Sign up now to have the right to view
50 tenders for free.
Title |
GOV-24-1552-NP(SV)/ Purchase of Generator Set PROVINCE OF ILOILO |
|||
---|---|---|---|---|
You can sign up and unlock it for freeAccess to Public and Private Sector Business Opportunities for 200+ Countries |
||||
Country | ||||
Language | English | |||
Organization | ||||
Published Date | 03.10.2024 | |||
Deadline Date | 08.10.2024 | |||
Overview |
GOV-24-1552-NP(SV)/ Purchase of Generator Set Request for Quotation (RFQ) Reference Number 11305606 Procuring Entity PROVINCE OF ILOILO Title GOV-24-1552-NP(SV)/ Purchase of Generator Set Area of Delivery Iloilo Printable Version Solicitation Number: GOV-24-1552-NP(SV) Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods Category: Power Generation and Distribution Machinery Approved Budget for the Contract: PHP 275,000.00 Delivery Period: 14 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 03/10/2024 Last Updated / Time 03/10/2024 12:00 AM Closing Date / Time 08/10/2024 9:00 AM Description Republic of the Philippines Province of Iloilo BIDS AND AWARDS COMMITTEE REQUEST FOR QUOTATION Quotation No.GOV-24-1552-NP(SV) Reference PR No. GOV-24-1552 SEPTEMBER 26, 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 OCTOBER 8, 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 Five Hundred Pesos (₱500.00). ENGR. ROMEO C. ANDIG Vice Chairperson, BAC Approved Budget for the Contract: ₱275,000.00 Place of Delivery: Casa Real,Iloilo Provincial Capitol, Iloilo City Date of Delivery: Within fourteen (14) calendar days from receipt of Notice to Proceed X Complete Bid Partial Bid Item No. Quantity Unit of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Unit STANDBY GENERATOR SET COUPLES WITH TWO-CYLINDER, V-TWINS, WATER COOLED FOUR (4) STROKE DIESEL ENGINE: SPECIFICATION: GENERATOR SET: RATED POWER: 10KVA Minimum RATED VOLTAGE: 220 VOLTS RATED FREQUENCY: 60 HZ RATED CURRENT: 45 AMPERES Minimum RATED ROTATION SPEED: 3600 RPM PHASE: SINGLE-PHASE ENGINE TYPE TWO CYLINDER, V-TWINS, WATER-COOLED FOUR (4) STROKE ENGINE DISPLACEMENT: 794 ML, Minimum BORE & STROKE: 80X79 MM, Minimum FUEL: DIESEL FUEL TANK CAPACITY:26 LITER, Minimum STARTING MODE/BATTERY CAPACITY: 12 VOLTS ELECTRIC STARTER WITH 36 AMP. HOUR Minimum 275,000.00 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 t he 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, bidders are encouraged to submit the following: A. License to Operate from the Food and Drug Administration (FDA); B. Certificate of Product Registration from the FDA; C. Certificate of Good Manufacturing Practice from the FDA; D. Batch Release Certificate from the FDA; E. If the supplier is not the manufacturer, Certification from the Manufacturer that the supplier is an authorized distributor/dealer of the products /items; and F. 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) 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-24-1552-NP(SV) Reference PR No. GOV-24-1552 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: Within fourteen (14) calendar days after receipt of Notice to Proceed. 3. Bids and bid securities shall be valid for one hundred twenty (120) calendar daysfrom 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. Created by Aaron Pama Raymundo Date Created 30/09/2024 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 |
Power
Nonferrous Metal (except Copper and Aluminum) Rolling
Business
Instruments and Related Products Manufacturing for Measuring
Nonferrous Metal (except Copper and Aluminum) Rolling
Regulation
Regulation and Administration of Communications
Securities
Copper Rolling
Scenic and Sightseeing Transportation
Copper Rolling
Machinery
Regulation
Other Aluminum Rolling
Military Armored Vehicle
Regulation and Administration of Communications
Engine
Other Similar Organizations (except Business
Other Similar Organizations (except Business
Agencies
Engine
Water
Boiler
|
|||
CPVS |
Petroleum products, fuel, electricity and other sources of energy
Diesel fuel
Earthmoving and excavating machinery, and associated parts
Tanks
Tanks, reservoirs, containers and pressure vessels
Ties
Generators
Calendars
Sections
Boards
Tanks, reservoirs and containers; central-heating radiators and boilers
Office, school and office equipment cleaning services
Fuels
Document creation, drawing, imaging, scheduling and productivity software package
Seals
Permits
Diesel fuel (0,2)
Document creation, drawing, imaging, scheduling and productivity software development services
Forms
Food, beverage and tobacco-processing machinery
Rings, seals, bands, sticks and grout packers
Food, beverages, tobacco and related products
Engine parts
Engines
Other services
Seats, chairs and related products, and associated parts
Envelopes
Display cases
Envelopes, letter cards and plain postcards
Security, fire-fighting, police and defence equipment
Administration, defence and social security services
Parts of fuel, hand and concrete pumps
Dates
|
|||
UNSPSC |
Fuels
Engines
Diesel engines
Power generation
Boards
Calendars
Display cases
Awards
Water
Inspection
Distribution
Tax returns
Trade agreements
Equipment cases
Fuel tanks
Drug cases
Single room
Case making services
Seals
Financial Instruments, Products, Contracts and Agreements
Securities
Water, sanitation and hygiene kits
Water, sanitation and hygiene kit
Tent, for office use
Water, sanitation and hygiene kits
Clinical laboratory and toxicology testing systems, components, and supplies
Clinical laboratory and toxicology testing systems, components, and supplies
|
|||
Regions | ||||
Sectors |
Chemicals
Healthcare and Medicine
Building
Environment and Pollution-Recycling
Automobiles and Auto Parts
Non-Renewable Energy
Supply
Solar Photovoltaic PV Energy
Security Services
Energy
Retail
Postal and Courier Services
Roads and Highways-Bridge
Oil and Gas
Infrastructure
Law and Legal
Printing and Publishing
Services
Railways-Rail-Railroad
Machinery and Equipments-M&E
Defence and Security
Electricity
Construction
Energy-Power and Electrical
Computer Hardwares and Consumables
Aviation
Building Material
Marine
|
|||
URL | ||||
Share |
Title |
---|
GOV-24-1552-NP(SV)/ Purchase of Generator Set PROVINCE OF ILOILO |
Country |
Language |
English |
Organization |
Published Date |
03.10.2024 |
Deadline Date |
08.10.2024 |
Overview |
GOV-24-1552-NP(SV)/ Purchase of Generator Set Request for Quotation (RFQ) Reference Number 11305606 Procuring Entity PROVINCE OF ILOILO Title GOV-24-1552-NP(SV)/ Purchase of Generator Set Area of Delivery Iloilo Printable Version Solicitation Number: GOV-24-1552-NP(SV) Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods Category: Power Generation and Distribution Machinery Approved Budget for the Contract: PHP 275,000.00 Delivery Period: 14 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 03/10/2024 Last Updated / Time 03/10/2024 12:00 AM Closing Date / Time 08/10/2024 9:00 AM Description Republic of the Philippines Province of Iloilo BIDS AND AWARDS COMMITTEE REQUEST FOR QUOTATION Quotation No.GOV-24-1552-NP(SV) Reference PR No. GOV-24-1552 SEPTEMBER 26, 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 OCTOBER 8, 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 Five Hundred Pesos (₱500.00). ENGR. ROMEO C. ANDIG Vice Chairperson, BAC Approved Budget for the Contract: ₱275,000.00 Place of Delivery: Casa Real,Iloilo Provincial Capitol, Iloilo City Date of Delivery: Within fourteen (14) calendar days from receipt of Notice to Proceed X Complete Bid Partial Bid Item No. Quantity Unit of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Unit STANDBY GENERATOR SET COUPLES WITH TWO-CYLINDER, V-TWINS, WATER COOLED FOUR (4) STROKE DIESEL ENGINE: SPECIFICATION: GENERATOR SET: RATED POWER: 10KVA Minimum RATED VOLTAGE: 220 VOLTS RATED FREQUENCY: 60 HZ RATED CURRENT: 45 AMPERES Minimum RATED ROTATION SPEED: 3600 RPM PHASE: SINGLE-PHASE ENGINE TYPE TWO CYLINDER, V-TWINS, WATER-COOLED FOUR (4) STROKE ENGINE DISPLACEMENT: 794 ML, Minimum BORE & STROKE: 80X79 MM, Minimum FUEL: DIESEL FUEL TANK CAPACITY:26 LITER, Minimum STARTING MODE/BATTERY CAPACITY: 12 VOLTS ELECTRIC STARTER WITH 36 AMP. HOUR Minimum 275,000.00 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 t he 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, bidders are encouraged to submit the following: A. License to Operate from the Food and Drug Administration (FDA); B. Certificate of Product Registration from the FDA; C. Certificate of Good Manufacturing Practice from the FDA; D. Batch Release Certificate from the FDA; E. If the supplier is not the manufacturer, Certification from the Manufacturer that the supplier is an authorized distributor/dealer of the products /items; and F. 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) 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-24-1552-NP(SV) Reference PR No. GOV-24-1552 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: Within fourteen (14) calendar days after receipt of Notice to Proceed. 3. Bids and bid securities shall be valid for one hundred twenty (120) calendar daysfrom 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. Created by Aaron Pama Raymundo Date Created 30/09/2024 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 |
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business Instruments and Related Products Manufacturing for Measuring Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Regulation and Administration of Communications Securities Copper Rolling Scenic and Sightseeing Transportation Copper Rolling Machinery Regulation Other Aluminum Rolling Military Armored Vehicle Regulation and Administration of Communications Engine Other Similar Organizations (except Business Other Similar Organizations (except Business Agencies Engine Water Boiler |
CPVS |
Petroleum products, fuel, electricity and other sources of energy Diesel fuel Earthmoving and excavating machinery, and associated parts Tanks Tanks, reservoirs, containers and pressure vessels Ties Generators Calendars Sections Boards Tanks, reservoirs and containers; central-heating radiators and boilers Office, school and office equipment cleaning services Fuels Document creation, drawing, imaging, scheduling and productivity software package Seals Permits Diesel fuel (0,2) Document creation, drawing, imaging, scheduling and productivity software development services Forms Food, beverage and tobacco-processing machinery Rings, seals, bands, sticks and grout packers Food, beverages, tobacco and related products Engine parts Engines Other services Seats, chairs and related products, and associated parts Envelopes Display cases Envelopes, letter cards and plain postcards Security, fire-fighting, police and defence equipment Administration, defence and social security services Parts of fuel, hand and concrete pumps Dates |
UNSPSC |
Fuels Engines Diesel engines Power generation Boards Calendars Display cases Awards Water Inspection Distribution Tax returns Trade agreements Equipment cases Fuel tanks Drug cases Single room Case making services Seals Financial Instruments, Products, Contracts and Agreements Securities Water, sanitation and hygiene kits Water, sanitation and hygiene kit Tent, for office use Water, sanitation and hygiene kits Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies |
Regions |
APEC Countries Asia |
Sectors |
Chemicals Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Energy Retail Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Machinery and Equipments-M&E Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation 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
Similar Tenders