Website Tenders
Website Tenders
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS DAVAO DEL NORTE 2N Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 43.4 Million (USD 742.7 K)
Details: Description Department Of Public Works And Highways (dpwh) Contract Id : 25lj0065, 25lj0066, 25lj0067, 25lj0068, 25lj0069, 25lj0070, 25lj0071, 25lj0072, 25lj0074, 25lj0077, 25lj0078, 25lj0082, 25lj0091, 25lj0095, 25lj0131, 25lj0132, 25lj0135 Contract Name : Various Location Of The Contract : Various Davao Del Norte 2nd District Engineering Office Tagum City, Region Xi Invitation To Bid 1. The Department Of Public Works And Highways Davao Del Norte 2nd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bidders To Submit Bids For The Infra Projects Funded Under Gaa Cy 2025, To Wit: 5. Contract Id : 25lj0069 Contract Name/location : Saturnino R. Silva Rd - K1478 + 400 - K1479 + 174 Scope Of Works : Asphalt Overlay Approved Budget For The Contract (abc) : Php 43,425,000.00 Contract Duration : 124 Cal. Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Rejected Automatically At Bid Opening. 2. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation With Pcab License For Size Range Medium A (items 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16 & 17), (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. 3. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. 4. 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 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 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. 5. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance Of Bidding Documents January 28, 2025, Until 10:00 Am Of February 18, 2025 Procurement Unit Office, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 2. Pre-bid Conference February 04, 2025 At 9:00 Am Conference Room, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 3. Receipt Of Bids Until 10:00 Am Of February 18, 2025 Office Of The Bac Chairperson, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 4. Opening Of Bids February 18, 2025, After All Bids Have Been Received And Recorded Conference Room, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City The Bidding Documents May Also Be Downloaded Free Of Charge From The Dpwh (www.dpwh.gov.ph/dpwh/) And Philgeps (www.philgeps.gov.ph/) Websites, Provided That The Bidders Shall Pay The Applicable Fee Of Php 25,000 (items 2, 5 & 14), & Php 50,000 (items 1, 3, 4, 6, 7, 8, 9, 10, 11, 12, 13, 15, 16 & 17), Per Project For The Bidding Documents Not Later Than The Date And Time Of The Submission Of Bids, Pursuant To The Latest Guidelines Issued By The Gppb. 6. Bid Submission Maybe 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaodelnorte2@dpwh.gov.ph For Electronic Submission Not Later Than The Date And Time Of The Submission. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Proposal May Be Submitted Through An Authorized Representative Together With A Company Id Or Any Government Issued Id And The Original Authorization Letter (i.e. Special Power For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Information From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) For The Authenticity And Veracity Of Said Authorization Letter. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Channel: Https://www.youtube.com/@dpwh.ddnsub.deo. And Via Zoom Application With Meeting Id: 229 852 7318 Password: Dpwddn2 On The Dates Above. 8. The Department Of Public Works And Highways Davao Del Norte 2nd District Engineering Office Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 9. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Nelita L. Acain Engineer Iii Head, Procurement Unit Dpwh Davao Del Norte 2nd Deo Email: Dpwhddnsubdeo.procurement@gmail.com Date Of Posting: January 28, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Del Norte 2nd Deo Compound Garry E. Verano Officer-in-charge Office Of The Assistant District Engineer Bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.8 K)
Details: Description Invitation To Bid The Dpwh Isabela Fourth District Engineering Office Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts: Procurement Id / Contract Id : 25bh0132 Contract Name : Basic Infrastructure Program (bip) – Multi-purpose Buildings/facilities To Support Social Services – Construction (completion) Of Multi-purpose Building, Barangay Tupax, Jones, Isabela Contract Location : Barangay Tupax, Jones, Isabela Brief Description : Building Construction Approved Budget For The Contract (abc) : Php 1,980,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 99 Calendar Days Cost Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 1. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Is Small B. 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. 2. 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The Government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh Isabela 4th District Engineering Office And Inspect The Bidding Documents At Brgy. Quezon, San Isidro, Isabela During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Date Shown Below From The Address Stated On Number 5 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated In The Contract Id And Details. 6. 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. 7. The Dpwh Isabela Fourth District Engineering Office Will Hold A Pre-bid Conference On The Date Shown Below, And It Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_isabela4@dpwh.gov.ph For Electronic Submission On Or Before The Date Shown Below. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On Date Shown Below For Manual Submission On Or Before The Date Shown Below. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Dpwh Isabela Fourth 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. 12. 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 34.3 (b) (ii) (c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr 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. 13. For Projects To Be Bid, The Patent, With Patent Number And Material’s Country Of Origin Clearly Stated, Shall Be Required As Part Of The Technical Documents During The Bidding And Shall Be Indicated In The Checklist. The Contractors Shall Be Mandated To Use The Materials Declared To Be Used For The Project During The Bidding Process To Avoid Switching Of Materials During Project Implementation. 14. For Further Please Refer To: Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Bac Chairperson: Jube T. Dizon, Msem Address: Dpwh – Isabela Fourth Deo Quezon, San Isidro, Isabela Email Address: Dizon.jube@dpwh.gov.ph Bac Secretariat Head: Florendo R. Pascua Jr. Address: Dpwh – Isabela Fourth Deo Quezon, San Isidro, Isabela Email Address: Pascua.florendo_jr@dpwh.gov.ph Activity | Time | Place 1. Issuance/downloading Of Bid Documents January 28, 2025 Up To February 18, 2025 Hard Copies At Bac Secretariat, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela Downloadable From Dpwh Website Www.dpwh.gov.ph,philgeps Website Www.philgeps.gov.ph And Website Of Concerned Foreign Financing Institution 2. Pre-bid Conference 09:00 A.m. February 4, 2025dpwh Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela 3. Receipt By The Bac Of Bids Until 10:00 A.m. February 18, 2025 Bac, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela 4. Opening Of Bids 10:00 A.m. February 18, 2025 Bac, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela Approved By: (sgd) Jube T. Dizon, Msem Engineer Iii Bac Chairperson
Municipality Of Cabarroguis, Quirino Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 5.7 Million (USD 99.1 K)
Details: Description Republic Of The Philippines Province Of Quirino Municipality Of Cabarroguis -ooo- Bids And Awards Committee Invitation To Bid For Installation Of Solar Streetlights In All Barangays Cabarroguis, Quirino 1. The Local Government Unit Of Cabarroguis, Through The Source Of Funds Indicated Intends To Apply The Sum Being The Approved Budget For The Contract (abc) To Payments Under The Following Procurement Project And Project Identification Number As Indicated In The Table Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Project Identification No. Procurement Project Location Approved Budget For The Contract (abc) Source Of Fund Lgucq-ip-2025-0012 Installation Of Solar Streetlights All Barangays, Cabarroguis, Quirino ₱ 5,797,531.74 20% Development Fund 2025 2. The Local Government Unit Of Cabarroguis Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Eighty Five (85) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Cabarroguis And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 17, 2025 From Given 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 Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Local Government Unit Of Cabarroguis Will Hold A Pre-bid Conference On February 5, 2025 At 9:00am At Ldrrmo Function Hall, Cabarroguis, Quirino Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before February 17, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 17, 2025 At 9:30 Am At Ldrrmo Function Hall, Cabarroguis, Quirino. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions]. 11. The Local Government Unit Of Cabarroguis Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Plaridel A. Uao Bac Chairman Local Government Unit Of Cabarroguis Zamora, Cabarroguis, Quirino Plarideluao@yahoo.com.ph Cp#: 09173185908
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Details: Description Invitation To Bid 1. The Dpwh, Cavite Ii District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay – Crisanto M. Delos Reyes Ave. – K0066+(-504) – K0066+437, K0066+891 - K0068+536 Contract Id No. : 25dg0052 Contract Location : Tagaytay City, Cavite Scope Of Works : Asphalt Overlay Net Length/dimension : 10.4776 Lane Km Approved Budget For The Contract : Php 96,499,792.69 Source Of Funds : Fy 2025 Gaa Contract Duration : 158 Calendar Days Size Range License Category : : Medium A B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Contractors/applicants Are Also Enjoined To Comply With The Provisions Of R.a. 6685 And R.a. 9710 Per D.o. No. 130 Series Of 2016. (see Instruction To Bidders And General Conditions Of Contract For Reference/guidance) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 18, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, Will Hold A Pre-bid Conference On February 6, 2025 @ 10:00 A.m. At The Conference Room, Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite2@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 After 10:00 A.m. At The Conference Room, Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 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 To Be Bid. 11. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. 12. The Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Ariel P. Umipon Chief, Quality Assurance Section Bac Chairperson Telephone No. (046) 412-9513 Email Address: Dpwh_csdeo@yahoo.com Catherine May P. Almario Engineer Ii Oic-procurement Unit Telephone No. (046) 412-9513 Email Address: Dpwh_csdeo@yahoo.com Department Of Public Works And Highways Cavite Ii District Engineering Office Mangas Ii, Alfonso, Cavite 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite2@dpwh.gov.ph. January 27, 2025 Approved By: Ariel P. Umipon Chief, Quality Assurance Section Bac Chairperson Noted: Marlo B. Correa District Engineer
Municipality Of New Lucena, Iloilo Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of New Lucena Invitation To Bid For The Concreting Of Road, Brgy. Cagban (going To Brgy. Gen. Delgado), New Lucena, Iloilo 1. The Municipality Of New Lucena, Iloilo Through The 20% Development Fund 2025 Intends To Apply The Sum Of Php 1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of Road, Brgy. Cagban (going To Brgy. Gen. Delgado), New Lucena, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of New Lucena, Iloilo Now Invites Bids For The Furnishing Of Labor, Materials & Equipment For The Concreting Of Road, Brgy. Cagban (going To Brgy. Gen. Delgado), New Lucena, Iloilo. Bidders Must Complete, Within (120) Calendar Days From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr)of Republic Act 9184 (ra 9184), Otherwise Known As The” Government Procurement Reform Act”. 4. 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 Citizens Or Organizations Of A Country The Laws And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Municipality Of New Lucena, Iloilo And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders After Acquiring Site Inspection Certificate From Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 1,000.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 8. The Municipality Of New Lucena Will Hold A Pre – Bid Conference On February 04, 2025, 10:00 A.m. At 2nd Floor Municipal Hall Building, New Lucena, Iloilo, Which Shall Be Open To All Interested Parties. 9. Bids Must Be Delivered To The Address Below On Or Before 10:00 A.m. On February 18, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At 2nd Floor Municipal Hall Bldg., New Lucena, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Municipality Of New Lucena, Iloilo 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. For Further Information, Please Refer To: Sotero F. Lomigo, Jr. Office Of The Gen. Services Officer Municipal Hall, Sollesta St., New Lucena, Iloilo Tel. No. 502-2064 Sotero F. Lomigo, Jr. Bac Chairman
BARANGAY TETUAN, ZAMBOANGA CITY Tender
Civil And Construction...+1Construction Material
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 25-0022 M. Nativitad, St., Zamboanga City Invitation To Bid For Supply And Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen Association General Assembly (name Of Project) 1. The City Government Of Zamboanga, Through The Annual Budget 2024 Intends To Apply The Sum Of Eigthy Thousand Pesos (p 80,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of The Purchase Of One (1) Lot Various Disaster Equipment Pr No. 25-01-01-177 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Supply And Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen Association General Assembly 2025 The Sol. Goods Is Required By Ten (10) Calendar Days Bidders Should Have Completed Within A Period Of Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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. 4. Prospective Bidders May Obtain Further Information From Barangay Hall Of Tetuan In The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28- February 05, 2025 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P500.00the Method Of Payment Will Be Cash Payable To The Barangay City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before February 06, 2025 At 10:00 Am At Office Of The Bids And Award Committee, Conference Room, M. Natividad St., Zamboanga City.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declarationor At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P1,230.00or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P3,075.00or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. 8. Bid Opening Shall Be On February 07, 2025 At 10:00 Am At Office Of The Bids And Awards Committee, Conference Room, M. Natividad St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 9. To Be Delivered In The Barangay Hall Of Tetuan. 10. The Brangay Council 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 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Advised To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information Please Refer To: Hazel Jane L. Fox Bac Secretariat Barangay Government Of Tetuan M.natividad Street, Zamboanga City Brgytetuan@gmail.com Tel. No. (063) 993-0269 Republic Of The Philippines Barangay Tetuan Bids And Awards Committee Tetuan 24-0022 M. Natividad Street, Zamboanga City Bid Form Date: ____________________ To: Barangay Council Of Tetuan Address: M. Natividad Zamboanga City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers Including Bid Bulletin Numbers Tetuan 25-0022 The Receipt Of Which Is Hereby Duly Acknowledge, We, The Undersigned, Offer To Supply/deliver/perform The Delivery And Supply Of Heavy Merienda For The Barangay Tetun Senior Citizen Association General Assembly Inconformity With The Said Philippine Bidding Documents (pbds) For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax’ (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon As At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Agent Currency Commission Or Gratuity (if None, State “none”)] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ________________________________________________________ (name Of Bidder) As Evidenced By The Attached ______________________________________________________________________. (state The Written Authority) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: _________________________________________ Date:__________________________ Price Schedule For Goods Name Of Bidder _____________________________________________________ Tetuan 25-0022 Page 1 Of 1 2 3 4 5 6 7 8 9 10 Item 1. Heavy Merienda: -sliced Bread -sotanghon Guisado -botted Water -3 Pieces Shanghia Beef Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col.9) X (col 4) Purpose: For The Barangay Tetuan Senior Citizen Association General Assembly Name: _________________________________________________________________________ Legal Capacity: __________________________________________________________________ Signature: ______________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: ________________________________________ Date: ________________________________ Schedule Of Requirements The Delivery Schedule Expressed As Days/weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Days/weeks/months ________________________ Signature Over Printed Name Technical Specifications Brand Name Statement Of Compliance Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] __________________________ Signature Over Printed Name Schedule Of Warranty This Serves As Warranty For _______________________________________________ In The Barangay Government Of Tetuan. Item No. Description Quantity Warranty _____________________________ Bidder Signature Over Printed Name Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply / Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen General Assembly B. Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 “subcontracting Is Not Allowed.” 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) At Cgso, Tetuan, Zamboanga City For This Project . 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P1,230.00; If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P3, 075.00; If Bid Security Is In Surety Bond. 19.3 The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 [list Here Any Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It.] 21.2 [list Here Any Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity.] Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Abroad, State:] “the Delivery Terms Applicable To The Contract Are Ddp Delivered [indicate Place Of Destination]. In Accordance With Incoterms.” [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered Barangay Hall Of Tetuan, Zamboanga City. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is [indicate Name(s)]. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E.training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. [specify Additional Incidental Service Requirements, As Needed.] The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: Select Appropriate Requirements And Delete The Rest. A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B.in The Event Of Termination Of Production Of The Spare Parts: I.advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii.following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Is Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Three (3) Months. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: Quality Inspection By Accounting, Coa, Cgso And End User. Republic Of The Philippines) City Of _____________________) S.s Bid Securing Declaration Invitation To Bid No.: [insert Reference Number] To: Barangay Government Of Tetuan, Bids And Awards Committee M. Natividad Street, Tetuan Zamboanga City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And; C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ___ Day Of [month][year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Barangay Council Of Tetuan Wishes To Receive Bids For The Supply And Delivery Of Heavy Merienda For The Barangay Tetuan Senior Citizen General Assembly With Tetuan 25-0022 The Procurement Project (referred To Herein As “project”) Is Composed Of The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For The Annual Budget 2024 In The Amount Of Eigthy Thousand Pesos ( 80,000.00) 2.2. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.b Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference No Pre-bid Conference 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Ten (10) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty Days [120]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On February 05, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Indicated In Paragraph 6 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids On February 07, 2025 At 10:00 Am At Barangay Hall, Conference Room, M. Natividad St., Zamboanga City As Specified In Paragraph 8 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
City Of Olongapo Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 1.1 Million (USD 20 K)
Details: Description Republic Of The Philippines City Of Olongapo -0- Bids And Awards Committee Bac Office 3rd Floor Olongapo City Hall Web: Www.olongapocity.gov.ph Invitation To Bid For Oc-16 (ceo-16) 25 Cw Proposed Concreting Of Road At 20th St. (davidson St. - Riverbank), Barangay West Bajac-bajac, Olongapo City 1. The City Government Of Olongapo, Through The Local Fund Of 2025 To Apply One Million One Hundred Seventy Thousand Pesos Only (p/1,170,000.00) The Approved Budget For The Contract (abc) To Payments Under The Proposed Concreting Of Road At 20th St. (davidson St. - Riverbank), Barangay West Bajac-bajac, Olongapo City Oc-16 (ceo-16) 25 Cw. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Olongapo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Contract Duration: 21 Cd. Bidders Should Have Completed, Within Ten (10) 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 11. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From City Government Of Olongapo And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28 – February 17, 2025 From Given 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 Five Thousand Pesos Only (p/5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The In Person. 6. The City Government Of Olongapo Will Hold A Pre-bid Conference On February 5, 2025 @ 2:00 Pm At Bac Office 3rd Floor Olongapo City Hall Rizal Ave. West Bajac-bajac, Olongapo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 2:00 Pm February 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 17, 2025 At 10:00 Am At The Given Address Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Olongapo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Mr. Joseph Pepe D. Padilla Bids And Awards Committee Secretariat Bac Office Olongapobac@gmail.com 3rd Floor, Bac Office Rizal Ave., West Bajac-bajac, Olongapo City Hall Olongapo City 12. You May Visit Our Website: Https://www.olongapocity.gov.ph/items-to-bid Aris R. Busayong Bac Chairman
Bulacan State University Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 388.1 K (USD 6.6 K)
Details: Description Republic Of The Philippines Bulacan State University City Of Malolos, Bulacan Bids And Awards Committee For Infrastructure & Repairs Invitation To Bid: Repair And Improvement Of Nstp Office Infra-2025-08 1. The Bulacan State University, Through The Fiduciary Fund Fy 2025, Intends To Apply The Sum Of Three Hundred Eighty-eight Thousand One Hundred Two Pesos And 84/100 (₱388,102.84) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair And Improvement Of Nstp Office (infra-2025-08). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bulacan State University Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Thirty (30) Calendar Days, Upon Receipt Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criteria As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders Shall Download And Print The Complete Set Of Bidding Documents From The Bulsu Website Https://bulsu.edu.ph/bids-and-awards/bac-1 Free Of Charge Starting On 28 January 2025. The Procuring Entity Will Not Provide Hard Copies. For Purposes Of Submission Of Bids, The Amount Of Five Hundred Pesos (php500.00) Shall Be The Corresponding Bidding Documents Fee For This Procurement Project Pursuant To Gppb Resolution No. 04-2012 Dated 24 February 2012 (re: Guidelines On The Sale Of Bidding Documents). Bidders Shall Physically Pay The Aforesaid Non-refundable Fee On Or Before The Submission Of Their Bid At The Bulsu Cashier Office, Brgy. Guinhawa, Malolos, Bulacan For The Issuance Of Official Receipts. For Verification And Documentation Purposes, The Bidders Shall Send The Scanned/photo Proof Of Payment To The Given Email Address Below On Or Before The Deadline For Submission Of Bids. Otherwise, The Submitted Bid Envelope Shall Be Considered Invalid. All Prospective Bidders Are Already Given The Opportunity To Assiduously Peruse The Publicly Uploaded Bidding Documents In Preparation For The Scheduled Pre-bid Conference And/or Before Accomplishing Their Payment. Questions Already Covered By The Bidding Documents Shall Not Be Entertained. 4. The Bulacan State University Will Hold A Pre-bid Conference On February 05, 2025 (wednesday), 10:00 A.m., Which Shall Be Open To All Interested Parties. For Security Purposes Of The Bulsu Officials And Employees, In Order To Participate In The Pre-bid Conference, Prospective Bidders Shall Formalize Their Intent By Sending A Letter Request Via Email To The Bulsu Bac-ir Secretariat At Bulsu.bac1secretariat@bulsu.edu.ph Prior To The Aforesaid Date Containing The Name Of The Authorized Representative Attendee. Request Made On The Date Of The Pre-bid Conference Shall Not Be Entertained. Prospective Bidders Who Have Submitted Their Letter Of Intent Will Be Furnished With Subsequent Bid Bulletins In Case Of Revision Of The Procurement Timeline, Rescheduling Of The Pre-bid Conference Due To Lack Of Quorum Or Conflict Of Schedule, Or Conducting The Same Through Videoconferencing. For Purposes Of Site Inspection, As Requested By The End-user, Please Submit Via Email Your Scheduled Request For Site Inspection At Least 24 Hours Before For Approval. The Prospective Bidders May Conduct The Site Inspection From Mondays To Fridays Between 9:00 Am To 4:00 P.m. The Engineers Of The Procuring Entity Are On Standby To Assist With The Request For Site Inspection Upon Arrival Within The Premises Of The Court. A Corresponding Site Inspection Certification Of Appearance Will Be Given To The Personnel Who Conducted The Same For The Purpose Of Bid Submission. 5. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Office- Ground Floor, On Or Before February 17, 2025 (monday), 9:30 A.m. Late Bids Shall Not Be Accepted. 6. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Opening Of Bids Shall Be On February 17, 2025 (monday), 10:00 A.m. At The 3rd Floor University Hostel, Bulsu Main Campus, City Of Malolos, Bulacan 3000. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized (through A Secretary Certificate In Case Of A Corporation; Special Power Of Attorney For Partnership And Sole Proprietorship) To Attend The Activity. Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bids. 8. The Bulacan State University 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 Cases Provided In Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. Any Request For Clarifications On Inquiries Not Covered By The Bidding Documents Should Be Sent Via Email For Proper Documentation To Allow The Secretariat To Address The Same During Office Hours From Monday To Friday Between 8:00 A.m To 5:00 P.m. Any Call Queries Will Not Be Entertained By The Secretariat. The Sole Purpose Of The Provided Telephone Number Is For Other Purposes Not Related To This Bidding. Jomari S. Marquez Bac Secretary For Infrastructure And Repairs Bulacan State University Guinhawa, City Of Malolos, Bulacan 3000 Tel. No. (044) 7947755 Email Address: Bulsu.bac1secretariat@bulsu.edu.ph Lastly, Please Be Reminded Of The “no Contact Rule” Under Sec. 32.1 Of The 2016 Irr Of R.a. No. 9184, I.e., Bidders Whose Bids Are Being Evaluated Are Prohibited From Making Any Communication With Any Member Of Bulsu-bac-ir, Including Its Staff And Personnel, As Well As Its Secretariat And Technical Working Group (twg) Until The Issuance Of The Notice Of Award. On The Other Hand, A Disqualified Bidder May Provide Valid, Reasonable, And Lawful Information On Matters Pertaining To The Bids Being Evaluated, Provided That Such Bidder Has No Pending Request For Reconsideration Or Protest Relative To His/her Disqualification. 10. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bulsu, Philgeps Website January 28, 2025 (sgd.) Keno C. Piad, Dit Chairperson Bids And Awards Committee
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 53.9 Million (USD 921.9 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Albay 3rd District Engineering Office Regional Office V Paulog, Ligao City Invitation To Bid For Organizational Outcome 1: Ensure Safe And Reliable National Road System - Asset Preservation Program - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Albay West Coast Rd - K0494+000 - K0495+400 The Dpwh - Albay 3rd District Engineering Office, Through Gaa Fy 2025 Of R.a. 12116 Intends To Apply The Sum As Stated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract Specified Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Dpwh - Albay 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25fo0053 Name Of Contract : Organizational Outcome 1: Ensure Safe And Reliable National Road System - Asset Preservation Program - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Secondary Roads, Albay West Coast Rd - K0494+000 - K0495+400 Location : Libon, Albay Scope Of Works : Construction Of 1,397.00 M. / 2.794 Lane-km Road At Said Location Approved Budget For The Contract : Fifty-three Million Nine Hundred Two Thousand Nine Hundred Forty Pesos 53,902,940.00 ) Contract Duration : 225 Cd Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least A Pcab License Category B (medium A). 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 Building, 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 Contactor 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. Bidding Will Be Conducted Through Open Competitive Bidding Using Non-discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, As Well As All Applicable Procurement-related Dpwh Department Orders (do). The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. Interested Bidders May Obtain Further Information From The Procurement Unit Office, And Inspect The Bidding Documents At Dpwh - Albay 3rd District Engineering Office, Paulog, Ligao City, During Weekdays From 8:00 Am - 12:00 Pm & 1:00 Pm - 5:00 Pm. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In Itb Clause 16. The Technical And Financial Documents Must Be Paginated, Bounded, Tab Marked, And Properly Sealed. All Bidders Are Invited To Attend The Pre-bid Conference As Scheduled For New Instructions. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, Until The Submission Of Bids, From The Given Address, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (p50,000.00). Bidders Can Make Payment For The Purchase Of Bid Documents At Any Dpwh Field Office. Should They Opt To Make Such Payment In Our Office, They Are Advised That The Cut-off Time For Securing The Memo For Order Of Payment Is At 8:45 Am, And The Order Of Payment Itself From The Accounting Section For Such Fee Is At 9:15 Am, Respectively, On The Deadline Date For The Receipt By The Bac Of Bids. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website - Www.philgeps.gov.ph, And/or At The Dpwh Website - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Dpwh - Albay 3rd District Engineering Office Will Hold Pre-bid Conference On February 4, 2025 At 9:00 Am At The Procurement Unit Office, Paulog, Ligao City, Which Shall Be Open To Prospective Bidders. 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. Prospective Bidders. Who Opts To Submit Bids Manually, Shall Present Their Original Official Receipt Of Payment For Bidding Documents (project Specific) To The Bac Secretariat Of This Office Before Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representative/s As Reflected In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 197 Series Of 2001. Thus, Said Owner Or Representative Is Required To Present Two (2) Government Issued Identification Cards W/ Photo & Signature, For Identity Purposes. Bids Must Be Duly Received By The Bac Secretariat Through Either (i) Manual Submission At The Procurement Unit Office, Paulog, Ligao City, Or (ii) Online Or Electronic Submission At Electronicbids_albay3@dpwh.gov.ph , On Or Before February 18, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On February 18, 2025 Right After The Deadline For The Submission And Dropping Of Bids, At The Procurement Unit Office, Paulog, Ligao City. Bids Will Be Opened In The Presence Of The Bidders' Representative/s Who Choose To Attend The Activity. Likewise, Prospective Bidders Are Advised That This Office Will Be Implementing D.o. 28 Series Of 2024 - 3-strike Policy In The Procurement Of Contracts For Infrastructure Works, Goods, And Consulting Services. Prospective Bidders Are Reminded And Emphasis Is Given That, If At The Time Of 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)(c) 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. Also, Prospective Bidders Are Advised To Indicate Their Company/firm's Official E-mail Address In Their Bidding Documents. Official Communication/s, Pertaining To This Procurement After The Opening Of Bids, Will Be Thru The Internet On Said Official E-mail Address As Reflected In Your Submitted Bidding Documents. The Dpwh-albay 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.1 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Incurring Any Liability To The Affected Bidder/s. For Further Information Please Refer To: Engr. Rubirosa A. Nota Head - Procurement Unit Procurement Unit Office Paulog, Ligao City Albay3rdbacsec@gmail.com Eddie A. Hernandez Bac Chairperson January 27, 2025 Date Issued
Batangas Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.2 K)
Details: Description Invitation To Bid Ib 2025-001b 1. The Batangas Medical Center Through The General Appropriations Act Intends To Apply The Sum Of The Following Projects Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Bid. Bids Received In Excess Of The Abc For Each Bid Shall Be Automatically Rejected At The Bid Opening. Projects/contract Duration Project Code Supply And Delivery Of End Point Security Solution Abc Bid Docs Fee Pre-bid Conference Ib2025-001b 1,127,500.00 5,000.00 February 04, 2025 9:00 A.m. 2. The Batangas Medical Center Now Invites Bids For The Above Procurement Project/s. Delivery Of The Goods Is Required As Indicated In The Section Vi (schedule Of Requirements) In The Bidding Documents. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Batangas Medical Center – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Through Electronic Process On January 28, 2025 To February 18, 2025 Free Of Charge From The Website Of The Procuring Entity: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-tobids/2025-invitation-to-bid-and-details Only Bidders Who Paid The Applicable Fee For The Bid Document And Who Submitted Proof Of Payment Shall Be Allowed To Participate In The E-bidding And Submit The Bid Pursuant To The Latest Guidelines Issued By The Gppb And Upon Specific Instruction Of The Procuring Entity, In The Amount Stated At The Table Above. Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Batangas Medical Center Will Hold A Pre-bid Conference On February 04, 2025, 9:00am. Through Video Conferencing Via Zoom, Which Shall Be Open To Prospective Bidders. Opening Of Bids February 18, 2025 9:00 A.m. Join Zoom Meeting Https://us02web.zoom.us/j/88545661900?pwd=nkomrq5kgaml0fzi5mjzihr5pnwrfh.1 Meeting Id: 885 4566 1900 Passcode: Prebid001 7. Bids Must Be Duly Received By The Bac Secretariat At The Electronic Portal To Be Given Before The Scheduled Bid Opening Stated Above. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Any Form Of Bid Security In Any Of The Acceptable Forms And In The Amount Stipulated In Itb Clause 14. 9. Bid Opening Shall Be On February 18, 2025, 9:00 A.m. Via Zoom Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. 10. The Batangas Medical Center 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Hbac Secretariat Batangas Medical Center Kumintangibaba, Batangas City Tel. Nos. (043) 740-8303 To 8307 Local 1129 Or 1158 Bac@batmc.ph / Bac@batmc.doh.gov.ph 12. You May Visit The Following Website: For Downloading Of Bidding Documents: Https://batmc.doh.gov.ph/publicbidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Date Of Issue: January 27, 2025 (sgd.) Jose Apollo J. Arago, Md, Dpba, Fpsa, Mha Hbac Chairperson Reminders For Online Bidders Prebid Conference 1. The Batangas Medical Center Will Hold A Pre-bid Conference On February 04, 2025, 9:00 A.m. Through Video Conferencing Via Zoom, Which Shall Be Open To Prospective Bidders. Https://us02web.zoom.us/j/88545661900?pwd=nkomrq5kgaml0fzi5mjzihr5pnwrfh.1 Meeting Id: 885 4566 1900 Passcode: Prebid001 2. Interested Parties May Pre-register Before The Said Date Through This Link Https://forms.gle/b9sypsa3frorxhmk6 And Meeting Invitation Shall Be Sent To Your Registered Email Address Otherwise Wait For The Meeting Invitation To Be Posted In Batmc’s Official Website And Social Media Pages Or Contact Our Bac Secretariat For Details. 3. Please Click The Link To The Attendance Registry At The Zoom Waiting Room On The Day Of The Actual Conference To Document Your Presence In The Said Event. Certificate Of Attendance Shall Be On A Per Request Basis However, We Cannot Provide Such Certificate If You Did Not Log In The Registry. 4. Please Be Advised That The Pre-bid Conference Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act. Submission Of Bid Documents The Batangas Medical Center Will Only Accept Bid Documents Submitted Electronically To The Designated Google Form Link Before The Opening Date Of The Bids. Bidders Are Required To Show Official Receipt (o.r.) Submitted To Bac@batmc.ph Before It Will Be Given The Link For Submission Of Bid Documents. Payment Can Be Made By Paying Directly To The Cashier Of The Procuring Entity Or Through Bank Transfer At: Bank Name: Land Bank Of The Philippines, Account Name: Batangas Medical Center, Account Number: 0302 1161 99. Proof Of Payment (cash Deposit Slip Or Check Deposit Slip) Must Be Emailed To The Bac@batmc.ph Cc: Cash@batmc.doh.gov.phto Be Given The Link For Submission Of Bids. A) Complete Name Of The Company B) Ib Code And Title Of The Project C) Location Of The Bank Where The Deposit Was Made 1. Bidders Must Submit 3 Files A. Copy Of Official Receipt B. Eligibility/technical File C. Financial File 2. Documents Must Be Continuous Scan Or Multiple Pages In One Pdf File. Include Table Of Contents In The Front Page To Facilitate For Quick Search Of The Document. 3. Files B And C Should Be Individually Compressed And Password Protected Using Third Party Applications Such As Win.zip, Win.rar, Etc… (password Shall Not Be Disclosed Until The Day Of Bid Opening) 4. Use The Following Format For Filename For Easy Identification Of Your Files. A. Projectcode_companyname_or B. Projectcode_companyname_eligibilitydocs C. Projectcode_companyname_financialdocs 5. Link To The Submission Of Documents Shall Be Given, Emailed Or Sent Only To Bidders Upon Submission Of Proof Of Payment. 6. Documents Must Be Submitted Anytime Before The Opening Of Bids And Upon Showing Of Proof Of Payment (note: Needs Time For Secretariat To Download And Organize Files Before Bid Opening) 7. Late Submission Shall Be Invalidated Based On The Automatic Date/time Of Submission As Recorded In The Online Facility. 8. Corrupted Or Files That Are Inoperable During The Opening Are Likewise Invalidated. Please Check Your Files Accordingly After Submission. 9. In Case A Bidder Modifies Its Bid, It Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Only Be Allowed To Send Another Bid Equally Secured And Properly Identified. Filename Should Be Labelled As "modification" Of The One Previously Submitted E.g.: A. Projectcode_companyname_or(modification) B. Projectcode_companyname_eligibilitydocs(modification) C. Projectcode_companyname_financialdocs(modification) The Time Indicated In The Latest Bid Receipt Page Generated Shall Be The Official Time Of Submission. Bids Submitted After The Deadline Shall Not Be Accepted. Bid Opening 1. Bid Opening Shall Be On February 18, 2025, 9:00 A.m. Via Zoom Portal. 2. Link To The Event Shall Only Be Given To Qualified Bidders Who Has Shown Proof Of Payment Of Applicable Fees For Bid Documents. 3. Meeting Invitation Shall Be Sent To Your Registered Email Address Or Contact Batmc Bac Secretariat For Details. 4. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. The Company Representative Shall Disclose The Respective Password For Each Of Their File To Be Opened During The Event. 5. Please Be Advised That The Bid Opening Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act.
5431-5440 of 10000 active Tenders