Tender Details
Title
GOV-24-813-NP(SV) / Fabrication and Installation of Float PROVINCE OF ILOILO
Country
Language
English
Organization
Published Date
22.05.2024
Deadline Date
27.05.2024
Overview
GOV-24-813-NP(SV) / Fabrication and Installation of Float Request for Quotation (RFQ)   Reference Number 10876087   Procuring Entity PROVINCE OF ILOILO   Title GOV-24-813-NP(SV) / Fabrication and Installation of Float   Area of Delivery Iloilo   Printable Version Solicitation Number: GOV-24-813-NP(SV) Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods Category: Construction Projects Approved Budget for the Contract: PHP 800,922.00 Delivery Period: 7 Day/s Client Agency: Contact Person: Aaron Pama Raymundo OIC-GSO Bonifacio Drive, Iloilo City Iloilo City Iloilo Philippines 5000 63-33-3360736 ipg_bacs@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 22/05/2024 Last Updated / Time 22/05/2024 12:00 AM Closing Date / Time 27/05/2024 9:00 AM Description Republic of the Philippines Province of Iloilo BIDS AND AWARDS COMMITTEE REQUEST FOR QUOTATION Quotation No.GOV-24-813-NP(SV) Reference PR No.GOV-24-813 May 20, 2024 ___________________________ ___________________________¬ (Supplier's Name and Office Address) The Iloilo Provincial Government, through its Bids and Awards Committee (BAC), hereby invites all interested supplier/distributor to quote their LOWEST PRICE on the item/s listed below subject to the Terms and Conditions stated herein, stating the shortest time of delivery, and submit the same duly signed by their authorized representatives not later than May 27, 2024 at 9:00 A.M. at the 5th Floor BAC Secretariat Office, Iloilo Provincial Capitol, Iloilo City after payment of the RFQ form in the amount of One Thousand Pesos (₱1,000.00). ATTY. DENNIS T. VENTILACION Chairperson, BAC Approved Budget for the Contract: ₱800,922.00 Place of Delivery: Iloilo and Manila Date of Delivery: not later than June 30, 2024 X Complete Bid Partial Bid Item No. Quantity Unit of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Fabrication and Installation of Float Entry of Cry of Sta. Barbara Iloilo (including miscellaneous items, framing/carpentry works, logo/signage, artworks, electrical works) 800,922.00 Kindly indicate the DELIVERY PERIOD and BID AMOUNT IN WORDS and FIGURES in the space provided below. Non-compliance shall be a ground for DISQUALIFICATION. TOTAL BID AMOUNT IN FIGURES: ₱_________________ Statement of Delivery Period: ________________________________________________________________ Bid Amount in Words: ______________________________________________________________________ Kindly indicate the RFQ Number and date of opening of bids on the outside of the envelope and submit this quotation with the following requirements: 1. Mayor's/Business Permit; 2. PhilGEPS Registration Number for the alternative methods of procurement under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, and Section 53.11 of the revised IRR of R.A. No. 9184; 3. Income/Business Tax Return for the procurement projects with ABC above ₱500,000.00; 4. Notarized Omnibus Sworn statement specifying the RFQ Number for procurement projects with ABC above ₱50,000.00; 5. DTI/SEC/CDA Registration Certificate; 6. Notarized Authority of the Signatory, if representative (SPA of proprietor for single proprietorship/Secretary Certificate for Corporation); 7. Technical Specifications in the prescribed form (for non-expendables/non-consumables) 8. Schedule of Requirements/Delivery Period in the prescribed form; 9. After-sales service/parts (for goods requiring maintenance service/parts); 10. Manpower requirements (for the procurement of projects with labor component); 11. Financial proposal in the prescribed form; 12. Active email address or working fax number. Absence of both is a ground for the rating of its bid as "failed" or "disqualified." 13. For easy validation during the post-qualification in the procurement of Drugs and Medicines and Medical Equipment/Supplies, the bidders shall submit the following: A. Certificate of Product Registration from the FDA; B. Certificate of Good Manufacturing Practice from the FDA; C. Batch Release Certificate from the FDA; D. If the supplier is not the manufacturer, Certification from the Manufacturer that the supplier is an authorized distributor/dealer of the products /items; and E. For the procurement of regulated drugs, the applicable type of S-LICENSE S-1, S-3 (Retailer) S-4 (Wholesaler) S-5C (Manufacturer) S-5D (Bulk Depot/Storage) S-5E S-5I (Importer) F. License to Operate (LTO) issued by FDA, if applicable; G. After-Sales Services/Parts, if applicable; H. Manpower requirements, if applicable. 14. For the procurement of Infrastructure Projects, bidders must submit a valid Philippine Contractors Accreditation Board (PCAB) License and indicate compliance with the Manpower Requirements. Province of Iloilo Bids and Awards Committee Request for Price Quotation No. GOV-24-813-NP(SV) Reference PR No. GOV-24-813 Terms and Conditions: 1. All entries must be filled-up, written, or printed legibly. Failure to use this form will result to disqualification of your bid. 2. Delivery period: not later than June 30, 2024 3. Bids and bid securities shall be valid for one hundred twenty (120) calendar days from the date of the opening of bids. 4. Bids exceeding from the Approved Budget for the Contract (ABC) shall be disqualified. 5. The participating bidder/supplier or an authorized representative must indicate an email address or working fax number. Notice to the bidder through either of these means (email/working fax number) is considered sufficient notice. 6. The supplier/awardee(s) must conform to the Notice of Award within three (3) calendar days from notice of such award and enter into contract with the Procuring Entity within ten (10) calendar days from receipt by the winning bidder of the Notice of Award. Otherwise, the award shall be forfeited or cancelled. 7. The AWARDEE shall be responsible for the source(s) of his supplies, materials, equipment and shall make deliveries in accordance with the schedule, quality and specifications of award and purchase order. Failure of the AWARDEE to comply with the same shall be ground for the cancellation of the award and purchase order issued to the AWARDEE. 8. All deliveries by suppliers shall be subject to inspection and acceptance by the representative of the General Services Office and End User. 9. Rejected deliveries shall be construed as non-delivery of the product(s)/item(s) so ordered and shall be subject to liquidated damages, subject to the terms and conditions prescribed under paragraph 10 hereof. 10. Supplier shall guarantee his deliveries to be free from defects. Any defective item(s)/product(s) therefore that may be discovered by the End-User within the warranty period after acceptance of the same shall be replaced by the supplier within seven (7) calendar days upon receipt of a written notice to that effect. 11. Performance Security or Warranty Security, as the case may be, shall be required from the winning bidder in accordance with the provisions of R.A. No. 9184 and its revised Implementing Rules and Regulations. 12. When an occurrence of a tie among bidders takes place, i.e., two or more of the bidders are determined and declared as the Lowest Calculated and Responsive Bidder (LCRB), the winning bidder shall be determined by draw lots upon notice to the bidders concerned and/or their authorized representatives in accordance with the relevant circulars issued by the Government Procurement Policy Board (GPPB). 13. The supplier must indicate its complete business/mailing address. Otherwise, the lack thereof is a ground for disqualification. 14. All offers/quotations must be properly sealed and marked in envelopes. Unsealed or unmarked envelopes shall be rejected. 15. The printed name and signature of the bidder/supplier or of its authorized representative must be legible and verifiable and must indicate his/her position. Non-compliance is a ground for disqualification. 16. Bidders shall prepare an ORIGINAL of the Documentary Requirements for Negotiated Procurement. In addition, bidders shall submit separate COPIES thereof (Copy 1, Copy 2) and each set of documents must clearly indicate whether the same is ORIGINAL, COPY 1, or COPY 2. Non-compliance shall be a ground for declaration of FAILURE/DISQUALIFICATION. In the event of any discrepancy between the original and the copies, the original shall prevail. I hereby certify that I have issued this Request for Quotation (RFQ) to a bonafide supplier. _______________________________ Signature over Printed Name of End User/BAC Secretariat Focal Person ______________________________ Signature over Printed Name ______________________________ Position ______________________________ Firm/Company Name ______________________________ Office Address and Contact Number Created by Aaron Pama Raymundo Date Created 21/05/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       PROVINCE OF ILOILO
NAICS
Nonferrous Metal (except Copper and Aluminum) Rolling Business Instruments and Related Products Manufacturing for Measuring Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Securities Copper Rolling Construction Copper Rolling Machinery Regulation Medical Other Aluminum Rolling Agriculture Other Similar Organizations (except Business Other Similar Organizations (except Business Agencies Construction Medical
CPVS
Earthmoving and excavating machinery, and associated parts Ties Calendars Sections Construction, foundation and surface works for highways, roads Boards Fabrication work Wells construction work Office, school and office equipment cleaning services Document creation, drawing, imaging, scheduling and productivity software package Seals Permits Construction work Document creation, drawing, imaging, scheduling and productivity software development services Forms Rings, seals, bands, sticks and grout packers Other services Seats, chairs and related products, and associated parts Envelopes Display cases Goods used in construction Envelopes, letter cards and plain postcards Electrical, electromagnetic and mechanical treatment Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Dates
UNSPSC
Boards Calendars Display cases Awards Inspection Tax returns Trade agreements Equipment cases Drug cases Single room Case making services Seals Financial Instruments, Products, Contracts and Agreements Securities Tent, for office use Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Chemicals Civil Works Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Retail Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert