Bid Form, 2022

You might also like

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 23

Republic of the Philippines

Province of Davao del Norte


Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the PURCHASE OFFICE EQUIPMENT ( 2 UNITS SPLIT TYPE AIR-CONDITIONER ) with Approved
Budget for the Contract amounting to ONE HUNDRED FORTY FIVE THOUSAND PESOS ONLY ( ₱
145,000.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on __________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids
within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.
KENNETH JAY B. ACUPAN__
BAC Chairperson

BID FORM

Name of Local Government: Barangay Esperanza , Sto. Tomas, Davao del Norte

TO PURCHASE: 2 UNITS SPLIT TYPE AIR CONDITIONER


Item
Qty. Unit DESCRIPTION Unit Cost Amount Quotation Total
No.
1 2 UNITS SPLIT TYPE AIR CONDITIONER 72,500.00 145,000.0
0
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
.40

TOTAL 145,000.00
Bids District BIDS REQUIREMENTS:
To:

1. Submit bid in duplicate.


2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the CONSTRUCTION OF CANAL @ PUROK PAGHIUSA (ZONE 3-4) with Approved Budget for the
Contract amounting to SIXTY THREE THOUSAND NINE HUNDRED PESOS ONLY (₱ 63,900.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is schedule____________________ at 1:00 pm at the Barangay Hall of Esperanza and the
Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids
within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: CONSTRUCTION OF CANAL @ PUROK PAGHIUSA (ZONE 3-4)
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 6 Pcs. 24’ Ø RCPC ( include delivery) 3,200.00 19,200.00
2 5 Cu.m Embankment material or equipment 600.00 3,000.00
3 39 Bags Portland Cement 270.00 10,530.00
4 1.5 Cu.m Mixed Sand & Gravel 600.00 900.00
5 55 Lgths 10 mm. Ø x 6.00 m.DRB 240.00 13,200.00
6 10 Pcs. Hacksaw Blade (sanvik) 80.00 800.00
7 7 Kgs. Tie Wire # 16 100.00 700.00
8 80.00 Bdft. 2”x 2” x 10” coco lumber - frames = 24 pcs. 25.00 2,000.00
9 60.00 Bdft. 1”x 6” x 10” coco lumber – frames = 12 pcs. 25.00 1,500.00
10 8 Kgs. CW Nails # 3 100.00 800.00
11 510 Pcs. 4” x 8” x 16” CHB 15.00 7,650.00
12 5 Cu.m Washed Sand 700.00 3,500.00
13 1 Mtr. Screen Wire ⅛” 120.00 120.00
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 63,900.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the CONSTRUCTION OF CANAL @ PUROK PAGHIUSA (ZONE 5-6) with Approved Budget for the
Contract amounting to ONE HUNDRED THREE THOUSAND NINE HUNDRED FIVE PESOS ONLY (₱
103,905.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on ____________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids
within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: CONSTRUCTION OF CANAL @ PUROK PAGHIUSA (ZONE 5-6)
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 11 Cu.m Mixed Sand & Gravel 600.00 6,600.00
2 99 Bags Portland Cement 270.00 26,730.00
3 140 Lgths 10 mm. Ø x 6.00 m.DRB 240.00 33,600.00
4 20 Pcs. Hacksaw Blade (sanvik) 80.00 1,600.00
5 13 Kgs. Tie Wire # 16 100.00 1,300.00
6 120.00 Bdft. 2”x 2” x 10” coco lumber - frames = 36 pcs. 25.00 3,000.00
7 75.00 Bdft. 1”x 6” x 10” coco lumber – frames = 15 pcs. 25.00 1,875.00
8 15 Kgs. CW Nails # 3 100.00 1,500.00
9 1,150 Pcs. 4” x 8” x 16” CHB 15.00 17,250.00
10 11 Cu.m Washed Sand 700.00 7,700.00
11 1 Mtr. Screen Wire ⅛” 120.00 120.00
12 64 Sq.ft 8” x 8” Tarpaulin printed with projects brief/info. 20.00 1,280.00
13 30.00 Bdft 6 pcs. 2” x 3” x 10” coco lumber 25.00 750.00
14 20.00 Bdft. 6 pcs. 2” x 2” x 10” coco lumber 25.00 500.00
15 1 Kgs. CW Nails # 4 100.00 100.00
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 103,905.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the CONSTRUCTION OF CANAL @ PUROK MALINAWON with Approved Budget for the Contract
amounting to NINETY SIX THOUSAND NINETY PESOS ONLY (₱ 96,090.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on ______________________ at 1:00 pm at the Barangay Hall of Esperanza
and the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only
Bids within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: CONSTRUCTION OF CANAL @ PUROK MALINAWON
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 10 Cu.m Mixed Sand & Gravel 600.00 6,000.00
2 93 Bags Portland Cement 270.00 25,110.00
3 130 Lgths 10 mm. Ø x 6.00 m.DRB 240.00 31,200.00
4 16 Pcs. Hacksaw Blade (sanvik) 80.00 1,280.00
5 13 Kgs. Tie Wire # 16 100.00 1,300.00
6 120.00 Bdft. 2”x 2” x 10” coco lumber - frames = 36 pcs. 25.00 3,000.00
7 75.00 Bdft. 1”x 6” x 10” coco lumber – frames = 15 pcs. 25.00 1,875.00
8 15 Kgs. CW Nails # 3 100.00 1,500.00
9 1,005 Pcs. 4” x 8” x 16” CHB 15.00 15,075.00
10 10 Cu.m Washed Sand 700.00 7,000.00
11 1 Mtr. Screen Wire ⅛” 120.00 120.00
12 64 Sq.ft 8” x 8” Tarpaulin printed with projects brief/info. 20.00 1,280.00
13 30.00 Bdft 6 pcs. 2” x 3” x 10” coco lumber 25.00 750.00
14 20.00 Bdft. 6 pcs. 2” x 2” x 10” coco lumber 25.00 500.00
15 1 Kgs. CW Nails # 4 100.00 100.00
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 96.090.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the CONSTRUCTION OF CANAL @ PUROK MINDAHILA with Approved Budget for the Contract
amounting to ONE HUNDRED THREE THOUSAND NINE HUNDRED FIVE PESOS ONLY (₱ 230,190.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on ____________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids
within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: CONSTRUCTION OF CANAL @ PUROK MINDAHILA.
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 6 Pcs. 18” Ø RCPC (include delivery) 2,400.00 14,400.00
2 3 Pcs. 24” Ø RCPC (include delivery) 3,200.00 9,600.00
3 18 Cu.m Embankment materials or equivalent 600.00 10,800.00
4 8 Cu.m Mixed Sand & Gravel 600.00 4,800.00
5 202 Bags Portland Cement 270.00 54,540.00
6 280 Lgths 10 mm. Ø x 6.00 m.DRB 240.00 67,200.00
7 20 Pcs. Hacksaw Blade (sanvik) 80.00 1,600.00
8 23 Kgs. Tie Wire # 16 100.00 2,300.00
9 180.00 Bdft. 2”x 2” x 10” coco lumber - frames = 54 pcs. 25.00 4,500.00
10 125.00 Bdft. 1”x 6” x 10” coco lumber – frames = 25 pcs. 25.00 3,125.00
11 20 Kgs. CW Nails # 3 100.00 2,000.00
12 2,435 Pcs. 4” x 8” x 16” CHB 15.00 36,525.00
13 23 Cu.m Washed Sand 700.00 16,100.00
14 1 Mtr. Screen Wire ⅛” 120.00 120.00
15 64 Sq.ft 8” x 8” Tarpaulin printed with projects brief/info. 20.00 1,280.00
16 30.00 Bdft 6 pcs. 2” x 3” x 10” coco lumber 25.00 750.00
17 20.00 Bdft. 6 pcs. 2” x 2” x 10” coco lumber 25.00 500.00
18 0.5 Kgs. CW Nails # 4 100.00 50.00
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 230,190.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the Procurement of Disaster Response Communication (Base Equipment) with Approved Budget for the
Contract amounting to SIXTY THOUSAND PESOS ONLY (₱ 60,000.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on ______________________ at 1:00 pm at the Barangay Hall of Esperanza
and the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only
Bids within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: Procurement of Disaster Response Communication (Base Equipment)
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 1 UNIT BASE EQUIPMENT 60,000.00 60,.000.00
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 60,000.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the Procurement of Furniture & Fixture with Approved Budget for the Contract amounting to FIFTY
THOUSAND PESOS ONLY (₱ 50,000.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on _____________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids
within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: Procurement of Furniture & Fixture
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 1 SET SALA SET 30,000.00 30,.000.00
2 1 SET TABLE & CHAIR 10,000.00 10,000.00
3 1 UNIT CABINET 10,000.00 10,000.00
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 50,000.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the Procurement of Furniture & Fixture with Approved Budget for the Contract amounting to EIGHTY
THOUSAND PESOS ONLY (₱ 80,000.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on ____________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids
within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: Procurement of Furniture & Fixture
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 1 SET SALA SET 30,000.00 30,000.00
2 5 UNITS TABLES & CHAIRS 50,000.00 50,000.00
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 80,000.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the Procurement of Office Equipment with Approved Budget for the Contract amounting to SEVENTY
FIVE THOUSAND PESOS ONLY (₱ 75,000.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on 1 at 1:00 pm at the Barangay Hall of Esperanza and the Bid Documents may
be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids within the Approved Budget


for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: Procurement of Office Equipment.
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 1 UNIT COMPUTER DESKTOP WITH PRINTER 45,000.00 45,000.00
2 1 UNIT COMPUTER DESKTOP 30,000.00 30,000.00
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 75,000.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against CONSTRUCTION OF DRAINAGE CANAL PRK. PARAISO PHASE II with Approved Budget for the
Contract amounting to SIXTY SIX THOUSAND SIX HUBDRED SIXTY EIGHT PESOS AND 25/100 ONLY (₱
66,668.25)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on _____________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids within the Approved Budget for the Contract to be bid will be
accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: Construction of Drainage Canal @ Prk. Paraiso Phase II.

Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 5 Cu.m Suitable filling Materials 600.00 3,000.00
2 10 Cu.m Mixed Sand & Gravel 600.00 6,000.00
3 71 Bags Portland Cement (40kg/bag) 270.00 19,170.00
4 82 Lgths 10 mm. Ø x 6.00 m.DRB 240.00 19,680.00
5 4 Pcs. Hacksaw Blade (sanvik) 80.00 320.00
6 3 Pcs. Rubber pale 90.00 270.00
7 2 Kgs. CW Nails # 4 100.00 200.00
8 8.33 Bdft. 1”x 1” x 10” coco lumber – frames = 10 pcs. 25.00 208.25
9 6 Kgs. Tie Wire # 16 100.00 600.00
10 950 Pcs. 4” x 8” x 16” CHB 15.00 14,250.00
11 2 Mtr. Screen Wire ⅛” 120.00 240.00
12 64 Sq.ft 8” x 8” Tarpaulin printed with projects brief/info. 20.00 1,280.00
13 30.00 Bdft 6 pcs. 2” x 3” x 10” coco lumber 25.00 750.00
14 20.00 Bdft. 6 pcs. 2” x 2” x 10” coco lumber 25.00 500.00
15 2 Kgs. CW Nails # 2 ½ 100.00 200.00
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 66,668.25
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative
Republic of the Philippines
Province of Davao del Norte
Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against CONSTRUCTION OF DRAINAGE CANAL PRK. PARAISO with Approved Budget for the Contract
amounting to ONE HUNDRED THOUSAND ONE HUNDRED EIGHTY EIGHT PESOS AND 25/100 ONLY (₱
100,188.25)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on _____________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids within the Approved Budget for the Contract to be bid will be
accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: Construction of Drainage Canal @ Prk. Paraiso.

Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 8 Pcs. 24” Ø RCPC 3,200.00 19,200.00
2 6 Cu.m Suitable filling Materials 600.00 3,600.00
3 100 Bags Portland Cement (40kg/bag) 270.00 27,000.00
4 111 Lgths 10 mm. Ø x 6.00 m.DRB 240.00 26,640.00
5 4 Pcs. Hacksaw Blade (sanvik) 80.00 320.00
6 3 Pcs. Rubber pale 90.00 270.00
7 1 Kg. CW Nails # 4 100.00 100.00
8 8.33 Bdft. 1”x 1” x 10” coco lumber – frames = 10 pcs. 25.00 208.25
9 8 Kgs. Tie Wire # 16 100.00 800.00
10 1272 Pcs. 4” X 8” X 16” CHB 15.00 19,080.00
11 2 Mtrs. ⅛” G.I. Screen 120.00 240.00
12 64 Sq.ft 8” x 8” Tarpaulin printed with projects brief/info. 20.00 1,280.00
13 30.00 Bdft 6 pcs. 2” x 3” x 10” coco lumber 25.00 750.00
14 20.00 Bdft. 6 pcs. 2” x 2” x 10” coco lumber 25.00 500.00
15 2 Kgs. CW Nails # 2 ½ 100.00 200.00
16
17
18
19
20
21
22
23
24
25
26
27
28
29

. 100,188.25
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative

You might also like