Wood Tenders
Wood Tenders
Court Of Appeals Tender
Others
Philippines
Details: Description Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare/lactation Room Of Court Of Appeals Amp-014-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No.: 1 Item Description: Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals Approved Budget For The Contract: ₱115,719.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 13, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No. Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5 Statement Of Compliance With The Must Be Duly Signed And Dated Technical Specifications By The Authorized Representative. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate 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. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-014-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. Item Description Qty Unit Price Total Price 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Fifteen Thousand Seven Hundred Nineteen Pesos (php115,719.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirements; Item No. Item Description Qty 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, 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 Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.
Closing Date13 Feb 2025
Tender AmountPHP 115.7 K (USD 1.9 K)
MUNICIPALITY OF MANJUYOD, NEGROS ORIENTAL Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Municipality Of Manjuyod Manjuyod, Negros Oriental Section I. Invitation To Bid Invitation To Bid For Construction Of Multi-purpose Building Phase Iv @ San Isidro (cy 2024-20% Edf & Res. No. 2023-113 20% Edf) Construction Of Multi-purpose Hall @ San Insidro (additional Fund) 1. The Municipality Of Manjuyod, Through The Cy 2024-20% Edf & Res. No. 2023-113-20% Edf (additional Fund) Intends To Apply The Sum Of ₱999,942.90, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building Phase Iv @ San Isidro (cy 2024-20% Edf & Res. No. 2023-113 20% Edf) Construction Of Multi-purpose Hall @ San Isidro (additional Fund) With Contract No. 1002412-1560-073 Dated December 09, 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Municipality Of Manjuyod, Through The Cy 2024-20% Edf & Res. No. 2023-113-20% Edf (additional Fund) Intends To Apply The Sum Of ₱999,942.90, 1 Construction Of Multi-purpose Building, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Manjuyod Now Invites Bids For Construction Of Multi-purpose Building Phase Iv @ San Isidro (cy 2024-20% Edf & Res. No. 2023-113-20% Edf) Construction Of Multi-purpose Hall @ San Isidro (additional Fund). Completion Of The Works Is Required 90 C.d. 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. Item No. Qnty Unit Item Description Estimated Cost 1 1 Lot Construction Of Multi-purpose Building Spl 1 1 Lot Project Signage L. 1 Lot Allow For Installation Of Safety Barrier At 2nd Floor Slab Ll. 1,589 Kg Rebarworks (2nd Flr. Columns, Roof Beams, Lintel Beams And Concrete Roof Gutter) Lll. 89 Sq.m. Formworks (2nd Fl . Columns, Roof Beams, Lintel Beams And Concrete Roof Gutter) Lv. 6.25 Cu.m. Concrete Works (2nd Flr. Columns, Roof Beams, Lintel Beams And Concrete Roof Gutter) Including Application Of Waterproofing On Concrete Gutter V. L Lot Roof Frames And Roofing Works Vl. 120 Sq.m. Masonry Works Second Floor-chb Laying (class B - 1:3) Vll. L Lot Finishing Installation (wooden Wall, Balcony And Stair Railing) Vlll. 120 Sq.m. Wall Painting (ground Floor-interior) Lx. L Lot Second Floor Electrical Installation (rough-ins) Note: Including Aggregates And Material Testing For Item Lv. Below Tests Required As Minimum: 1. Specific Gravity & Absorption Test (fine Aggregates) & Sieve Analysis & Grading 2. Specific Gravity & Abrasion Test (coarse Aggregates) & Sieve & Grading 3. Concrete Compressive Strength Test 4. Accreditation And/or Certification From Dpwh Of Portland Cement Type I To Be Used Contract Duration: 90 Cd Item 1 (1 Lot) Abc: 999,942.90 999,942.90 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Municipality Of Manjuyod And Inspect The Bidding Documents At The Address Given Below From 8:00 Am. – 5:00 Pm., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025, From The Address 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 ₱1,000.00. Engr. Theodore C. Amahit Bac Secretariat Lgu-manjuyod Manjuyod, Negros Oriental Cell No. 09458061000 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 06, 2025 @ 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 06, 2025 At 2:00 Pm. At The Gso/bac-sec Office, Manjuyod Negros Oriental. 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. 8. Gso/bac-sec Office Lgu-manjuyod Manjuyod, Negros Oriental 9. The Municipality Of Manjuyod 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. 10. For Further Information Regarding With The Project, Please Refer To: Office Of The Municipal Engineer Lgu-manjuyod Manjuyod, Negros Oriental Cell No. 09557063330 Danilo F. Cadalso Bac Chairman Cell No. 09151420858 Bid Form P.r. No: 1002412-1560-073 Date: December 09, 2024 To: Municipality Of Manjuyod Address: Poblacion, Manjuyod Negros Oriental We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract: Construction Of Multi-purpose Building Phase Lv @ San Isidro (cy 2024-20% Edf & Res. No. 2023-113-20% Edf) Construction Of Multi-purpose Hall @ San Isidro (additional Fund).. (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; Item No. Qnty Unit Item Description Estimated Unit Cost Estimated Cost 1 1 Lot Construction Of Multi-purpose Building Spl 1 1 Lot Project Signage L. 1 Lot Allow For Installation Of Safety Barrier At 2nd Floor Slab Ll. 1,589 Kg Rebarworks (2nd Flr. Columns, Roof Beams, Lintel Beams And Concrete Roof Gutter) Lll. 89 Sq.m. Formworks (2nd Flr. Columns, Roof Beams, Lintel Beams And Concrete Roof Gutter) Lv. 6.25 Cu.m. Concrete Works (2nd Flr. Columns, Roof Beams, Lintel Beams And Concrete Roof Gutter) Including Application Of Waterproofing On Concrete Gutter V. L Lot Roof Frames And Roofing Works Vl. 120 Sq.m. Masonry Works Second Floor-chb Laying (class B - 1:3) Vll. L Lot Finishing Installation (wooden Wall, Balcony And Stair Railing) Vlll. 120 Sq.m. Wall Painting (ground Floor- Interior) Lx. L Lot Second Floor Electrical Installation (rough-ins) Contract Duration: 90 Cd Item 1 (1 Lot) Abc: 999,942.90 Note: Including Aggregates And Material Testing For Item Lv. Below Tests Required As Minimum: 1. Specific Gravity & Absorption Test (fine Aggregates) & Sieve Analysis & Grading 2. Specific Gravity & Abrasion Test (coarse Aggregates) & Sieve & Grading 3. Concrete Compressive Strength Test 4. Accreditation And/or Certification From Dpwh Of Portland Cement Type I To Be Used The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: ____________________________; The Discounts Offered And The Methodology For Their Application Are: ___________________________; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Construction Of Multi-purpose Building Phase Iv @ San Isidro (cy 2024-20% Edf & Res. No. 2023-113-20% Edf) Construction Of Multi-purpose Hall @ San Isidro (additional Fund) Of The Municipality Of Manjuyod. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: _________________________________________________________________________ In The Capacity Of: ________________________________________________________________ Signed: _________________________________________________________________________ Duly Authorized To Sign The Bid For And On Behalf Of: ______________________________________ Date: _______________________
Closing Date6 Feb 2025
Tender AmountPHP 999.9 K (USD 17.1 K)
Don Emilio Del Valle Memorial Hospital Tender
Housekeeping Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Unit Description Quantity Unit Cost Total Cost Month "hiring Of 33 Janitors And 1 Area Supervisor 9 787,550.00 7,087,950.00 Preferably Well-trained In Proper Hospital Cleaning And Janitorial Methods And Techniques In Order To Maintain Quality Cleanliness For The Service To The Patients. Well Disciplined With Good Moral Character, Physically And Mentally Fit. They Shall Report 10 Minutes Before Time With Proper Uniform. A Non-smoker And Non-drinker Of Any Alcoholic Beverages. The Company Must Have Tesda Certificate Or The Cleaners Have Certificate Of Training Of Tesda Housekeeping. Must Report Eight (8) Hours Per Shifting Day. They Shall Maintain Cleanliness And Orderliness To Protect And Safeguard The Directors, Officers, Employees, Visitors, Guest And Clients From Hazardous Infections. Implement Hospital Waste Management Rules And Policies Of Don Emilio Del Valle Memorial Hospital, Bood, Ubay, Bohol. The Company Must Have An Office In Tagbilaran City Or In Ubay, Bohol. From April 1, 2025 To December 31, 2025 Duties Of Janitorial Supervisor: A. Make Rounds To Check His/her Subordinates' Attendance, Attire And Hygienic Aspects, Provide Special Cleaning Instructions And/or Assignments, Use Of Equipment Safety Practices And Work Regulations, And Ascertain Compliance With Directives. B. Conduct Inspection To Check Cleanliness And Orderliness Of The Premises, And Inform His/her Subordinates Of Corrections Necessary. C. Determine Materials, Supplies Needed And Timely Inform The Head Of The General Services Division Of The Requirement. D. Train Subordinate On Proper Cleaning Methods, Use Of Equipment, Safety And Work Regulations. E. Shall Ensure The Janitors Comply With Policies And Procedures Implemented Especially The Rules On Safety. F. Shall Prepare Work Assignments And Schedules Subject To The Prior Approval Of The Client. G. Shall Report And Coordinate To Devmh Department Head. H. Conduct Regular Meeting (monthly Meeting). I. Remind All Housekeeping To Keep The Good Manner And Right Conduct. Technical Specifications I Performance Criteria 1. The Service Provider/contractor Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of Contract Based On The Following Set Of Performance Criteria: A. Quality Of Service Delivered B. Time Management C. Management And Suitability Of Personnel D. Contract Administration And Management E. Provision Of Regular Progress Report F. Attentiveness And Presence Of Mind G. Compliance With Devmh Instructions And Policies. One (1) Unsatisfactory Rate From The End-user Will Be The Grounds Of Replacement Of The Deployed Personnel. The Above Criteria Shall Be Used To Assess Quarterly The Level Of Performance Of The Janitorial Agency And Its Janitorial Personnel As Basis Of Continuity Of The Contract. Ii Technical Evaluation Parameters 1. Stability A. Years Of Experience: At Least 5 Years In The Business B. Liquidity Of The Contractor: At Least P5 Million (current Assets Minus Stocks Minus Current Liabilities Based On The Balance Sheet As Of December 31, 2023) C. Organizational Set-up: With Good Office Set-up, Personnel And Office Tools And Equipment 2. Resources A. Number And Kind Of Equipment And Supplies: With The Minimum Number And Kind Of Equipment & Supplies As Specified In Section Vi. Schedule Of Requirements. B. Number Of Janitors: With At Least 33 Janitors Who Can Be Assigned On Different Areas Regardless Of Risk Exposure To Infectious Diseases With Corresponding Relievers During Day Off. C. Number Of Supervisor: With At Least 1 Supervisor Who Will Monitor Cleanliness And Supervise All The Janitors On All Areas Of The Hospital. 3. Houskeeping Plan: Tailored Fit For Devmh In Accordance With The Minimum Requirements Below. State/enumerate The Specific Methodology To Execute Plan. A. State/enumerate The Specific Methodology To Execute The Plan. B. Recruitment And Selection Criteria: Trainings Conducted For The Janitors Before Deployment, Educational And Age Requirements And Others. C. Completeness Of Uniforms And Other Praphernalia. D. The Agency Must Be Able To Provide Quality Janitorial Services For The Hospital Buildings With The Necessary Manpower, Equipment, Training, Experience, Financial Resources And Capability To Provide The Needed Cleaning And Sanitary Requirements To Ensure Hygienic Environment For Its Personnel And Clients. Iii. Housekeeping Plan. 1. Daily Housekeeping Responsibilities: Common Office Areas, Conference Room, Hallways/corridors, Stairways, Tea Room, Storage Room And Ward Rooms (public And Private Rooms), Special Areas (or, Dr, Nicu & Septic Nicu), Waste Storage Area, Septic Vault Area. A. Report To Each Respective Assigned Area; Sweep The Floor And Pick-up With The Dustpan All Litters Scattered Around Devmh Premises. B. Scoop Off Any Sticky Substance Of Dirt On The Floor With Putty Knife And Clean With Damp Cloth Or Rag. C. Mop Floor With Damp Mop Head. Finish Cleaning With Clean And Dry Mop Head. D. Wipe With Damp Cloth Or Rag All Tables, Chairs, Computers, Steel And Wooden Cabinets, Electric Fans, Telephone Instruments, Refrigerators, All Bedside Tables, Chairs, Wooden Cabinets, Air Conditioning Grilles And Casing, And Other Office Equipment. Finish Cleaning With A Clean And Dry Cloth Or Rag. E. Empty Wastebaskets/trashcan. Clean Same With Liquid Detergent. Rinse Off With Water And Let Dry. Return Wastebaskets/trashcan To Their Respective Places. F. Wipe With Damp Cloth All Window Sills, Window Panes/glass, Mirrors, Roman Shades, Aluminum/stainless Steel Frame Doors And Stair Railings. G. Remove Stain Marks On Dirt On Walls, Doors And Building Posts With Chemical Removers Or With Cloth, Soak In Liquid Detergent Cleanser. Finish Cleaning With Damp Cloth Or Rag. H. Wash With Water The Whole Area Of The Comfort Room, Then Sweep Water And Drain. Drain Or Remove Water Inside Toilet Bowl Before Pouring Cleanser Or Toilet Cleanser. Let It Stay For A While Sprinkling Cleanser On Walls And Floor Tiles, Water Closet Tank, Lavatory Or Sink, And Toilet Bowl. Scrub Inside Of Toilet Bowl With Brush Or Sponge With Handle, Then Flush. Scrub With Brush Or Sponge The Whole Area Of The Comfort Room. Rinse Off With Water And Drain Area Of Excess Water. Finish Cleaning Floor Tiles With Dry And Clean Mop/cloth. Clean Mirror With Damp Newspaper Or Cloth And Finish Cleaning With Dry Cloth. Spray Comfort Room With Air Freshener. I. Clean And Disinfectas The Ward Rooms Upon Discharge Of Patients Both Public And Private Rooms. Clean The Bedside Tables, Beds, And Dispose Garbage. Coordinate With The Nurses For Rooms With Infectious Disease. J. Report Breakage, Electrical Malfunctions And Other Defeciences. K. Sweep And Clean Driveways. L. Cut/uproot Unsightly Grass Growth. M. Water Potted/indoor Ornamental Plants Inside And Outside Devmh Premises And Garden. O. Attend To The Needs Of The Scheduled Staff Meetings As Required. P. Report Any Necessary Maintenance Repairs Immediately. Q. Stay In Respective Post For Messengerial/errand Work. R. Report To Engineering Maintenance Any Leakage, Malfunction Of Water Faucet In Offices And Wards. S. Clean And Disinfect Waste Storage Holding Area After The Lgu Disposal. T. Collect And Place On Proper Storage Of Empty Vials. U. Collect Used Needles/syringes At Wards And Stored At Septic Vault. V. Collect Placenta (day Time) At Ob Ward Going To Placenta Vault. W. Operate Hospital Waste Autoclave Twice A Day. 2. Weekly Maintenance - General Cleaning Of All Areas Every Saturday. A. Scrub And Strip Off Sticking Dirt, Gums, And Other Similar Substances, Particularly Those Inner Areas And Corners. Wash Clean With Soap And Water And Dry. B. High Clean/sweep Cobwebs Of The Ceiling And Wipe Light Fixtures/diffusers And Inner Walls. C. Remove Dirt And Wash Clean With Soap And Water All Window Grills And Panes, Stairways, Balcony And Walls. D. Thoroughly Clean All Comfort Rooms Particularly The Toilet Bowls, Lavatories And Men's Urinals. Apply Disinfectant And Deodorized All Areas. E. Thoroughly Clean Office Furniture And Fixtures And Other Office Equipment, Taking Extra Care In Moving Same To Avoid Damage. F. Apply Floor Wax On Floors And Polish Shine. G. Spray Insecticide Inside Devmh Offices To Eradicate Rats, Flies, Mosquitoes, Termites, White Ants And Other Pests. H. Cultivate Soil And Fertilize Indoor And Outdoor Plants. I. Clean Catch Basins And All Other Planter Boxes. J. Clean/wash Garbage Cans K. Clean Inside, Top, Under And Back Of Regrigerator, Clean All Seals On Refrigerator/freezer. 3. Monthly Maintenance – Every Last Saturday Of The Month. A. Wipe/clean Venetian Blinds. B. Clean Inside Windows. C. Remove And Replace Curtains At All Areas. D. Clean Door Jams/balusters/handrails. E. Clean Glass Walls/partitions. F. Vacuum Clean All Upholstered Furniture. G. Wash Walls. 4. Miscellaneous Services To Be Performed Whenever Required. A. Provide Logistical Assistance During Meetings And Conferences. B. Haul/move Office Furniture, Fixtures & Equipment, Among Others. C. Messengerial And Errand Work Within Office Premises. D. Make Available At All Times Relievers And/or Replacements To Ensure Continuous And Uninterrupted Services In Case Of Absences. E. Exercise The Necessary Supervisory Work. F. Must Provide Office Supplies And Equipments To Be Used By The Area Supervisor For The Necessary Clerical Works. G. Must Provide Atleast 7 Sets Of Uniform To The Janitorial Personnel, That Will Be Used Daily, Such As But Not Limited To Janitor Scrubs, Customized Polo Uniform And Jockey Type Polo Uniform. H. Must Have Atleast One (1) Administrative Representative From The Agency That Will Be Assigned In Ubay Or Nearby Towns And Could Cater All The Concerns Pertaining Janitorial Services In The Hospital. I. All Janitorial Personnel Shall Assist After Crushing The Empty Vials. Other Services Offered (if Any) Cleaning Equipment/tools 1. Push Cart, Big, Heavy Duty - 6 Units (at Least 50kg Load) 2. Vacuum Cleaner, Heavy Duty - 2 Units 3. Squeezer - 10 Units 4. Other Equipment Offered (if Any) "
Closing Date25 Feb 2025
Tender AmountPHP 7 Million (USD 122.5 K)
Municipality Of Mariveles, Bataan Tender
Others...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Various Ict Tools And Equipment All Tools And Equipment Must Be Authentic And High Quality; "1 Unit Cordless Vacuum Cleaner (tool Only) Specifications: Battery Voltage: 18 V Weight Excl. Battery: 1.3 Kg Container Volume: 0.7 L Filter Surface Area: 55 Cm² Max. Airflow Rate (turbine)10 L/s Max. Vacuum Pressure (turbine) 60 Mbar Operating Time 18 V 7 Mins/ah With Crevice Nozzle Floor Nozzle Flexible Extension Tube Crevice Nozzle 2 X Suction Tubes;" "1 Unit Cordless Blower (tool Only) Specifications: Battery Voltage:18 V Max. Airspeed: 75 M/s Weight Excl. Battery: 1.1 Kg Max. Airflow120 M³/h Runtime Speed I :9 Min/ah, Speed Ii : 5 Min/ah No-load Speed: 17,000 Rpm Product Dimension: Length: 523mm Height: 208mm 1 Unit 18v-120 Professional Cordless Blower 4 X Accessories (nozzle, Extension Tube, Deep Hole Nozzle, Dust Collection Tube);" "2 Unit Pass-thru Modular Crimper Specifications: Complete Tools: Wire Crimper/wire Cutter/wire Stripper Pass-thru Modular All-in-one Tool For Video, Datacom And More. Handle Color: Yellow/black Features: * Fast, Reliable Modular Crimp-connector Installation For Voice And Data Applications * All-in-one Tool Cuts, Strips And Crimps Paired-conductor Data Cables(round Stp/utp And Flat-satin Phone Cables) * Crimps Rj11/rj12 Standard Modular Connectors, And Crimps And Trims Tools Pass-thru Connectors * Full-cycle Ratchet Mechanism Ensures Complete Connector Termination * Trims Flush To End Face Of Connector To Eliminate Unintended Contact Between Conductors * On-tool Wiring Guide To Minimize Wiring Errors * Not For Use With Standard(non-pass-thru) Connectors" "1 Unit Digital Multimeter Specifications: Maximum Voltage Between Any Terminal And Earth Ground 600 V Display (lcd) 6000 Counts, Updates 3/sec Battery Type 2 Aaa, Neda 24a, Iec Lr03 Battery Life 200 Hours Minimum;" "1 Set Network Cable Tester Specifications: Network Cable Tester; Lan Optical Power Meter Tester; Lcd Display; Measure Length, Wiremap Tester, Cable Tracker; Cable Type: Cat5/cat6 Voltage: 60v Transmitter: Wiremap Port: Rj45 Remote Continuity: ≥300m Cable Sequence And Fault Test: Yes Stp/ntp: Yes Short Circuit Reminder: Yes Anti-jamming And Normal Mode: Yes Audio Transmission Frequency: 455khz Audio Transmission Distance: Rj45 300m Nvl: 10mw Power Meter: 850/1300/1310/1490/1550/1625nm (wavelength) Crimping: Rj45-8 Cores, Min Length Is ≥10cm Low Voltage Prompt: <3.5v±0.1v, Power Indicator Flashes Power Supply: 3.7v 1500mah Polymer Lithium Battery Receiver: Scan Current: ≤300ma Remote Continuity: ≥300m Ncv Detection: Yes Lamp: Yes Low Voltage Prompt: Yes Power Supply: 3.7v 1500mah Polymer Lithium Battery Inclusions: 1 * Transmitter 1 * Receiver 1 * Rj45 Adapter Line 1 * Rj11 Adapter Line 1 * Crocodile Clip Test Line 1 * Type-c Data Cable 1 * Earphone 1 * Carry Bag;" "2 Pcs Pliers 8 Inches Specifications: Carbon Steel Drop Forged For Durability Slip Resistant Bi-material Handle For Comfortable Grip Fixed Joint Design For Grasping, Bending And Cutting Measurements: 8 Inches;" "2 Pcs Pliers 6 Inches Specifications: Carbon Steel; Drop Forged For Durability Slip Resistant Bi-material Handle For Comfortable Grip; Fixed Joint Design For Grasping, Bending And Cutting; Measurements: 6 Inches;" "1 Set Socket Rachet Wrench Set (1/4"" & 1/2"" Drive) Specifications: Complete Set Of 94pcs; 18pcs 1/2 ″ Crv Socket: 10, 11, 12, 13, 14, 15,16, 17, 18, 19, 20, 21,22, 23, 24,27, 30, 32 Mm Ergonomic Ratchet Handle Two Component 2 Pieces: 1/2 """", 1/4"""" 1pc 1/4 ″ Crv Handle: 150 Mm 1pc 1/2 ″ Crp Extension Bar: 250 Mm 2pcs Crv Spark Plug Sockets: 16mm, 21mm Universal Joint Crp 1pc 1/2 ″ Extension Bar Crp 1pc 1/2 ″: 125 Mm Adapter 1pc 1/2 ″ Crv 3 Ways Sockets 12v 1/4 ″ Crv: 4, 4.5 5, 5.5 , 6, 7, 8, 9, 10, 11, 12, 13, 14 Mm Flexible Bar 1pc 1/4 ″ Crp: 150 Mm 2 Extension Bars Crv 1/4 ″: 50, 100 Mm Universal Joint 1pc 1/4 ″ Crv Sliding Bar 1pc 1/4 ″ Crv Packing: Blow Mold Case;" "1 Set Accessory Set And Titanium Drill Bits Specifications: Complete Set Of 103 Pieces Includes: 9 X Metal Drill Bits (2 X 1.5, 3 X 2, 1 X 2.5, 4 X 3, 1 X 3.2, 1 X 3.5, 1 X 4, 1 X 4.5, 1 X 4.8, 1 X 5, 1 X 5.5, 1 X 6 And 1 X 7mm), 40 X 25mm Screwdriver Bits (10 X Ph (2 X 0, 2 X 1, 3 X 2 And 3 X 3mm), 10 X Pz (2 X 0, 2 X 1, 3 X 2 And 3 X 3mm) 6 X S (2 X 4, 2 X 6 And 2 X 7mm) 10 X T (2 X 10, 2 X 15, 2 X 20, 2 X 25, 30 And 40mm) 4 X H (3, 4, 5 And 6mm)) 13 X 50mm Screwdriver Bits (4 X Ph (0, 1, 2 And 3mm) 4 X Pz (0, 1, 2 And 3mm) 2 X S (4 And 6mm) 3 X T (10, 20 And 25mm)) 2 X Spade Bits (16 And 22mm), 5 X Masonry Drill Bits (4, 5, 6, 8 And 10mm) Bit Holder 4 X Holesaws (32, 38, 44 And 54mm) Hole Saw Adapter 9 X Wood Drill Bits (2 X 3, 2 X 4, 1 X 5, 1 X 6, 1 X 7, 1 X 8 And 1 X 10mm) 7 X Nut Setters (5, 6, 8, 10, 11, 12 And 13mm) Countersink And Allen Key;" "1 Unit Portable Monitor, 16.1 Inches Specifications: 100% Srgb; Fhd 1080p; Portable Laptop Monitor With Usb C Hdmi, Ips Eye Care Screen;" "4 Pcs 16gb Ddr4 3200mhz Ram Specifications: Power Supply: Vdd = 1.2v Typical Vddq = 1.2v Typical Vpp = 2.5v Typical Vddspd = 2.2v To 3.6v On-die Termination (odt) 16 Internal Banks; 4 Groups Of 4 Banks Each Bi-directional Differential Data Strobe 8 Bit Pre-fetch Burst Length (bl) Switch On-the-fly Bl8 Or Bc4(burst Chop) Height 1.34” (34mm), W/heatsink;" "1 Set Battery Pack - Gba 18v 4.0ah Professional - Battery Pack Specifications: Compatible With Vacuum And Blower; Battery Voltage: 18.0 V; Weight: 0.6 Kg; Battery Capacity: 4 Ah; Battery Dimensions (width X Length X Height): 74 X 114 X 56 Mm;" "1 Pcs Battery Charger - 1880 Cv Specifications: Battery Charging Voltage: 14.4 – 18 V Charge Current: 8 A Weight: 700 G In Cardboard Box Quick Charger Gal 1880 Cv1 50 Percent Faster Charging Of The Batteries Quick Charging Mode: A 4.0 Ah Battery Is Ready To Use After 25 Minutes With 80 Percent Of Its Capacity. Active Air Cooling For Longer Battery Life."
Closing Date21 Jan 2025
Tender AmountPHP 82.7 K (USD 1.4 K)
BARANGAY IGPIT, OPOL, MISAMIS ORIENTAL Tender
Civil And Construction...+2Civil Works Others, Machinery and Tools
Philippines
Details: Description Part : I. Facilities For Engineer Item No. : A.1.1 (b) Provision Of Field Office For The Engineer Quantity : 1.5 Month Particulars Quantity Unit Rental Of Office/storage House (including Lights And Water) 1.5 Month Part : Ii. Other General Requirements Item No. : B5 Project Billboard/signboard Quantity : 2 Each A. Materias Particular Quantity Unit 8”x8” Tarpaulin (2 Sets 64 Sq. Ft Good Lumber (frames) 48 Bd. Ft Assorted Common Wood Nails 1 Kg. B. Labor Particulars No. Men Days Foreman 1 1 Skilled Laborer 1 1 Laborer 1 1 Part : Ii. Other General Requirements Item No. : B.7 (1) Occupational Safety And Health Program Quantity : 1.5 Months Materials Particulars Quantity Unit First Aid Kit 1 Ls Safety Helmet 8 Man-days Safety Shoes 8 Man-days Safety Gloves 25 Man-days Pipe Signage (4”x8”) 1 Set Safety First (4”x4”) 1 Set Warning Signs (2”x3”) 1 Set Caution Tape, 100 Ft 1 Roll Labor Particulars No. Of Men No. Of Days Safety Officer 1 15 Days First Aider 1 15 Days Part : Iii. Other General Requirements Item No. : B.9 Mobilization/ Demobilization Quantity : 1.0 Is A. Equipment Particulars Qty Unit Mobilization/demobilization Part : A. Earth Works Item No. : 801 (1) Removal Of Structures And Construction Quantity : 1.0 L.s. Area : 142.65 Sq.m A. Labor Particulars No. Of Men Days Foreman 1 4 Unskilled Worker 4 4 B. Equipment Dump Truck (12 Cu. Yd) 1 2 Backhoe 1 8 Hours Part : A. Earth Works Item No. : 800 (2) Clearing And Grubbing Quantity : 1.0 L.s. Area : 142.65 Sq.m A. Labor Particulars No. Of Men Days Foreman 1 4 Unskilled Worker 4 4 B. Equipment Particulars No. Of Equipment Hours/days Dump Truck (12 Cu. Yd) 1 2 Days Backhoe 1 8 Hours Part : A. Earth Works Item No. : 803 (1) 9 Structure Excavation (common Soil) Quantity : Footing (1.2m X 1.20) (1.2m X 1.2m X 1.8) (12pcs) 31.10 Cu.m A. Labor Foreman 1 5 Unskilled Worker 3 5 B. Equipment Particulars No. Of Equipment Hours/days Dump Truck (12 Cu. Yd. 1 2 Days Backhoe (0.80 Cu. M.) 1 8 Hours Part : A. Earth Works Item No. : 804 (1)b Embankment From Borrow Quantity : Footing (1.2m X 1.2m X 1.5) Areabuilding = 142.65 Sq.m Column (0.40m X 040m) Volume Of Embankment = 142.65 Sq.m X 0.40m V= (1.2m X 1.2m X 1.5) - (0.4m X 0.4m X 1.5m) Volume Of Embankment = 57.06 V =1.92 Cu.m (12) Total = 57.06 +23 V = 23 Cu.m Total = 80.06 Cu.m A. Material Particulars Qty. Unit Filling Soil 75 Cu. M. B. Labor Particulars No. Of Men Days Foreman 1 4 C. Equipment Plate Compactor (5hp) 1 1 Day Backhoe (0.80 Cu. M.) 1 8 Hours Part : A. Earth Works Item No. : 804 (4) Gravel Fill Quantity : Footing (1.2m X 1.2m X 0.1) Area Building = 142.65 Sq.m V=(1.2m X 1.2m X 0.1) Volume Of Gravel Bedding = 142.65 Sq.m X 0.10 (thk) V= 0.144 Cu.m (12) Volume Of Gravel Bedding = 14.265 Cu.m V = 1.728 Cu.m Total = 14.265 + 1.728 Total = 15.993 (15% Shrinkage Factor) Cu.m Total = 18.39 Cu.m A. Material Particulars Quantity Unit Gravel Bedding G-1 (with 5% Shrinage Factor) 18.39 Cu. M B. Labor Particulars No. Of Men Days Foreman 1 4 Unskilled Worker 4 4 C. Equipment Plate Compactor 1 1 Part : B. Plain And Reinforced Concrete Work Item No. : 900 (1) C1 Structural Concrete Class A At 28 Days Quantity : 11.79 Cu.m Footing (1.2m X 1.2m X 0.30 M) Column (0.40m X 0.40m X 3.44m) V= 0.432 Cu.m V= 0.5504 Cu.m Class A(1:2:4) Concrete Mix Class A (1:2:4) Concrete Mix Portland Cement = 0.432 Cu.m Portland Cement = 0.5504 X 9 Portland Cement = 3.88 Bags X 12 Footing Portland Cement = 4.95 Bags X 12 Footing Total Cement For Footing = 46.65 Or 47 Bags Total Cement For Footing = 59.44 Or 60 Bags Sand = 0.432 X 0.5 Sand = 0.5504 X 0.5 Sand = 0.216 Cu.m X 12 Sand = 0.2752 Cu.m X 12 Total Sand = 2.592 Cu.m Total Sand = 3.3 Cu.m Gravel = 0.432 X 1 Gravel = 0.5504 X 1 Gravel = 0.432 Cu.m X 12 Gravel = 0.5504 Cu.m X 12 Gravel = 5.184 Cu.m Gravel = 6.6048 Cu.m A. Material Particulars Qty. Unit Portland Cement 235 Bags Washed Sand 7 Cu. M. Crushed Gravel ¾” 13 Cu. M. B. Labor Particulars No. Of Men Days Foreman 1 15 Skilled Workers 4 15 Unskilled Workers 4 15 C. Equipment Particulars No. Of Equipment Hours/days Concrete Vibrator 1 15 One Bagger 1 15 Part : B. Plain And Reinforced Concrete Works Item No. : 902 (1) A. Reinforcing Steel (deformed), Grade 40 Quantity : 2,863.38 Kgs. Footing (1.2m X 1.2m) Column (0.40m X 0.40) Ties(0.40m X 0.40m) No. Of Pcs = 1.2 X 1.2 X 14 Pcs Column = 8 Pcs 20mm Drb No. Of Pcs = 76 Meters/6meters No. Of Pcs = 20.16 X 12 (footing) No. Of Pcs = 8 X 12 (footing) No. Of Pcs = 12.66pcs Or 13 Pcs X 12 No. Of Pcs = 241.92 / 6 Meters No. Of Pcs = 96 No. Of Pcs = 156 Pcs No. Of Pcs = 40.32 Or 41 Kgs = 92 Pcs 20mm X 14.82 Kgs = 156 Pcs 12 Mm Drb Kgs = 41 Pcs 20mm X 14. 82 Kgs = 1,422.72 Kgs = 833.04 Kgs = 607.62 Total = 2,863.38 Kgs A. Material Particulars Qty. Unit Tie Wire 4 Rolls 20 Mm Deformed Round Bar 140 Length (grade 40) 10 Mm Deformed Round Bar (grade 40) 160 Length B. Labor Foreman 1 Men 20 Days Skilled Workers 4 Men 20 Days Unskilled Workers 4 Men 20 Days C. Equipment Particulars No. Of Eqpt Hours/days Bar Cutter 1 10 Days Bar Bender 1 10 Days Part : B. Plain And Reinforced Concrete Works Item No. : 903 (2) Formworks And Falseworks Quantity : 500 Bd.ft A. Material Coco Lumber 500 Bd Ft. Plywood Ordinary 15 Pc. Cwn Assorted 15 Kg. B. Labor Particulars No. Of Men Days Foreman 1 8 Skilled Workers 2 8 Unskilled Workers 4 8
Closing Date24 Feb 2025
Tender AmountPHP 999.9 K (USD 17.2 K)
Philippine Health Insurance Corporation Tender
Publishing and Printing
Philippines
Details: Description Request For Quotation Negotiated Procurement _small Value Procurement (sec. 53.9) The Philhealth Regional Office Xii, Through The Corporate Operating Budget 2024 Intends To Apply The Sum Of Five Hundred Fifty Two Thousand Thirty Four Pesos Only. (552,034.00) Being The Approved Budget Of The Contract (abc) To Payment For The Procurement Of Various Office Supplies For Cy 2025. The Philhealth Regional Office Xii Now Invites Quotations For The Following Procurement. Item No. Product/service Name Description Quantity Uom Budget (php) Various Office Supplies For Cy 2025 1 Adhesive Tape Size: 2" Double Sided Without Foam 20 Roll 960.00 2 Art Paper Assorted Color, 10 Pcs/pack 100 Pack 2,940.00 3 Battery Dry Cell, Size Aa, 1.5 Volts, Alkaline, No Mercury And Cadmium Added, 2 Pcs/blister Pack 50 Packet 1,024.50 4 Battery Dry Cell, Size Aaa, 1.5 Volts, Alkaline, No Mercury And Cadmium Added, 2 Pcs/blister Pack 50 Packet 3,025.00 5 Battery For Laser Pointer Lr44 10 Pc 630.00 6 Binder Pvc Binding Element 2" 20 Pc 3,150.00 7 Box Sorting Box, Size: 15.5" X 12.5" X 11.2" With Attached Cover 500 Set 75,000.00 8 Cartolina Bristol Board, Assorted Colors: Blue, Green, Yellow, Orange, Lavender, Violet, Gold And Pink (minimum Of Four (4) Colors), 572mm X 724mm (-3mm) (22-1/2" X 28-1/2"), Thickness: 0.12mm, Non-bleed And Non-blot, Su 100 Pc 1,200.00 9 Clip Backfold, 19mm, All Metal, Clamping Length: 19mm(-1mm), Clamping Depth: 10mm(min.), Thickness Of Metal: 0.20mm(min.), 12 Pcs/box 100 Box 1,200.00 10 Clip Backfold, 25mm, All Metal, Clamping Length: 25mm(-1mm), Clamping Depth: 13mm(min.), Thickness Of Metal: 0.22mm(min.), 12 Pcs/box 100 Box 2,100.00 11 Clip Bulldog, All Metal, Clamping Length: 70mm (min.) 100 Pc 3,000.00 12 Correction Tape Disposable, Dispensing Mechanism: Gear Type, Dispensing System: Single Line Tape, With Mechanism For Adjustment/rewinding, Color: White Opaque, With Protective Cap 200 Pc 5,000.00 13 Data Folder Chipboard: 2.5mm Thick(min) Leatherette Paper And/or Polypropylene (pp) Material Made Of Linen Design For Outside Cover, Coated Paper For Inside Cover Including Spine Portion, Size: 75mm X 230mm X 380mm (3" 1,000 Pc 120,000.00 14 Eraser Plastic/rubber, Rectangular, For Erasing Wood-cased And Mechanical Pencil Impressions 50 Pc 1,312.50 15 Fastener Long Stem 10 Box 1,650.00 16 Fastener Plastic Coated, 2 Pc-clip, 70mm, 50 Sets/box 150 Box 5,400.00 17 Flag (common) Material: Polyester Size: 10.5"x8" 6 Pc 544.50 18 Folder Pressboard, Plain, For Legal Size Papers/documents, 242mm X 369mm, Color: Cream, Green, Or Maroon, Etc., 100 Pcs/box 20 Box 33,320.00 19 Folder With Tab, Legal, Material: Tagboard/carrier/foldcote/cupstock Board For Legal Size Documents, Smooth Finished And Non-blot On Both Sides Using A Permanent Marker, 100 Pcs/pack 10 Pack 5,550.00 20 Glue 130 Grams_bottle 80 Bottle 4,000.00 21 Ink For Stamp Pad With Applicator, Color: Purple Or Violet, 50ml 25 Bottle 800.00 22 Manila Paper 60 Gsm, Thickness: 0.014mm Min, Dimension: 1200mm X 900mm Min, 10 Sheets Per Sleeve 150 Pc 6,300.00 23 Marker Permanent Pen, Blue, Felt, Bullet Type 35 Pc 1,190.00 24 Marker Whiteboard, Blue, Tip: Felt, Bullet Type 20 Pc 700.00 25 Pen Ball Point Pen, Black, Fine Point 200 Pc 4,400.00 26 Pen Ball Point Pen, Blue, Fine Point 1,500 Pc 33,000.00 27 Pen Ball Point Pen, Red, Fine Point 70 Pc 1,540.00 28 Pen Sign Pen, Blue, Gel Type, 0.7mm 500 Pc 22,500.00 29 Pen Sign Pen, Blue, Liquid Or Gel, 0.5mm, Needle Type 300 Pc 13,500.00 30 Pencil Sharpener Manual, Table Mountable Type, With Metal Clamp, Single Cutterhead, One-hole Guide, 9-10mm In A Diameter 10 Pc 4,500.00 31 Pencil 0.5mm Lead Point 150 Pc 2,850.00 32 Photo Paper Premium Grade A4, 15s/pack 30 Pack 2,362.50 33 Puncher Heavy Duty, With Two Hole Guide, Punching Capacity: 30 Sheets Of 70 Gsm Multipurpose Paper, Diameter Of Hole 7mm (approx) 20 Pc 3,200.00 34 Record Book 300 Pages, 55gsm, Cover Size: 278mm X 175mm (minimum), Durable Smyth Sewn Binding, With "record Book" Printed On The Outside Of Front Cover 50 Book 6,000.00 35 Record Book 500 Pages, 55 Gsm, Cover Size: 278mm X 175mm (minimum), Durable Smyth Sewn Binding, With "record Book" Printed On The Outside Of Front Cover 50 Book 6,000.00 36 Ring Binder Three (3) Hole Binder, A4, 3" Capacity 20 Pc 5,082.00 37 Rubber Band No. 18, 350 Grams (min) (net Weight) 200 Box 45,000.00 38 Ruler Plastic, 12" (300mm), Width: 28mm Min, Flexible, Transparent/clear, Ruler Scale: Millimeters, Centimeters, Inches, Thickness: 0.80mm Min 50 Pc 1,500.00 39 Scissors Overall Length: 160mm (min), Blades Shall Be Made Of Stainless Steel 50 Pair 2,400.00 40 Stamp Pad Felt, Made Of Metal, Plastic Or Combination Of Plastic And Metal, 60 Mm X 100 Mm 50 Pc 2,150.00 41 Staple Wire Remover Jaw Type 30 Pc 1,815.00 42 Staple Wire For Standard Stapler, 26/6, No.35, Made Of Steel Wire Coated With Zinc, Copper Or Any Equivalent Anti-corrosion Material, 5000s/box 450 Box 14,850.00 43 Sticker Paper A4, 10 Pcs/pack 100 Pack 5,688.00 44 Stick-on Note Pad Customized, 3"x 3" For Op Use 100 Pad 5,500.00 45 Tape Masking, Size 1" (24mm) 100 Roll 6,000.00 46 Tape Masking, Size 2" (48mm) 100 Roll 12,000.00 47 Tape Packaging, Size: 2" (48mm) 100 Roll 3,200.00 48 Tape Transparent, Size: 1" (24mm) 100 Roll 2,800.00 49 Tape Transparent, Size: 2" (48mm) 100 Roll 3,200.00 50 Tape Transparent, Size: 3"(76mm) 100 Roll 8,500.00 51 Ticket Paper For Queuing Machine 250 Pc 22,500.00 Please See Attached Technical Specifications. Total 522,034.00 All Sealed Or Open Quotations Shall Be Submitted To The Address Below On Or Before February 25, 2025, 10:00am. The Philhealth Regional Office Xii Reserves The Right To Accept Or Reject Any Bid/quotation At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/suppliers. Contact Person: Grace Joy S. Barrun Administrative Officer Iii Philhealth Regional Office Xii Csa I Building, Zulueta St. – Gen. San Drive Koronadal City Tel. No. (083) 228-9731-33 Loc. 6424 Noted : Lorelie G. Bonilla Bac Chairperson Hector Zenon Leonardo P. Malate, Md Regional Vice President, Pro Xii Head Of The Procuring Entity
Closing Date25 Feb 2025
Tender AmountPHP 522 K (USD 9 K)
Municipality Of San Vicente, Palawan Tender
Machinery and Tools
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Various Equipment Intended For The Municipal Engineering Office, This Municipality/gds-2025-023 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of Fifteen Thousand Pesos (₱15,000.00) For Lot 1; Thirty-three Thousand Pesos (₱33,000.00) For Lot 2; Two Hundred Thirty Thousand Pesos And Seven Hundred Fifty Pesos (₱230,750.00) For Lot 3; Thirty-one Pesos (₱31,000.00) For Lot 4 Being The Abc To Payments Under The Contract For Supply And Delivery Various Equipment Intended For The Municipal Engineering Office, This Municipality/gds-2025-023. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot - 1 1. Unit 1 Water Dispenser (bottom Load) Specifications Excellent Heating And Cooling Performance Fast Heating (85-90 Degrees In 10 Mins) Extra Cold Water (3-8 Degrees) Energy Efficient (p12/day Electrical Cost Hot & Cold) Rust-free Durable And Sanitary Stainless Steel Water Tanks For Hot And Cold Hot Water Child Lock Lot - 2 1. Unit 2 Electric Drill Specifications Drilling Capacities Steel 6.5mm Wood 15mm No Load Speed 0-4,200 Rpm Overall Dimensions 209 Mm Net Weight 1.2 Kg Continuous Rating Input 370w 2. Unit 2 Grinding Machine Specifications Model: Gws 700 06013a31k0 Rated Input Power: 710w No-load Speed: 12.000 – 12.000rpm Disc Diameter: 115 Mm Grinding Spindle Thread: M14 Weight: 1.7kg Switch: Lockable Switch Features: High-performance, High-quality Small Angle Grinder High Removal Rate And Outstanding Overload Capacity Enduring Performance From Reliable Structure Design And Quality Components Optimal Comfort And Control Due To Lightweight, Compact, And Ergonomic Design Ideal For Metal Grinding, Deburring, Finishing And Cutting, Concrete Grinding And Wall Chasing Rated Input Power: 670w No-load Speed: 12,000rpm Grinding Spindle Thread: M10 Disc Diameter: 100mm Weight: 1.8kg Uses: For Grinding, Cutting Of Metal, Concrete, Marble, Granite Powerful And Reliable Tool For Tradesman High Value-to-money Powerful 670w Input Power Maximum Safety - Come With Burst Proof Guards And 2-motion Switch 3. Unit 2 3" Electric Plainer Specifications Volts:220-240v~50/60hz Input Power:1050w No-load Speed:16000rpm Planning Width&depth:82x3mm Heavy Duty Aluminum Base Aluminum Side Cover Self-cooling Belt System With 2 Pieces Planning Blades With 1piece Belt With 1set Parallel Guide With 1pcs Depth Guide Packed By Color Box 4. Unit 2 1.5 Hp Submersible Pump Specifications Power Rating: 1100w The Speed Is 3450 Rpm. 50mm Discharge Power: 220v 60 Hertz (hz) Head: 11m Dimensions: 20m3h For Pure Water 1.5 Horsepower Size: 2x2 Lot - 3 1. Unit 1 Hydraulic Crimping Tools Specifications Max Pressure: 14 Tons Max Stroke: 12mm Crimp Range: 10~120mm² 2. Unit 1 A-type Fiber Glass Step Ladder (double Sided-12ft) 3. Unit 1 Fiber Glass Industry Extension Ladder 32 Ft 4. Unit 1 Rigid Bolt Cutter S14 5. Unit 1 Rubber Insulated Gloves Class 2 Specifications Voltage Rating; 17,000 Volt Ac And 25,500 Volt Dc 6. Unit 5 Leather Gloves Protection Class 00 Specifications Voltage Rating: 500 Volts Ac And 750 Volts 7. Unit 2 Fluke 303 Clamp Meter Specifications 600ac Current Measurement Cat Iv 300v/cat Iii Safety Rated 300m Jaw Size For Numerous Applications Resistance Range Of 40 Kω Slim, Ergonomic Design Is Easy To Carry And Simple Use Easy To Read Backlight Display 8. Unit 2 Analog Multi-tester Specifications Power Source: Dc Style: Gold Plate Color: Gold Item Weight: 320 Grams Drop And Shock Proof Multi Meter (made In Japan) Dc V 1000v, Ac V 750 And Dc A 0.25a Resistance Up To 200mω , Capacity Up To 10 Micro Farad, Db Measurement: -10db To 22db Gold Plate Test Pins Allow Excellent Conductance Taut Band Meter Adopted, And Band Is Made Of Platinum Alloy Subtotal Lot - 4 1. Piece 2 Electrode Handle 2. Set 2 Welding / Cutting Torc With Cutting Tip 3. Meter 20 Oxy And Acetylene Hose With Fitting 4. Set 1 Acetylene Regulator Assy 5. Units 2 Digital Caliper 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 To 26, 2025 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 Five Hundred Pesos (₱500.00) Per Lot. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On February 12, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 26, 2025, 1:00 P.m. Late Bids Shall Not Be Accepted. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025, 1:30 P.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Closing Date26 Feb 2025
Tender AmountPHP 309.7 K (USD 5.3 K)
City Of Canlaon Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Improvement Of Abc Building The Local Government Of Canlaon City, Through The Ordinance No. 88, Series Of 2024 Intends To Apply The Sum Three Hundred Fourteen Thousand, Five Hundred Nineteen & 50/100 (p314,519.50) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Abc Building, Brgy. Mabigo, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Construction Materials For Use In The Improvement Of Abc Building, Brgy. Mabigo, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten 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) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 11, 2024 To January 2, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, 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 Hundred (p500.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before January 2, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 2, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon 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: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: December 10, 2024 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Improvenet Of Abc Building Brief Description: Supply And Delivery Of Various Construction Materials Location: Brgy. Mabigo, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 8 Shts. 4' X 8' X ¼" Fiber Cement Board 798.00 2. 30 Shts. # 120, Sand Paper 38.00 3. 30 Shts. # 80, Sand Paper 33.00 4. 4 Kgs. 1½" Flat Head Wood Screw 65.00 5. 400 Bd. Ft. 120 Pcs - 2" X 2" X 10' Good Lumber 55.00 6. 9 Pcs. 16" X 8' G.i. Ridge Roll, 0.40mm Thick 250.00 7. 80 Lgth. 17mm X 49mm X 17mm X 0.6mm X 5 M Double Furring 217.00 8. 2 Pcs. 2" Paint Brush 50.00 9. 3 Kgs. 3" Roofing Nails 150.00 10. 200 Bd. Ft. 30 Pcs - 2" X 4" X 10' Good Lumber 55.00 11. 35 Shts. 4' X 8' X ¼" Fiber Cement Board 798.00 12. 14 Shts. 4' X 8' X ¾" Marine Plywood 1,913.50 13. 3 Pcs. 4" Paint Brush 105.00 14. 2 Pc. 4" Putty Plate 80.00 15. 5 Pcs. 5/32"ф Drill Bit For Steel 129.00 16. 2 Box 5/32"ф X ¾" Blind Rivets 546.00 17. 3 Pcs. 7" Paint Roller With Pan 160.00 18. 3 Tube All Purpose Sealant, Elastoseal 417.00 19. 6 Tubes Builders Bond Construction Adhesive, 300 Ml Cartridge 200.00 20. 1 Pc. Caulking Gun 350.00 21. 15 Bags Skim Coat, 25 Kgs., Buildrite 710.00 22. 20 Shts. Corrugated G.i. Sheet (10'), Ga26 819.00 23. 1 Kg. Cwn #1½ 100.50 24. 1 Kg. Cwn #1½ 100.50 25. 1 Gal. Epoxy Primer Red Oxide W/ Catalyst 1,358.00 26. 3 Rolls Fiber Glass Mesh Tape 150.00 27. 1 L Mayon Lacquer Thinner 300.00 28. 15 Gal. Mcs Semi-gloss Mcs - 2101 Evening Haze 1,100.00 29. 15 Gal. Mcs Semi-gloss Mcs - 6101 Cloudy Gray 1,100.00 30. 18 Lght Moulding Polywood 15 X 70 X 2400mm, Oakwood Design 400.00 31. 1 L Pioneer Marine Epoxy 900.00 32. 2 L Prima Semi-gloss 346sg Brown Cap 300.00 33. 1 Sets 3-way Switch, Flush Type 450.00 34. 1 Assy Ceiling Light, ɸ 290 X 54mm, 32w 2,800.00 35. 30 Mtrs. Conductor Wire, 14.0 Mm2 Thw Cu 132.50 36. 600 Mtrs Conductor Wire, 3.5mm2 Thw Cu 94.50 37. 15 Mtrs. Conductor Wire, 8.0 Mm2 Tw Cu, For Grounding 74.50 38. 100 Pcs Conduit Clamp 1/2'' ɸ Upvc, Orange Color W/ Concrete Nail 3.50 39. 20 Pcs Conduit Clamp 3/4'' ɸ Upvc, Orange Color W/ Concrete Nail 5.00 40. 1 Pc Connector Ground Rod For 5/8'' ɸ 196.00 41. 15 Sets Covenience Outlet, Duplex, Universal, Flush Type 350.00 42. 1 Pc Double Throw For Backup Generator, 2p, 60a 600v W/ Cover And Complete Accessories 850.00 43. 4 Sets Duplex Switch, Flush Type 350.00 44. 5 Rolls Electrical Tape 75.00 45. 300 Mtrs Flexible Conduit Pipe, 1/2'' ɸ Upvc, Orange Color, Coliable 25.00 46. 15 Mtrs. Flexible Conduit Pipe, 3/4'' ɸ Upvc, Orange Color, Coilable 35.00 47. 1 Pc Ground Rod, 5/8'' ɸ X 10, Galvanized 933.00 48. 39 Pcs Junction Box, 4 X 4 Upvc, Orange Color 73.00 49. 26 Assy Led Lamp, 9watts, 220v Standard Base (e-27) 120.00 50. 10 Lgnth Plastic Molding, 3/4'' X 4' 150.00 51. 150 Pcs Polyflex Flexible Connector 1/2'' ɸ Pvc, Orange Color 15.00 52. 2 Pcs Pull Box, 12'' X 12'' X 6'' Depth, Galv. Steel, Melamine Coated 1,060.00 53. 26 Assy Recessed Lamp, 4'' ɸ X 6'' Depth With Socket, Standard Base (e-27), Safety Clip Without Bulb 840.00 54. 7 Sets Single Pole Switct, Flush Type 148.00 55. 2 Assy Track Lights, 12w 120-240v, Aluminum Material, ɸ 75mm X H90mm 950.00 56. 3 Sets Triplex Switch, Flush Type 360.00 57. 28 Pcs Utility Box 2 X 4, Upvc,orange Color 40.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date2 Jan 2025
Tender AmountPHP 314.5 K (USD 5.4 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00156 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - Divilacan Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱11,940,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00156: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - Divilacan Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - Divilacan Super Health Center Contract Id No. : 24b00156 Location : Dimapula, Divilacan, Isabela Brief Project Description : Construction Of New Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steel Works, Roofing Works, Structural Concrete), Plumbing Works (construction Of Catch Basin And Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering, Installation Of Doors And Windows, Ceiling Works) Electrical Works (installation Of All Conduits, Utility Box Of Lighting And Convenience Outlet And Junction Box For Lighting Fixtures With Hangers, Installation Of All Wiring Works, Switches And Outlets And Panel Boards) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank, Chb • Cold Water Lines • Fire Rated Fire Exit Steel Door • Aluminum Glass Doors, Swing Type • Aluminum Glass Windows, (casement, Awning, Fixed) Type • Doors, Wood Panel • Waterproofing, Liquid • (unglazed, Vinyl) Tiles • Cement Plaster Finish • Painting Works, (steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers Approved Budget For The Contract (abc) : ₱11,940,000.00 Contract Duration : 105 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 19 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 04 - 24, 2025, From The Address Given 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 Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On February 11, 2025, 11:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 24, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 24, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: February 04 - 10, 2025 Conspicuous Place (procurement Bulletin Board): February 04 - 10, 2025
Closing Date24 Feb 2025
Tender AmountPHP 11.9 Million (USD 206.3 K)
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 24-p-317(re-ad) Date January 2, 2025 Pr Reference 100-24-10-026 Philgeps Reference No. End - User Ceo Closing Date January 17, 2025 @ 5:00pm Bid Opening January 21, 2025 @ 9:00 Am Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. (sgd)virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. 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. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq: By Lot Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 24-p-317(re-ad) Total Abc: Php 300,621.10 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (unit Cost Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand, Model And Specifications. Attach Brochure If Available) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Lot I. Construction Materials 1 G.i. Metal Studs, 0.50mm Thk X 50mm X 50mm X 3.0m 3 Length 330.00 [ ] [ ] 2 G.i. Metal Studs, 0.50mm Thk X 50mm X 75mm X 3.0m 24 Length 490.00 [ ] [ ] 3 G.i. Metal Tracks, 0.50mm Thk X 50mm X 75mm X 3.0m 20 Length 470.00 [ ] [ ] 4 Metal Cladding, Aluminum Composite Panel, 4mm X 1.2m X 2.4m, Color: White 20 Sheet 2,500.00 [ ] [ ] 5 Tex Screw, 63mm For Steel 153 Piece 2.00 [ ] [ ] 6 Expansion Bolt, 10mm Dia X 75mm 56 Piece 35.00 [ ] [ ] 7 Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 2 Sheet 650.00 [ ] [ ] 8 Nails, Common Wire, 38mm 1 Kilo 84.00 [ ] [ ] 9 Nails, Common Wire 62mm 1 Kilo 80.00 [ ] [ ] 10 Nails, Concrete 25mm 1 Kilo 100.00 [ ] [ ] 11 Sealant, Elastomeric/roof (1 Liter/can) 1 Can 700.00 [ ] [ ] 12 Blind Rivets, 19mm Dia X 9mm Long (1000pcs/box) 1 Box 4,100.00 [ ] [ ] 13 Blind Rivets, 3mm Dia X 15.5mm Long (1000 Pcs/box) 1 Box 330.00 [ ] [ ] 14 Steel Plate,, 8mm X 1.2m 2.4m 1 Sheet 10,640.00 [ ] [ ] 17 Wood Plastic Composite, Indoor Panel, 7.5mm X 0.122m X 2.9m; Color: Teracota Orange 36 Sheet 600.00 [ ] [ ] 18 Roofing, Long Span, Rib Type, Min. T=.40mm, Min. Eff. W=1.040m, Min Rib H=22mm, L=8.00m, Color: Terracotta Orange 6 Sheet 3,440.00 [ ] [ ] 19 Door Knob, Chrome Polished Adjustable Tubular Latch Type, Good Quality 2 Set 690.00 [ ] [ ] 20 Hinges, Steel 100mm X 100mm Loose Pin W/ Screws Excellent Quality 3 Set 120.00 [ ] [ ] 21 Tube, G.i., Rectangular, Thk=2.5mm X 50mm X 150mm X 6m 4 Length 4,480.00 [ ] [ ] 22 Tube, G.i., Rectangular, , Thk=2.5mm X 75mm X 150mm X 6m 20 Length 6,720.00 [ ] [ ] 23 Rod/electrode, Welding, E6013, 1/8" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box) 4 Box 1,890.00 [ ] [ ] 24 Epoxy, (a And B), 1/4 Liter/can 1 Can 572.60 [ ] [ ] Lot Ii. Commercial Lumber 15 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 2.4m 6 Piece 179.75 [ ] [ ] 16 Lumber, G-melina Mahogany And Equivalent 50mm X 75mm X 3.0m 12 Piece 280.00 [ ] [ ] Purpose: Delivery Of Supplies And Materials For The Improvement Of Negosyo Center (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date17 Jan 2025
Tender AmountPHP 300.6 K (USD 5.1 K)
6751-6760 of 6981 archived Tenders