Advertisement Tenders
Advertisement Tenders
Municipality Of Caramoan, Camarines Sur Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction Of Cbms Building Phase Ii, Municipal Compound, Caramoan, Camarines Sur 1. The Local Government Unit Of Caramoan, Through The 20% National Tax Allotment (nta) Fund Fy 2024 Intends To Apply The Sum Of ₱1,970,331.56 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Cbms Building Phase Ii, Municipal Compound, Caramoan, Camarines Sur With Project Identification Number Infr-2025-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu Caramoan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 106 Cd From Receipt Of Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Calendar Of Activities: Advertisement/ Posting Of Invitation To Bid January 13, 2025 To February 4, 2025 Availability And Issuance Of Bid Documents January 13, 2025 To February 3, 2025 (8:00 A.m. To 5:00 P.m. On Weekdays) To February 4, 2025 (8:00 A.m. To 10:00 A.m. Only) Pre-bid Conference January 21, 2025, 1:30 P.m. Last Day Of Submission Of Request For Clarification/s On The Bid Documents* January 24, 2025 Last Day Of Issuance Of Bid Bulletin January 27, 2025 Deadline For Submission Of Bids February 4, 2025, 10:00 A.m. Opening Of Bids February 4, 2025, 1:30 P.m. *request For Clarification/s May Be Emailed To The Official E-mail Address Provided Below. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Lgu Caramoan And Inspect The Bidding Documents At The Address Given Below From January 13, 2025 To February 3, 2025 (8:00 A.m. To 5:00 P.m. On Weekdays) To February 4, 2025 (8:00 A.m. To 10:00 A.m.). 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 3, 2025 (8:00 A.m. To 5:00 P.m. On Weekdays) To February 4, 2025 (8:00 A.m. To 10:00 A.m.) From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means At The E-mail Address Provided Below. Interested Bidders Are Required To Submit A Letter Of Intent To Bid Prior To Issuance Of Payment Order Form By The Bac Or Its Secretariat. Addressee: Atty. Maria Christina S. Sumpay Chairperson, Bids And Awards Committee (bac) Lgu-caramoan, Camarines Sur Cc: The Head Of Procuring Entity 7. The Lgu Caramoan Will Hold A Pre-bid Conference On February 21, 2025, 1:30 Pm At The Bac Conference Room, 2/f Municipal Hall Building, Tawog, Caramoan, Camarines Sur, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before February 4, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On February 4, 2025, 1:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives. Bidder’s Authorized Representative Who Will Attend The Bid Opening Shall Present/submit An Original Copy Of Authorization Letter Or A Duly Notarized Special Power Of Attorney (if Applicable) And A Valid Photo Id With Photocopy. 11. The Lgu Caramoan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Katrina O. Sacil Head, Bac Secretariat 0917 688 5367 Iris Kim A. Palaya Member, Bac Secretariat 0999 363 5187 E-mail Address: Bacsecretariat.caramoan@gmail.com Office Address: Bac Office, 2/f Municipal Hall Building, Tawog, Caramoan, Camarines Sur Issued On January 13, 2025. Atty. Maria Christina S. Sumpay Bac Chairperson
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.7 K)
MUNICIPALITY OF LINAPACAN, PALAWAN Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of Linapacan January 27, 2025 Invitation To Bid (itb No. 06-25) Invitation To Bid For Procurement Of Supply And Delivery Of Meals And Accommodation During The Conduct On Gad Assessment Tool Cum Gad Planning 2026 On Feb. 24-27, 2025 At Ppc The Municipality Of Linapacan, Through The 5% Gad Fund Intends To Apply The Sum Three Hundred Ninety-nine Thousand Nine Hundred Sixty Pesos Only (p399,960.00) Being The Abc To Payments Under The Contract For Procurement Of Supply & Delivery Of Meals & Accom. During The Conduct On Gad Assessment Tool Cum Gad Planning 2026 On Feb. 24-27, 2025 At Ppc. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Linapacan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 3. Interested Bidders May Obtain Further Information From Municipal Government Of Linapacan, Palawan And Inspect The Bidding Documents At The Address Given Below During January 28 To February 6, 2025 12:00 Nn. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28 To February 6, 2025 12:00 Nn From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (p 500.00). 5. In Consideration Of Covid-19 Pandemic And Its Quarantine Protocol, And As Agreed By The Bac, The Following Measures Will Be Considered: A. Interested Bidder Shall First Submit Letter Of Intent Before Purchasing Bid Document Via Email Add: Linapacanbacsec@gmail.com B. Interested Bidders May Obtain Further Information From Municipal Government Of Linapacan, Palawan At The Contact Numbers Given Below From January 28 To February 6, 2025 12:00 Nn C. For Non-residents Of Linapacan, Purchase Of Bidding Document By Interested Bidder Via Palawan Pawnshop Equivalent To Five Hundred Pesos (php 500.00) From January 28 To February 6, 2025. 6. Bids Must Be Delivered At Breqs Office, Bgy. San Miguel, Linapacan, Palawan To Be Received By Bac Authorized Representative On February 6, 2025 Until 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. For Bidders Residing At Linapacan, Palawan Bid Shall Be Delivered To The Bac Secretariat-head, Breqs Office San Miguel, Linapacan, Palawan. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 7, 2025 2:00 Pm At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Schedules And Venue Of Activities Are As Follows: Procurement Activity Date/time Advertisement/posting Of Invitation To Bid January 28, 2025 Issuance And Availability Of Bidding Documents January 28 To February 6, 2025 Submission Of Bids February 6, 2025 9:00 Am Breqs Office Opening Of Bids February 7, 2025 2:00 Pm Mayor’s Office Bid Evaluation And Post Qualification February 10, 2025 Onwards, Mayor’s Office 9. The Municipality Of Linapacan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Olivia C. Palanca Bac Chairperson Mobile No.09300088303 Oliviapalanca63gmail.com Almalyn P. Magtanong Bac Secretariat, Head Mobile No. 09708093638 Linapacanbacsec@gmail.com 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph (sgd.) Olivia C. Palanca Bac Chairperson Mobile No.09300088303 Oliviapalanca63gmail.com
Closing Date6 Feb 2025
Tender AmountPHP 399.9 K (USD 6.8 K)
City Of Pagadian Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Construction Of Sidewalk And Underground Drainage From San Pedro Bridge Leading To Kawit Bridge (left Side Phase Ii) Item Description Unit Qty. Unit Price Amount Part A General Requirements B.5 Project Billboard/ Sign Board Ea 1.00 B.7(2) Mobilization & Demobilization Ls 1.00 B.9 Occupational Safety And Health Program Ls 1.00 Part B Earthworks 101(1) Removal Of Existing Structures And Obstructions Ls 1.00 101(3)a2 Removal Of Existing Concrete Pavement - 0.20m Thk. M2 84.00 103(1)c1 Structure Excavation - Solid Rock (sidewalk W/ Underground Drainage) M3 397.15 103(1)c2 Structure Excavation - Solid Rock (cross Drainage) M3 109.20 Part C Subbase And Base Course 804(4)a Gravel Bedding (sidewalk W/ Underground Drainage) M3 58.78 804(4)b Gravel Bedding - Manual (cross Drainage) M3 8.40 Part D Sidewalk And Drainage Structures D.1 Sidewalk With Underground Drainage 404(1)a Reinforcing Steel Bar, G40 (sidewalk, Curb & Gutter) Kg 5,091.01 601(1)a Sidewalk M2 458.25 502(1) Manholes, Inlets And Catch Basin Ea 17.00 600(4)a Curb & Gutter L.m. 235.00 501(1) Underdrain L.m. 214.20 414(1)a1 Formworks And Falseworks (with Underdrain) M2 235.00 1111(1)a2 Street Light Pedestal & Plant Box Ea 18.00 D.2 Cross Drainage 500(1)a3 Pipe Culverts, 910mmø (36"ø) L.m. 56.00 Part E Surface Course 311(1)a2.a Pcc Pavement (plain) - Conventional Method, 200 Mm Thk. (cross Drainage) M2 84.00 Total Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-10 Name Of Contract: Construction Of Sidewalk And Underground Drainage From San Pedro Bridge Leading To Kawit Bridge (left Side Phase Ii) Drrmf23-1000-2-a16 Approved Budget For The Contract -p 3,811,855.73 Completion Of Work -130 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid February 3,2025 To February 10, 2025 2-issuance And Availability Of Bidding Documents February 3, 2025 To February 17, 2025 3-pre-bid Conference February 5, 2025 4- Submission And Receipt Of Bids /bid Opening February 17, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 3,900.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: February 3, 2025to February 10, 2025
Closing Date10 Feb 2025
Tender AmountPHP 3.8 Million (USD 65.6 K)
City Of Pasig Tender
Automobiles and Auto Parts
Philippines
Details: Description 1. The City Government Of Pasig, Through The Bids And Awards Committee (“bac”), Has A Procurement Project For The Supply And Delivery Of One (1) Unit Service Vehicle - Office Of The Sk President With A Total Approved Budget For The Contract (“abc”) Of One Million Eight Hundred Pesos Only (php1,800,000.00) 2. A Complete Set Of The Request For Quotation (“rfq”) May Be Acquired By Interested Bidders Upon Payment Of The Applicable Fee Of Five Thousand Pesos Only (php5,000.00) For The Bidding Documents, Pursuant To The Latest Guidelines On Issued By The Gppb. 3. Bidders, Except Those Who Have Previously Participated In Any Of The Last Two (2) Failed Biddings, Are Required To Pay The Applicable Fee For The Sale Of Rfq Not Later Than The Deadline For The Submission And Receipt Of The Best Offers/quotation. 4. The Procurement Will Be Conducted Through Negotiated Procurement – Two Failed Biddings In Accordance With Section 53.1 Of The 2016 Revised Implementing Rules And Regulations (“irr”) Of Republic Act No. 9184 (“r.a. No. 9184”). 5. The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Quotations Received In Excess Of The Abc Shall Be Rejected. 6. Interested Bidders May Obtain Further Information From The Procurement Management Office At The Address Given Below During Office Hours, Monday To Friday, From 7:00 A.m. To 5:00 P.m. 7. The Schedule Of Activities Are As Follows: Activities Schedule Advertisement/posting Of Request For Quotation 06 February 2025 Negotiation 10 February 2025 At 9:00 A.m., Meeting Room 202, 2nd Flr., Temporary City Hall, Eulogio Amang Rodriguez Ave., Brgy. Rosario, Pasig City 8. Following Completion Of The Negotiations, The Bac Shall Request All Suppliers, Contractors Or Consultants In The Negotiation Proceeding To Submit On A Specified Date, The Following Documents, In A Sealed Envelope Addressed To The “bids And Awards Committee, 3rd Floor, Temporary City Hall” And Properly Marked With The Project Title, Name Of Bidder, Address Of The Bidder, And Contact Details Of The Bidder: • Valid Philgeps Certificate Of Registration And Platinum Membership • Mayor's/business Permit (or A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Subject To Submission Of The Mayor's Permit Before The Award Of Contract). The Nature Of Business As Stated In The Latest Income Tax Return For The Preceding Tax Year, Whether Calendar Or Fiscal • Income Tax Return - Latest Income Or Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps). In Accordance With Revenue Regulation No. 3-2005, The Above-mentioned Tax Returns Shall Refer To The Following: ▪ Latest Income Tax Return (itr) - For Participants Already With An Annual Itr, Latest Itr Shall Refer To The Itr For The Preceding Tax Year Be It On A Calendar Or Fiscal Year. For New Establishments Which, Therefore, Have No Annual Itr Yet, It Shall Refer To The Most Recent Quarter’s Itr. ▪ Latest Business Tax Return - Refers To The Value Added Tax (vat) Or Percentage Tax Returns Covering The Previous Six (6) Months. • Omnibus Sworn Statement Supported By An Attached Document Showing Proof Of Authorization, I.e. Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture Or A Special Power Of Attorney, In Case Of Sole Proprietorship • Duly Accomplished Request For Quotation 9. Quotations Submitted After The Scheduled Submission Of Quotations Shall Not Be Accepted. 10. Award Of Contract Shall Be Made To The Supplier, Contractor Or Consultant Determined To Have The Single Or Lowest Calculated And Responsive Quotation (for Goods And Infrastructure Projects) Or Single Or Highest Rated And Responsive Proposal (for Consulting Services). 11. To Guarantee The Faithful Performance Of The Winning Bidder’s Obligation, It Shall Post A Performance Security Prior To The Signing Of The Contract, In Accordance With Any Of The Following Forms Prescribed In Section 39.2 Of The 2016 Revised Irr Of R.a. No. 9184. 12. The Performance Security Shall Remain Valid Until Issuance By The City Government Of Pasig Of The Certificate Of Final Acceptance (certificate Of Completion). The Performance Security May Be Released After The Issuance Of The Certificate Of Final Acceptance (certificate Of Completion), Subject To The Conditions Stipulated In Section 39.5 Of The 2016 Revised Irr Of R.a. No. 9184. 13. The City Government Of Pasig Reserves The Right To Reject Any And All Proposal/s, Cancel Or Terminate The Conduct Of Procurement Activities, Or Not Award The Contract In Accordance With Sections 35.6 And 41 Of The Irr Of R.a. No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Any Clarification, You May Contact Us At Telephone No. (02) 8641-1111 Loc. 1461 Or Send Us An Email At Bidsandawards@pasigcity.gov.ph Sgd Atty. Bea Therese P. Villanueva Officer In Charge, Procurement Management Office
Closing Date10 Feb 2025
Tender AmountPHP 1.8 Million (USD 31 K)
Province Of Bataan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid No. Goods-sef-002-2025 The Provincial Government Of Bataan, Through The Special Education Fund002 Intends To Apply The Below Listed Procurement W/ Corresponding Approved Budget Of The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. Name Of Project Approved Budget Of The Contract (abc) 1. Supply And Delivery Of Nutri-bun With Patty To Be Used For The Bhss = ₱ = 7,551,740.00 Program Phase 2 - Healthy Lunch Activity, Bataan 2. Supply And Delivery Of Blast Frozen To Be Used For The Bhss Program = ₱ = 6,851,216.75 Phase 2 - Healthy Lunch Activity, Bataan 3. Supply And Delivery Of Kitchenware To Be Used For The Bhss Program = ₱ = 3,210,740.00 Phase 2 - Healthy Lunch Activity, Bataan 4. Purchase Of Rice To Be Used For The Bhss Program Phase 2 – Healthy = ₱ = 987,040.00 Lunch Activity From Day 1 To Day 25, Bataan The Provincial Government Of Bataan Now Invites Bids For The Above Listed Procurement Projects. Delivery Of Goods Is Required For Project No.1, For Project No. 2, For Project No. 3, And For Project No.4 Are Within 25 Calendar Days. Bidders Should Have Completed, Within (1) Contract From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. Prospective Bidders May Obtain Further Information Provincial Bataan Bids & Awards Committee Office, 4th Floor At The Bunker Capitol Compound, Balanga City, Bataan And Inspect The Bidding Documents At The Address Given Below During From 8:00 A.m. To 5:00 P.m.. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 12, 2025 From The Given Address And Website(s) Below: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Provincial Government Of Bataan Will Hold A Pre-bid Conference On January 31, 2025 At 10:30 A.m At 5th Floor Training Room At The Bunker, Capitol Compound, Balanga City, Bataan Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 12, 2025 At 2:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On February 12, 2025 At 2:00 P.m. At The Given Address Below 5th Floor Training Room At The Bunker, Capitol Compound, Balanga City, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. In Case Of The Above Dates Is Declared A Special Non-working Holidays, It Will Automatically Reset On The Next Working Days. Other Necessary Information Deemed Relevant By The Provincial Government Of Bataan Activities Schedule 1. Advertisement/posting Of Invitation To Bid January 24 – 30, 2025 2. Eligibility Check Refer To Date Of Opening Of Bids 3. Issuance And Availability Of Bidding Documents January 24 – February 12, 2025 4. Request For Clarification February 3, 2025 5. Opening Of Bids February 12, 2025 The Provincial Government Of Bataan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ms. Aileen C. Sagun Provincial Bac Office / 4th Floor At The Bunker, Capitol Compound, Balanga City, Bataan Bac@bataan.gov.ph Jeffrey T. Calma Bac Chairman
Closing Date12 Feb 2025
Tender AmountPHP 7.5 Million (USD 130.1 K)
National Maritime Polytechnic Region Viii Tender
Civil And Construction...+4Others, Civil Works Others, Construction Material, Machinery and Tools
Philippines
Details: Description Particular Procurement Of Half-body Cpr Manikin Under Public Bidding No. 2025-005-g Approved Budget For The Contract (abc) P2,571,000.00 Amount Of Bidding Documents Php5,000.00 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Revised Implementing Rules And Regulation (irr). The Issuance And Availability Of Bidding Documents Shall Be Through The Nmp And Philgeps Websites, And The Conduct Of The Pre-bid Conference And The Opening Of Bids Shall Be Through A Hybrid Set-up, Face-to-face And Online (through The Zoom Video Conferencing Platform), Which Nmp Shall Launch For This Purpose. The Schedule Of Activities Is Listed, As Follows: Activities Date/time/venue Advertisement / Posting Of Invitation To Bid 28 January - 04 February 2025 Preparation And Sending Of Invitation To Observers 28 January 2025 Issuance And Availability Of Bidding Documents 29 January - 17 February 2025 Nmp.bacoffice@yahoo.com Www.nmp.gov.ph Or Www.philgeps.gov.ph Pre-bid Conference 05 February 2025, 9:30 A.m., Philippine Standard Time (pst) Zoom Video Conferencing Platform Conference Room, 2nd Flr., Admin Bldg., Nmp Complex, Cabalawan, Tacloban City Meeting Id: 890 5184 7807 Passcode: 632933 Deadline For Submission And Receipt Of Bids 17 February 2025, 9:00 A.m. Nmp Alts Time Nmp Bac Office, School Building 4, Nmp Complex, Cabalawan, Tacloban City Opening And Preliminary Evaluation 17 February 2025, 9:30 A.m., Philippine Standard Time (pst) Zoom Video Conferencing Platform Conference Room, 2ndflr., Admin Bldg., Nmp Complex, Cabalawan, Tacloban City Meeting Id: 816 8180 3588 Passcode: 819883 Bid Evaluation 18 February 2025, Nmp Conference Room 2ndflr., Admin Bldg., Nmp Complex, Cabalawan, Tacloban City Post-qualification 19-20 February 2025, Nmp Bac Office, School Building No. 4, Nmp Complex, Cabalawan, Tacloban City Validation Of Post-qualification Report 21 February 2025, Nmp Conference Room 2ndflr., Admin Bldg., Nmp Complex, Cabalawan, Tacloban City Approval Of Bac Resolution Declaring Lcrb By The Hope 21 February 2025 Mp Complex, Cabalawan, Tacloban City Issuance Of Notice Of Award (noa) 24 February 2025 Nmp Complex, Cabalawan, Tacloban City Contract Preparation And Signing 24 February – 03 March 2025 Nmp Complex, Cabalawan, Tacloban City Approval Of Contract By Higher Authority 04 March 2025 Nmp Complex, Cabalawan, Tacloban City Issuance Of Notice To Proceed 05 March 2025 Nmp Complex, Cabalawan, Tacloban City Bidding Documents May Be Obtained By Bidders From Nmp-bac Secretariat At This Email Address Nmp.bacoffice@yahoo.com Or Downloaded From The Nmp Official Website Www.nmp.gov.ph And At The Website Of The Philippine Government Electronic Procurement System (philgeps) Www.philgeps.gov.ph. However, Only Bidders Who Were Able To Pay The Nonrefundable Fee For The Bidding Documents Can Participate In The Bidding. The Payment Of The Bidding Documents Of A Non-refundable Amount Of Five Thousand Pesos (p5,000.00) Shall Be Deposited To Nmp’s Dbp Bank Account No. 00-0-02336-775-0. Scanned Copy Of The Deposit Slip Must Be Sent To The Nmp Bac Secretariat Not Later Than Deadline For The Submission Of Bids. The Original Copy Of The Deposit Slip Shall Likewise Be Submitted To The Bac Secretariat, For Issuance Of Official Receipt Purposes. The National Maritime Polytechnic Reserves The Right To Reject Any Or All Bids Or Parts Hereof, To Waive Any Information Therein, Or To Accept Such Bids Or To Award Any Part Thereof To Any Bidder/s Whose Bid/s Is/are Considered Most Advantageous To The Government. Herewith Attached As Integral Part Of The Itb Is The Instructions For The Submission And Receipt Of Bids. For Inquiries, Please Contact The Nmp Bac Secretariat Through Nmp.bacoffice@yahoo.com And Mobile No. 0961-4647809 (smart)/0993-6309533 (dito) During Regular Working Hours, Monday To Friday.
Closing Date17 Feb 2025
Tender AmountPHP 2.5 Million (USD 44.4 K)
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid Lds1-2025-02 Batch 18 1.the Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Contract Id Name Of Projects Location Duration Abc Cost Of Bidding Documents 24-ril1rd551 24infra84 Construction Of Road At Brgy. Gambai - Siwagat (phase 3), Lumba Bayabao Lumba Bayabao 200 Cd 21,340,000.00 25,000.00 24-ril1rd553 24infra85 Construction Of Road At Brgy. Pagalongan - Brgy. Balawag (phase 4), Maguing Maguing 145 Cd 21,340,000.00 25,000.00 24-ril1fc634 24infra86 Construction Of Riverbank Protection (phase 2), Brgy. Lumbac Bacayawan, Lumba Bayabao Lumba Bayabao 171 Cd 20,370,000.00 25,000.00 24-ril1sp657 24infra87 Construction Of Slope Protection, Brgy. Pawak, Saguiaran Saguiaran 157 Cd 13,580,000.00 25,000.00 24-ril1rd574 24infra88 Construction Of Road At Brgy. Dalug Balt - Brgy. Cormatan, Masiu Masiu 58 Cd 6,062,500.00 10,000.00 24-ril1fc632 24infra89 Construction Of Riverbank Protection, Brgy. Dimagaling, Kapai Kapai 259 Cd 20,370,000.00 25,000.00 Total ₱ 103,062,500.00 2.the Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4.bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5.interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6.the Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 27, 2025 (monday) Rajab 27, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 27–february 14, 2025 Rajab 27, 1446 Ah – Sha’ban 15, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 04, 2025 @ 10:00 A.m. (tuesday) Rajab 05, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 17, 2025 Until 2:00 P.m. (monday) Sha’ban 18, 1446 Ah 5. Opening Of Bids February 17, 2025 After 2:00 P.m. (monday) Sha’ban 18, 1446 Ah 7.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8.this Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9.you May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10.for Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Abduljalil M. Bansao Assistant District Engineer Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 20.3 Million (USD 352.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Quirino District Engineering Office Cabarroguis, Quirino, Region Ii Ib No: 2025-01-15 Invitation To Bid January 27, 2025 25gbk02 - Purchase Of Bituminous Concrete Mix (hot) For Use In The Repair/ Maintenance Of Paved Road Surfaces And Bridges Along National Road, This District. 1. The Department Of Public Works And Highways, Quirino District Engineering Office, Cabarroguis, Quirino, Through The Gaa Fy 2025 Ra 12116 (routine Maintenance) Intends To Apply The Sum Of One Million One Hundred Forty-seven Thousand Five Hundred Pesos Only (php1,147,500.00) Being The Abc To Payments Under The Contract For The Above-mentioned Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Quirino District Engineering Office, Cabarroguis, Quirino Now Invites Bids For The Above Procurement Project. Goods Shall Be Delivered Within A Period Of 30 Calendar Days. Bidders Should Have Completed Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Public Works And Highways, Quirino District Engineering Office, Cabarroguis, Quirino And Inspect The Bidding Documents At The Address Given Below During 8:00am-5:00pm Monday To Friday (office Days). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Via Email Or Manually. 6. The Department Of Public Works And Highways, Quirino District Engineering Office, Cabarroguis, Quirino Will Hold A Pre-bid Conference On February 5, 2025, 9:00 A.m. At Department Of Public Works And Highways, Quirino District Engineering Office, Conference Room And/or Through Video Conferencing Or Webcasting Via, Zoom With An Id: 460 121 7399 And Passcode: Pru_24 Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 19, 2025 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 Immediately After The Deadline Of Submission Of Bids At Department Of Public Works And Highways, Quirino District Engineering Office, Conference Room And/or Through Video Conferencing Or Webcasting Via, Zoom With An Id: 460 121 7399 And Passcode: Pru_24. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Public Works And Highways, Quirino District Engineering Office, Cabarroguis, Quirino Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff 09277703016 Carbonel.brenda@dpwh.gov.ph 12. You May Visit The Following Websites: 1. Dpwh Website: Https://www.dpwh.gov.ph/dpwh/business/procurement/gs/advertisement 2. Philgeps Website: Https://notices.philgeps.gov.ph 3. Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo Approved: Ferdinand Jinggo M. Yting Officer-in-charge Office Of The Assistant District Engineer Bac Chairman
Closing Date19 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.8 K)
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com December 18, 2024 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#300(01)24-12-405(a) Contract Name: Procurement Of It Equipment (computer Desktop, & Etc.) Location/purpose: For Pgo - Office Extension – Guest House. Source Of Funds: 2025 Annual Budget Approved Budget For The Contract (abc): P88,000.00 (inclusive Of All Applicable Taxes) Modality Of Procurement: Early Procurement Activity – Public Bidding Bidders/ Contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Bidders Are Hereby Informed That This Procurement Is Conducted Through Public Bidding In An Early Procurement Activity (epa) Subject To The Approval Of Annual Budget For 2025. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting December 19 - 27, 2024 Availability And Issuance Of Bidding Documents December 19, 2024 – January 02, 2025@ 08:30am Deadline For The Submission Of Bids January 02, 2025@ 08:30 Am Bid Opening And Evaluation January 02, 2025@ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Hundred Pesos Only (php500.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of It Equipment (computer Desktop, & Etc.) Pr#300(01)24-12-405(a) Abc:p88,000.00 1. 1 Set Computer Desktop With Complete Accessories Processor, 12-threads, 2.50 Ghz Up To 4.40 Ghz, 18mb Cache, 8gb Ddr4 Memory, 256gb M.2 Ssd Nvme + 1tb Hdd, Wi-fi 6(802.11ax) (dual Band) 2*2 + Bluetooth 5.2, Licensed Operating System, 24” Inch Led Monitor, Casing With Power Supply, Keyboard And Mouse, 500w Avr, 650va Ups 2. 1 Unit Printer Hd/ With 2 Set Of Ink Print, Scan, Copy, 1 Line Lcd Panel, Up To 30ppm (mono) And 26ppm (colour), Up To 1200 X 6000 Dpi Print Resolution, Max Copy Size A4, Scan Speed Up To 10.5 Sec (mono) And 21 Sec (colour), Max Scan Size A4, Up To 150 Sheets (80g/m2) Input, Paper Output Up To 50 Sheets (up To A4), Duplex Printing Automatic Document Feeder, Wi-fi Direct, Wireless Lan, Hi-speed Usb 2.0 ***nothing Follows***
Closing Date13 Jan 2025
Tender AmountPHP 88 K (USD 1.5 K)
Mader Engineering Central Bidding Plan Room Tender
Civil And Construction...+1Road Construction
United States
Details: Advertisement For Bids Mei Project No. (3118-13) Acadia Parish Police Jury (herein Referred To As The "owner") Notice Is Hereby Given That Sealed Bids Will Be Received In The Office Of The Acadia Parish Police Jury, Located At 505 N.e. Court Circle, Crowley, Louisiana, Or By Electronic Bid At Www.madereng.com, Until 10:00 O'clock A.m. On Thursday The 9th Day Of January, 2025 For The “old Spanish Trail Reconstruction” For The Acadia Parish Police Jury, And Shall At That Time And Place Be Publicly Opened And Read Aloud. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. The Work Shall Consist Of The Removal Of Approximately 2,000 Linear Feet Of Existing Aggregate Roadway, The Construction Of A New Roadway Base (class Ii Soil Cement) And Asphaltic Concrete Surfacing, Supplemental Drainage Improvements (open Ditch And Subsurface Drainage), And Other Related Improvements. Copies Of Plans And Specifications, Including The Information For Bidders, Form Of Bid Proposal, Form Of Contract, Plans, Specifications, Performance And Payment Bond, And Other Contract Documents May Be Downloaded From The Mader Engineering Plan Room As Hosted By Central Bidding (go To The “planroom” Link Within Www.madereng.com) (subject To Fees And Conditions). This Will Be The Only Method Of Plan Distribution. A Pre-bid Conference May Be Scheduled. If So, It Would Be Mandatory For All Bidders To Attend And Any Firm Not Represented At Such Conference Will Be Disqualified From The Bid Process And Will Not Have Its Bid Opened. Notice Of The Pre-bid Conferences Date, Time, And Location Will Be Provided Via Addendum If Applicable. The Owner Reserves The Right To Reject Any And All Bids For Just Cause. Such Actions Will Be In Accordance With Title 38 Of The Louisiana Revised Statutes. The Acadia Parish Police Jury Reserves The Right To Consider The Bidder’s Past Performance History At This Facility As Well As At Other Similar Facilities, And To Make Such Investigations As Deemed Necessary To Determine The Ability Of The Bidder To Perform The Work. The Acadia Parish Police Jury Also Reserves The Right To Refuse To Issue Plans And Specifications And/or Reject Any Bid If The Evidence Submitted By, Or Investigation Of, Such Bidder Fails To Satisfy The Acadia Parish Police Jury That Such Bidder Is Properly Qualified To Carry Out The Obligations Of The Contract And To Complete The Work Contemplated Therein. Each Bid Shall Be Accompanied By A Certified Check, Cashier's Check, Or Bid Bond Payable To The Acadia Parish Police Jury, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best's Key Rating Guide To Write Individual Bonds Up To Ten Percent Of Policyholders' Surplus As Shown In The A.m. Best's Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana And Countersigned By A Person Who Is Under Contract With The Surety Company Or Bond Issuer As A Licensed Agent In This State And Residing In This State. The Certified Check, Cashier's Check Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Owner Based On The Lowest Responsible Bid Submitted Which Is Also In Compliance With The Specifications. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed In Highways, Streets, And Bridge Construction. Bids In The Amount Of $50,000.00 Or More, Not Submitted In Accordance With This Requirement, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. Acadia Parish Police Jury Publish Dates: December 11th, December 18th, And December 25th, 2024
Closing Date9 Jan 2025
Tender AmountRefer Documents
3831-3840 of 5786 archived Tenders