,801,581.61 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 Twenty (120) 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. 25-003 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 2.8 Million (USD 47.7 K)
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Gen Fund-20% / Dev. Fund / Sb No. 2 Cy 2024, Intend To Apply The Sum Of P 14,491,947.25 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Redevelopment Of Public Cemeteries (phase I), Brgy. Villa Verde, Iligan City With Project No. Cb(b)-24-137 (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 Redevelopment Of Public Cemeteries (phase I), Brgy. Villa Verde, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Permits And Clearance • Mobilization And Demobilization • Removal / Demolition • Mobilization Of Exhume Bodies • Tum Over Steel Reinforcement • Footings •columns • Wall Footings •pantheons And Chamber • Pedestal •slab Carpentry Works • Temporary Pantheon & Chamber Earthworks • Staking, Lay-out Of Lines, Grades & Elevation Of The Fence And Pantheons To Be Constructed As Per Plan And Specifications • Excavation Work For Footings, Wall Footings, Pedestal Footing • Gravel Bedding For Footings, Wall Footings, Pantheons Slab • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Masonry Works • Chb Fence (4 In. Chb) • Plastering (inside Wall Of Cemetery And Front Wall) Painting Works • Concrete Pedestal • Fence (inside & Front Wall Only) • Cemetery Cross • Man Gates & Main Gates • Cemetery Signages • Pantheon And Chamber Electrical Works • Complete Installation Of The Service Entrance Wires And Equipments . • Assembly And Installation Of Light Poles • Installation And Complete Overhead Wiring Of 100w Led Flood Lights Steel Works • Fence • Man Gate And Main Gate • Cemetery Cross • Cemetery Signages Concrete Work, Formwork & Scaffolding • Footings • Wall Footings • Pedestal • Columns • Scaffolding For Temporary Pantheon W/ Base Plate • Pantheons And Chamber • Slab I.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"x8" 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.permits And Clearance (q = 1.00 Is) Includes Fire Safety Evaluation Fee 0.1% Of Total Material Cost + 500, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). D.mobilization / Demobilization (q = 1.00 Lot) E. Demolition/removal (exhume Body) (q = 1.00 Lot) Ii.earthworks A. Structural Excavation (q = 269.68 Cu.m) B. Gravel Bed (q = 53.52 Cu.m) Includes Washed Gravel. C.compaction (q = 525.82 Sq.m) Iii.steel Works A.steel Works (q = 1.00 Lot) Includes 50mm Dia Gi Pipe (scaffolding), 150mm X 150mm X 6mm Thk Base Plate, Accessories (scaffolding), 25mm X 25mm X 6000 X 4mm Angle Bar, Signage, 50mm X 6mm Thk Flat Bar, Perforated Panel, 75mm X 50mm X 2mm Tubular Pipe, 25mm X 50mm X 3mm Tubular Pipe. Iv.formwork & Scaffolding A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, 2"x3" Coco Lumber, Assorted Sizes C.w. Nails. V.carpentry Works A.carpentry Works ( Q = 1.00 Lot) Includes Assorted Nail, Total 1/2" Thk Plywood, 25mm Thk Phenolic Board, Plastic Bag, Laminated Sakolin 12ft. Vi.reinforce Concrete Works A.concrete Works (q = 442.66 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B.reinforcing Steel Works (q = 44,119.26 Kgs.) Includes 12mm Ø Dsb, 10mm Ø Dsb, 16mm Ø Dsb, No. 16 G.i. Tie Wire. Vii.masonry Works A.masonry Works (q = 423.80 Sq.m) Includes 4" Chb 700psi, Portland Cement, Washed Sand. Viii.painting Works A.painting Works (q = 1,236.16 Sq.m) Includes Skim Coat 20kg, Primer, Putty, Topcoat, Lacquer Thinner, Red Oxide Primer, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ",paint Brush 1", Sand Paper (assorted Sizes). Ix.electrical Works A.electrical Works (q = 1.00 Lot) Includes Service Entrance Cap,1-1/4"ø; Emt Pipe, 1-1/4"xl0'; Emt Connectors; Secondary Rack W/spool Nsulator,2-pole,w/screws; Grounding Rod,10ft,1/2",copper Plated; Ground Clamp,1/2",copper Plated; Grounding Busbar, Copper; Circuit Breaker Enclosure, Nema 3r,2p,bolt-on; Moulded Case Circuit Breaker, 100at, 100af, 2p, 30kaic @ 415vac; Dob Led Flood Light, 100w, 220-240v,ip65, Daylight; Cu Wire, 5.5mm2,thhn/thwn-2, Stranded; Tapered Straight Pole,2.5mm Thick, 4.5m/15ft, 4" Bottom Ø, 2"-top Ø, W/ 200x200x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts, W/ Single Crossarm; Cu Wire,8.0mm2,thhn/thwn- 2,stranded (green - Grounding Wire); Cu Wire,30mm2,thhn/thwn-2, Stranded, Phelps Dodge; Electrical Tape,0.16x19x16000 Mm, Royu. Approved Budget For The Contract (abc): P 14,491,947.25 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 Two Hundred Seventy (270) 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, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, 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 25,000.00 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. 24-137 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 14.4 Million (USD 247.1 K)
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...+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)
City Government Of Navotas Tender
Automobiles and Auto Parts
Philippines
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement For The Repair & Maintenance Of Transportation Equipment: Motor Vehicle Under The Repair & Maintenance Fund Of The City General Services Office Lot 1-repair & Maintenance Of Transportation Equipment: Motor Vehicle Unit Qty "item Description " Unit Cost " Lot 1 Repair And Maintenance Of Transportation Equipment : Motor Vehicle 1,000,000.00 Ordering Agreement - Supply Of Vehicle Parts For Minor Repairs And Maintenance At The Navotas Motorpool For 4 - Wheel Vehicles Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 950.00 Pc/s 50 Handle Switch 1,200.00 Pc/s 100 Oil Seal 950.00 Pc/s 100 Battery Terminal Ci Brass 260.00 Pc/s 50 Brake Master 4,700.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 2,500.00 Set/s 100 Brake Shoe 3,500.00 Pc/s 100 Drum Brake 6,900.00 Pc/s 100 Brake Hose 950.00 Pc/s 100 Bleeder Valve 1,250.00 Pc/s 100 Return Spring 950.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 300 Clips 75.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,900.00 Pc/s 100 Headlight Bulb 850.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Brake Light 250.00 Pc/s 100 Signal Light Bulb 150.00 Pc/s 100 Clutch Cable 3,900.00 Pc/s 100 Gas Cable 2,500.00 Mtr/s 50 Copper Tube 250.00 Pc/s 100 Hand Brake Cable 2,500.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 1,200.00 Pc/s 50 Hose-radiator Inlet 3,600.00 Pc/s 50 Hose-radiator Outlet "b" 3,100.00 Pc/s 50 Hose-radiator Outlet "c" 3,800.00 Pc/s 50 Hose-radiator Outlet 1,900.00 Pc/s 50 Hose-fill Line 1,350.00 Pc/s 50 Hose-heater 1,315.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 3,700.00 Pc/s 50 Ribbed Belt-v 3,400.00 Pc/s 100 Radiator Hose 1,700.00 Pc/s 100 Radiator Cap 1,200.00 Pc/s 100 Fan Belt 1,600.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 380.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 1,450.00 Pc/s 50 Wheel Cylinder 1,650.00 Pc/s 150 Seal 350.00 Box/s 30 Automotive Fuse 5a,10a,15a,20a,25a,30a 350.00 Assy/s 50 Horn 2,400.00 Pc/s 100 Relay 950.00 Ltr/s 150 Gear Oil 375.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 2,450.00 Pc/s 100 Tube 750.00 Pc/s 100 Truck Tubes 1,200.00 Pc/s 100 Flap 550.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 3,100.00 Assy/s 50 Secondary Master 2,500.00 Set/s 50 Fender Liner 2,500.00 Pc/s 50 Floor Guard Rubber 3,000.00 Pc/s 50 Steering Wheel Cover 2,200.00 Pc/s 50 Side Mirror 1,200.00 Pc/s 50 Side Mirror Glass Only 350.00 Pc/s 50 Oil Filter 850.00 Pc/s 50 Coil 1,500.00 Unit 20 Radiator Assy. 5,200.00 Bottle/s 50 Coolant 3l 750.00 Bottle/s 100 Engine Oil 800ml 650.00 Assy. 30 Starter Motor Assy 10,990.00 Assy. 30 Alternator Assy 11,500.00 Pc/s 20 Alternator Pulley 950.00 Assy. 30 Fan Motor Assy. 3,800.00 Bottle/s 100 Brake Fluid 3l 340.00 Assy. 20 Fuel Pump Assy. 1,750.00 Pc/s 20 Clutch Disc 4,700.00 Pc/s 20 Clutch Cover 4,450.00 Pc/s 20 Pressure Plate 4,650.00 Pc/s 20 Release Bearing 2,150.00 Pc/s 30 Timing Belt 3,500.00 Pc/s 30 Tensioner Bearing 2,250.00 Pc/s 30 Tensioner Adjuster 950.00 Pc/s 30 Camshaft Oil Seal 1,350.00 Pc/s 50 Fuel Filter 980.00 Pc/s 20 Hydrovac Brake Booster 9,500.00 Pc/s 20 Ignition Switch 3,800.00 Pc/s 20 Intake Manifold Gasket 1,200.00 Pc/s 20 Intake/exhaust Valve 850.00 Pc/s 20 Knucle Bearing 1,200.00 Set/s 20 Leaf Spring Set 4,350.00 Pc/s 20 Main Bearing 3,500.00 Pc/s 20 Connecting Rod 3,800.00 Pc/s 20 Thrust Washer 1,450.00 Pc/s 20 Regulator 2,500.00 Pc/s 50 Car Charger Cigar Port 490.00 Pc/s 20 Steering Bearing 2,500.00 Pc/s 50 Ignition Coil 1,950.00 Pc/s 50 U-bolt 350.00 Pc/s 20 Power Steering Fluid Reservoir 1,350.00 Pc/s 20 Rotor Disc 4,950.00 Pc/s 20 Ball Joint 1,950.00 Set/s 20 Stabilizer Link 2,450.00 Pc/s 20 Bearing 1,350.00 Assy. 20 Shock Absorber 4,500.00 Set/s 30 Coil Spring 3,500.00 Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 650.00 Pc/s 100 Oil Seal 350.00 Pc/s 100 Oil Filter 180.00 Pc/s 100 Engine Oil 550.00 Pc/s 100 Battery Terminal Ci Brass 100.00 Pc/s 50 Brake Master 950.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 850.00 Set/s 100 Brake Shoe 950.00 Pc/s 100 Drum Brake 950.00 Pc/s 100 Brake Hose 650.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,750.00 Pc/s 100 Headlight Bulb 250.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Clutch Cable 550.00 Pc/s 100 Gas Cable 750.00 Pc/s 100 Hand Brake Cable 890.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 550.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 1,200.00 Pc/s 150 Flyball 140.00 Pc/s 150 Slider 140.00 Pc/s 100 Pulley 950.00 Pc/s 100 Radiator Hose 650.00 Pc/s 100 Radiator Cap 490.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 650.00 Pc/s 5 E-cab 1000 Battery Charger 10,500.00 Pc/s 10 Wiper Motor 2,200.00 Pc/s 10 Meter Assy. 1,500.00 Pc/s 10 E-cab Braker 350.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 750.00 Pc/s 50 Wheel Cylinder 850.00 Pc/s 150 Automotive Fuse 65.00 Assy/s 50 Horn 950.00 Pc/s 100 Relay 320.00 Ltr/s 150 Gear Oil 375.00 Pc/s 20 Breaker 450.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 350.00 Pc/s 50 Fun350 395.00 Set/s 50 Sprocket & Chain Set 6,800.00 Pc/s 50 Ecargo 375.00 Pc/s 100 Tube 280.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 2,500.00 Pc/s 30 Side Stand 650.00 Pc/s 30 Center Stand 1,500.00 Pc/s 50 Wiper Arm 1,500.00 Assy/s 30 Exhaust Pipe 2,500.00 Pc/s 50 Stand Spring 150.00 Pc/s 50 Side Mirror 450.00 Pc/s 50 Chain 3,000.00 Pc/s 50 Front Sprocket 1,450.00 Pc/s 50 Rear Sprocket 2,800.00 Pc/s 50 Fender 980.00 Assy/s 50 Shock Absorber 2,500.00 Set/s 50 Sprocket & Chain Set 6,800.00 -tires Pc/s 10 10.00r20 18,500.00 Pc/s 10 11r22.5 25,500.00 Pc/s 10 165/80r13 5,400.00 Pc/s 30 185/60r15 5,700.00 Pc/s 50 185/70r14 6,000.00 Pc/s 30 185/70r15 8,600.00 Pc/s 30 185/80r14 7,100.00 Pc/s 40 185r-14c 6,700.00 Pc/s 10 195/70r15c 7,250.00 Pc/s 20 195r14c 8ply 7,600.00 Pc/s 50 195r15 7,680.00 Pc/s 30 205/65r16 8,600.00 Pc/s 20 205/85r16 13,100.00 Pc/s 50 205/65r15 8,400.00 Pc/s 30 215/70r - 16c 9,570.00 Pc/s 20 235/75r17.5 15,100.00 Pc/s 10 235/70r15 9,900.00 Pc/s 10 295/70r17 39,500.00 Pc/s 30 750/16 14,600.00 Pc/s 30 700/16 11,100.00 Pc/s 20 7.00/15 13,500.00 Pc/s 30 R(3.25-17) 3,100.00 Pc/s 30 F(2.75 - 17) 3,000.00 Pc/s 30 70-90-14 4,100.00 Pc/s 30 F(80-90-14) 4,100.00 Pc/s 30 (2.75-18) 2,850.00 Pc/s 30 (2.75-17) 2,500.00 Pc/s 30 (3.75-17) 2,800.00 Pc/s 30 (3.75 - 12) 2,900.00 Pc/s 30 (3.50 - 12) 2,750.00 Pc/s 30 (4.10-18) 3,600.00 Pc/s 30 (2.75-21) 4,300.00 Pc/s 30 (80/80-14) 3,800.00 Pc/s 30 (90/80-14) 4,100.00 Pc/s 30 2.75 – 17 2,650.00 Pc/s 30 3.00 – 17 2,850.00 -batteries Pc/s 30 Mg7l 4,000.00 Pc/s 30 Yb7bl 2,200.00 Pc/s 30 Ytx4l 2,200.00 Pc/s 30 12n9-4b-1 2,200.00 Pc/s 30 2sm 8,600.00 Pc/s 50 3sm 9,900.00 Pc/s 30 6sm 11,800.00 Pc/s 30 B24l 8,300.00 Pc/s 30 Ln3 11,000.00 Pc/s 20 2d 14,500.00 Pc/s 20 4d 16,200.00 Pc/s 20 8d 21,800.00 Pc/s 30 Ns60 8,300.00 Pc/s 15 E-cab Battery 11,200.00 -wiper Blades Pc/s 50 12" 500.00 Pc/s 50 14" 550.00 Pc/s 50 16" 600.00 Pc/s 50 17" 650.00 Pc/s 50 18" 700.00 Pc/s 50 19" 700.00 Pc/s 50 20" 750.00 Pc/s 50 21" 800.00 Pc/s 50 24" 850.00 Pc/s 50 26" 900.00 -lot 1 Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies 200,000.00 Gal. 100 Car Wash And Wax Shampoo 330.00 Bottle/s 100 Car Wax, Wax And Dry, 769ml 880.00 Oz. 100 Carnauba Cleaner Paste Wax 14 Fl 850.00 Bottle/s 100 High Gloss Tire Black, 250ml 330.00 Pc/s 150 Chamois Towel 380.00 Pack/s 150 Microfiber Absorbent Square Towel 40*40cm 250.00 Set/s 10 6-32mm Combination Wrench Set 4,500.00 Set/s 10 Professional Car Tools Socket Wrench Complete Set 7,800.00 Set/s 10 Diagonal Combination Long Nose Pump Plier Pliers Set 2,000.00 Set/s 10 Tools Original Rapid Cross Wrench 17,19,21,23mm 2,140.00 Set/s 10 Vise Grip Set 5wr And 10wr (set) 2,500.00 Pc/s 10 Adjustable Wrenches Set (6", 8", 10") 1,500.00 Pc/s 10 High Pressure Washer Water Spray Gun 726.00 Pc/s 10 High Pressure Hose 20meters 2,915.00 Set/s 10 Power Sprayer Repair Kit - V-packing And Valve Seal 600.00 Pc/s 10 Lengthened Squeegee Cleaner Brush Shower Car Wiper Sponge 450.00 Pc/s 10 Industrial Multi-function Grease Gun (500g - 8500psi) 1,500.00 Unit 10 Electric Car Polisher Machine Auto Polishing Buffing 2,200.00 Pc/s 10 Soft Wool Clean Polishing Buffing Bonnet Pad For Car Auto 180mm/7" 420.00 Unit/s 1 Hydraulic Press 10 Ton 39,200.00 Unit/s 3 Bottle Jack 20tons 6,000.00 Unit/s 10 3 Tons Industrial Jack Stand 2pcs / Pair Iht 3,100.00 Unit/s 10 70mai Car Jump Starte Portable 70mai Car Jump Starte Portable 4,100.00 Pc/s 10 High Pressure Washer Brass Quick Coupler Connectors 600.00 Pack/s 50 Tubeless Tire Seal Strip Repair Plug 250.00 Pack/s 50 Tire Patches 50mm 1,000.00 Set/s 20 Auto Tire Repair Kit Tool 650.00 Can 50 Vulcanizing Solution 400.00 Pc/s 10 Car Tire Repair Kit Roller Auto Patch Roller 850.00 Gallon/s 20 Bac-to-zero Solution 4,000.00 Gallon/s 20 Disinfectant Solution 1,100.00 Set/s 10 Booster Cable 800amp Heavy Duty 5.0m 12/24v With Plastic Case 4,500.00 Pc/s 10 Heavy Duty Plastic Tool Box 980.00 Unit 2 Original Industrial (empty) Roller Cabinet With 7pcs Drawers 29,000.00 Set/s 10 Spark Plug Wrench Set 16" And 21" 1,700.00 Set/s 10 8pcs Screwdriver Set - Heavy Duty 1,545.00 Unit 10 6t/8t/12t Hydraulic Crimper Tool Kit Tube Terminals Lugs Battery Wire Crimping Force 3,800.00 Set/s 10 18pcs Hex Key And Torx Key Set(allen) 914.00 Pc/s 10 Philip Screw 200mm 310.00 Pc/s 10 Screw Driver 200mm 310.00 Set/s 1 Mini Obd2 Scanner Car Diagnostic Tools 25,000.00 Can 100 Brake Cleaner 650.00 Can 100 Electronic Contact Cleaner 650.00 Can 100 Anti Rust Lubricant 277ml 550.00 Pc/s 100 Epoxy Steel 210.00 Pc/s 100 Electrical Tape, Big 90.00 Pc/s 50 Tapelon 30.00 Unit 1 3 Jawed Puller 1,500.00 Set/s 1 Inner Bearing Puller 1,500.00 Set/s 1 Car Steering Wheel Puller Removal Tool 1,200.00 Set/s 1 Caliper Piston Compressor Press Tool Kit 1,200.00 Set/s 1 Snapring Plier Set 1,500.00 30 Can Grease 350.00 30 Can Chain Lube 950.00 50 Pc/s Electrical Tape, Small 60.00 20 Pc/s Boat Battery 3sm 9,900.00 50 Pc/s Floor Matting 1,600.00 50 Pc/s Seat Cover 2,800.00 60 Pc/s Dashboard Matting 650.00 150 Pc/s Car Headlight Cleaner 350.00 150 Pc/s Car Glass Cleaner 350.00 2 Set/s High Pressure Washer 1700w, 220v 6,000.00 20 Assy./s Car Key Duplicate 800.00 50 Unit/s Bottle Jack 4tons 3,000.00 100 Pc/s Car Air Freshener 210.00 1 Unit/s 2hp Air Compressor, Cylinder: 2, Phase: 1, Pressure: 115, Psi Capacity: 88liters 32,500.00 100 Btls Acid Rain Remover (250ml) 450.00 1 Unit Water Dispenser 8,000.00 1 Unit Dc Inverter Mma-300 Welding Machine 20,000.00 1 Unit " Oxy-acetylene Cutting Outfit W/complete Accessories Oxygen Cylinder, Acetylene Cylinder W/content 28,000.00 2 Unit Heavy Duty Soldering Iron 300a/200a 6,300.00 10 Kilos " Stainless Steel Electrode 308-1/16 1,500.00 20 Kilos Bronze Rod 1/8" 150.00 20 Can Soldering Paste Soldering Paste 300.00 20 Roll Lead Soldering Wire (250g) 500.00 20 Pound Borax 1 350.00 1 Unit Cordless Impact Wrench 18v 12,500.00 1 Unit Hydraulic Floor Jack (double Pump, Low Profile), Model:asj-5l Max Lifting Cap: 5tons, Lifting Height: 75-500mm, Net Weight: 45kgs 20,000.00 2 Unit 40" Car Creeper 2,100.00 1 Unit Automatic Wire Stripper Cutting Crimper 8 1/4" Detection Cutter 4in1 1,800.00 5 Set/s T- Handle Socket Wrench #8,10,12,14,17,19 1,500.00 10 Set/s Wrench 8-32mm 2,000.00 3 Unit Air Blow Gun / Air Duster 16mm 350.00 5 Unit Vice Grip 1,000.00 5 Unit Hammer 650.00 5 Unit Voltage Tester Car Truck Circuit Tester Pen Automotive 450.00 5 Unit Battery Load Tester 100amp Load 1,100.00 5 Unit Spout Funnel For Oil 1,600.00 5 Unit Car Repair Inspection Lamp Work Light 450.00 5 Set/s Torque Wrech 1/2drive Click Type 2,000.00 Unit 5 Jack Stand 6 Tons, Min Height: 382mm, Max Height: 600mm 5,600.00 Set/s 5 Steel Toe Rubber Boots 1,200.00 Set/s 10 Mechanical Heavy Duty Working Gloves 200.00 Set/s 5 Safety Shoes High Cut Sewed And Vulcanized Leather Safety Shoes Boots 650.00 Pc/s 5 Leather Long-sleeved Apron Waterproof Oil-proof 900.00 Set/s 10 Arm Band Heat Protector 450.00 Pc/s 5 Cover All Safety Suits 1,100.00 Pc/s 5 Hard Hat Safety Helmet 500.00 Gallon/s 20 Water Soluble Oil Degreaser 400.00 Pc/s 300 Rags 3.00 Pc/s 300 Sand Paper- #600,#1000,#1,200 10.00 Set/s 10 Wire Brushes Set Nylon,steel,stainless 100.00 Pc/s 10 Top Box Alloy, 45l 10,800.00 Set/s 10 Top Box Bracket 2,200.00 Abc:php1,000,000.00 Delivery Schedule: By Ordering Agreement (terms Of Reference Attached To The Pr) -spare Parts Must Be Deliver Within 3 Calendar Days -tools & Supplies Within 15 Calendar Days Upon Receipt Of The Delivery Ordering Contract Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Closing Date13 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
City Of General Santos , South Cotabato Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. R1. Job Order Repairs And Maintenance Of 4 Wheel Vehicle Plate Number: 0701 655562 Job Order: Change Oil Replace Fuel Filter Replace Oil Filter Grease Fitting All Joint Replace Brake Shoe Front And Rear Replace Wheel Sender Front And Rear Replace Rubber Cup Front And Rear Radiator Flushing Spare Parts: 1 Pc Battery N70 Note: 1. Mode Of Payment: One Time Payment Once All Goods And Services Are Satisfactorily Provided 2. Control Number: 66739 50,000.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Repair Of 4 Wheel Vehicle For Hrmdo (rebid). Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is 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. Page 2 Of 3 25cb Gsc 034(r) *25cb Gsc 034(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 14, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 21, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 21, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date21 Jan 2025
Tender AmountPHP 50 K (USD 854)
1081-1090 of 1115 archived Tenders