The City Government of Talisay, through its Bids and Awards Committee (BAC), invites suppliers/contractor to apply for eligibility and to bid for the project titled below. Bids received in excess of the ABC shall be automatically rejected at bid opening.

Porject Name POW # Contract Duration ABC Bid Doc Payment
Fabrication of collapsible tent
25-07-0044
66cd
2,948,080
5,000
Fabrication of footpath and installation of railings
25-07-0046
100cd
2,000,000
5,000
Construction or rehabilitation of local roads or bridges
(asphalt overlay - Area = 1,508 sq. m.)
25-07-0048
5cd
3,674,100
5,000
Construction or rehabilitation of local roads or bridges
(asphalt overlay - Area = 1,520 sq. m.)
25-07-0049
15cd
4,038,400
5,000
Construction or rehabilitation of local roads or bridges
(asphalt overlay - Area = 2,475 sq. m.)
25-07-0050
7cd
6,200,500
10,000
Construction or rehabilitation of local roads or bridges
(Road concreting with retaining wall - Phase 1)
25-07-0051
58cd
2,500,000
5,000
Construction of rehabilitation of local roads or bridges
(Road Concreting)
25-07-0052
120cd
5,449,700
10,000
Construction or rehabilitation of local roads or bridges
Repair and maintenance of Mohon-Dumlog Bridge
(L-163m) & Biasong-Dumlog Bridge (L=120m) -
Talisay City, Cebu
25-07-0054
50cd
4,459,890
5,000
Construction or rehabilitation of local roads or bridges
Rehabilitation of portland cement concrete pavement
25-07-0054
60cd
8,009,000
10,000

The list of minimum requirements is indicated in the eligibility form. Eligibility for prospective bidder shall be checked using non-discretionary “pass/fail” criteria. Bids whose technical proposals pass the minimum technical rating of 100% shall have its financial proposals opened and evaluated. The technical proposals shall carry 100% weight in the bid evaluation.

All particulars relative to eligibility statement and screening. Bid security, performance security, pre-biding conference(s), Evaluation of bids, post-qualification and award of contract shall be governed by the pertinent provision of R.A. 9184 and its revised implementing rules and regulations (IRR)

The complete schedule of activities is listed as follows.

  1. Pre-procurement conference – July 16, 2025 @ 11:00am
  2. Advertisement/Posting of invitation to Bid – July 17, 2025
  3. Pre-bid BAC conference – July 24, 2025 @ 10:00am
  4. Deadline of submission and receipt of bids/bid opening – August 13, 2025 @ 10:00am
  5. Bid evaluation – August 14, 2025
  6. Post qualification – August 18, 2025

Bids documents will be available upon payment of a non-refundable amount to the City Treasurer’s Office, City Hall Building, Talisay City, Cebu

The bid security shall be in an amount equal to a percentage of the ABC in accordance with the following schedule. Form of bid security amount of bid security (equal to percentage of the ABC) 

  • Cash, cashier/manager’s check, bank draft/guarantee confirmed by a universal or commercial bank.
  • Irrevocable letter of credit issued by a universal or commercial bank. Two percent (2%) Provided, however, that it shall be confirmed or authenticated by a universal or commercial bank, if issued by a foreign bank.
  • Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. Five percent (5%).
  • Any combination of the foregoing proportionate to share of form with respect to total amount of security.

The bids and awards committee of the City of Talisay reserves the right to reject documents which do not comply with the requirements, waive any formalities of documents or consider any submission of documents as a substantial compliance, reject any and all bids, declare failure of bidding, annual the bidding process, or not award the contract. The City of Talisay assumes no responsibility whatsoever to compensate to indemnify bidders for any expenses incurred in the preparation of the bid.