Advertisement Tenders
Advertisement Tenders
Nueva Ecija University Of Science And Technology - NEUST Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 27 Million (USD 465.5 K)
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Supply, Delivery And Installation Of Hybrid And Electric Vehicles For Advanced Learning And Instruction In The Mechanical Engineering Program Location: College Of Engineering, Neust Sumacab Campus, Cabanatuan City Approved Budget For The Contract: Php27,017,500.00 Contract Duration: 120 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php25,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Car Train "hybrid And Electric Vehicles 1 Set Hybrid And Electric Vehicles Sybapro Experiment Trolley For Unit, 1070x1350x800mm With 5 Layer Hanging Base Cabinet Safety Zone Unit (hybrid And Electric Vehicles) Standard Group Lock Box For Lockout/tagout (with 1 Padlock) Composite Insulating Gloves, Class 0 Insulation Tester (1000v/2gω, Cat Iii 1000v, Cat Iv 600v) Charging Station For Pev And Phev Sideways Training Panel Frame Extension Two-pole Voltage Tester, 12-690v/ac/dc Cat Iii 690v, Cat Iv 600v Extended Safety Equipment For Diagnostics On Hv Vehicles Includes Safety Helmet, Face Shield, Balaclava, Insulating Stand Mat And Other Ppes Suited For The Experiment Fiber Pole For High Voltage Systems Protection Cover For Unit Experiment Trolleys Monitor Holder For Flat Screen Monitor Of Weight Up To 15kg/33lbs Hv Safety 2000 2 System 1 Set Car Train Interface With Virtual Instruments Car Train Experimenter Car Train Measurement Accessories, Shunts And Connection Cables Computer-based Training And Experimentation System Multimedia Combines Cognitive And Hands-on (haptic) Training Units Areas Of Basic And Advanced Electrical Engineering, Electronics And Automotive Technology Labsoft, An Open Experiment Delivery Platform Courses Teach The Theoretical Building Blocks And Provide Experiments Intelligent Measurement Interface Supplies Analog And Digital Measuring And Control I/o High Quality Item Of Laboratory Equipment With Virtual Instruments Vehicle Stabilization Systems - Abs, Esc And Tcs Course: Vehicle Stabilization Systems - Abs, Esc And Tcs Car Train Storage Case For Experiment Board Terms And Conditions: 1. Bidder Should Provide 1 To 2 Years Full Warranty On Parts And Labor 2. Delivery Period: 120 Calendar Days 3. Bidder Should Provide Continuous Free Training And Maintenance During Warranty Period. 4. Bidder Should Submit 100% Credit Line Certificate Equivalent To Approved Budget Ceiling 5. Bidder Should Perform The Site Inspection, Site Inspection Certificate Issued By The End User Shall Be Part Of The Eligibility Requirements 6. The Bidder Must Provide Instructional Manual, Brochures And Assembly Drawings Of Unit. 7. Provide Extra Consumables (wire, Connection Ports, Extra Sockets And Cables, Ferrules, Crimper, Wire Cutter) 8. Lifetime Software License. The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars 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. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
City Of Baton Rouge Parish Of East Baton Rouge Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: To Be Published Three Times-legal November 1, 8, & 15 2024 The Advocate Baton Rouge, Louisiana Notice To Contractors The City Of Baton Rouge And Parish Of East Baton Rouge Will Receive Electronic Or Paper Bids For The Construction Of The Following Project: Mall Of Louisiana Boulevard (rr Bridge And Pump Station) (city Parish Project No. 12-cs-hc-0043d) Project Description: Earthwork, Drainage Structures, Base Course, Portland Cement Concrete Pavement, Asphalt Pavement, Railroad Bridge, Mse Walls, Pump Station. Electronic Or Sealed Bids Will Be Received Until 2:00 P.m. Local Time, Tuesday, December 10, 2024, By The Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No Bids Will Be Received After 2:00 P.m. On The Same Day And Date. Bid Openings Can Be Observed In Person Or Via Teleconference. Teleconference Call-in Information Join By Phone +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 Electronic Bids And Electronic Bid Bonds For The Solicitation Will Be Downloaded By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division. Beginning As Soon As Feasible After The Bid Closing Time All Electronic Bids Will Be Downloaded And Publicly Read Aloud Along With All Paper Bids Received, If Any, In Room 806 Of City Hall Immediately After The 2:00 P.m. Bid Closing. Bids, Amendments To Bids, Or Request For Withdrawal Of Quotations, Received After Time Specified For Bid Opening Shall Not Be Considered For Any Cause Whatsoever. Bids Shall Be Firm For A Period Of Forty Five (45) Days From The Date Of The Opening Of Bids And No Bid Shall Be Withdrawn For Any Reason During This Period Of Time Except As Allowed Per R.s. 38:2214.c. Official Bid Documents Are Available At Central Bidding (www.centralbidding.com). Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At (225) 810-4814. Paper Copies Of The Plans, Specifications And Contract Documents Are On File And May Be Obtained From The Public Works And Planning Center Located At 1100 Laurel St., Engineering Division, Room 137 Or Post Office Box 1471, Baton Rouge, Louisiana 70821, Upon Payment Of $95.00. (make Checks Payable To The City Of Baton Rouge And Parish Of East Baton Rouge.) Fees For Plans, Specifications And Contract Documents Are To Cover The Cost Of Reproduction And Are Non-refundable In Accordance With Louisiana Revised Statutes. A Certified Check Or Cashier's Check, Payable To The Parish Of East Baton Rouge Or A Satisfactory Bid Bond Executed By The Bidder And An Acceptable Surety, In An Amount Equal To Five Percent (5%) Of The Total Bid, Shall Be Submitted With Each Bid. Bids Shall Be Received Electronically Via Www.centralbidding.com Or On Solicitation Bid Forms Furnished By The City Of Baton Rouge And Parish East Baton Rouge, And Only Those Bids Shall Be Received By The City-parish Which Are Submitted By Those Contractors In Whose Names The Solicitation Bid Forms And/or Specifications Were Issued. In No Event Shall Paper Solicitation Forms Be Issued Later Than Twenty-four (24) Hours Prior To The Hour And Date Set For Receiving Proposals. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The Parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 10% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening. All Contractors Bidding On This Work Shall Comply With All Provisions Of The State Licensing Law For Contractors, R.s. 37:2150-2163, As Amended, For All Public Contracts. It Shall Also Be The Responsibility Of The General Contractor To Assure That All Subcontractors Comply With This Law. If Required For Bidding, Contractors Must Hold An Active License Issued By The Louisiana State Licensing Board For Contractors In The Classification Of Highway, Street, And Bridge Construction And Heavy Constuction, And Must Show Their License Number On The Face Of The Bid Envelope And The Uniform Public Works Bid Form. In Accordance With La. R.s. 38:2214 (b) The City Of Baton Rouge And Parish Of East Baton Rouge Reserves The Right To Reject Any And All Bids For Just Cause. In Accordance With La. R.s. 38:2212 (a)(1)(b), The Provisions And Requirements Of This Section, Those Stated In The Advertisement For Bids, And Those Required On The Bid Form, Shall Not Be Considered As Informalities And Shall Not Be Waived By Any Public Entity. Bidders Must Comply With The Sedbe Program. Copies Of Sedbe Program Documents Are Available Upon Request From City Of Baton Rouge And Parish Of East Baton Rouge (“city-parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, La 70802. For Questions Or Clarification About The Program, Please Contact The Sedbe Liaison Officer At The Purchasing Division, At (225) 389-3259. There Will Be No Pre-bid Conference. For All Other Questions Of Comments Concerning The Project Plans, Specifications, Or Bidding Documents Please Contact Kate Prejean, Avp, Pe At 1-225-405-5363 Or Kbprejean@hntb.com. Review Additional Notice To Bidder In Part 2 For Information Related To Kansas City Southern Railway Company Requirements Of The Contractor.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 9.7 Million (USD 168.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman, Camarines Sur Invitation To Bid For 25ff0020- Oo1: Network Development Program- Off-carriageway Improvement- Tertiary Roads- Naga- Carolina- Panicuason Rd- K0438+(-626)- K0438+(-465), Naga City, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy-2025 Intends To Apply The Sum Of Php 9,799,971.61 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0020- Oo1: Network Development Program- Off-carriageway Improvement- Tertiary Roads- Naga- Carolina- Panicuason Rd- K0438+(-626)- K0438+(-465), Naga City, Camarines Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 77 Cd. 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). Procurement Id/contract Id: 25ff0020 Contract Name: Oo1: Network Development Program- Off-carriageway Improvement- Tertiary Roads- Naga- Carolina- Panicuason Rd- K0438+(-626)- K0438+(-465), Naga City, Camarines Sur Brief Description: Construction Of Concrete Road With Drainage Approved Budget For The Contract (abc): Php. 9,799,971.61 Source Of Funds: Nep Fy-2025 Contract Duration: 77 Calendar Days Cost Of Bidding Documents: P 10,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 19, 2024 To January 7, 2025 From 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 Php 10,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024, 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am. 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 15. 8. Bid Opening Shall Be On January 7, 2025 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 19, 2024- January 7, 2025 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 9.8 Million (USD 170.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0023 – Bip: Flood Mitigation Structures Protecting Public Infrastructures/facilities – Construction Of Flood Mitigation Structure, Zone 6, Barangay San Francisco, Canaman, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nepfy 2025 Intends To Apply The Sum Of Php 9,899,919.34 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0023- Bip: Flood Mitigation Structures Protecting Public Infrastructures/facilities – Construction Of Flood Mitigation Structure, Zone 6, Barangay San Francisco, Canaman, Camarines Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 132 Cd. 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). Procurement Id/contract Id: 25ff0023 Contract Name: Bip: Flood Mitigation Structures Protecting Public Infrastructures/facilities – Construction Of Flood Mitigation Structure, Zone Barangay San Francisco, Canaman, Camarines Sur Brief Description: Construction Of Revetment Approved Budget For The Contract (abc): Php. 9,899,919.34 Source Of Funds: Nep Fy 2025 Contract Duration: 132 Calendar Days Cost Of Bidding Documents: P 10,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 7, 2025 From 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 Php 10,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am 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 15. 8. Bid Opening Shall Be On January 7, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 7, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
City Of Pagadian Tender
Furnitures and Fixtures
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-200-5-02-03-990/2saip24-1000-rf- 2e-2f-2g (other Supplies Expenses) With An Approved Purchase Request Nos. 178 Pagadian City, As Described Below: Pbg-2025-01-11 Procurement Of Supplies & Materials For The Use Of Poloyagan Beach Resort, Palpalan Viewing Deck & Water Park, In This City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 20 Units Executive Office Table With Auxilliary Cabinet H: 1400cm W: 800cm L: 750cm 14,976.00 299,520.00 2 10 Units Executive Office Table With Auxilliary Cabinet H: 1600cm W: 800cm L: 750cm 18,816.00 188,160.00 3 4 Units Executive Office Table With Auxilliary Cabinet H: 1800cm W: 800cm L: 750cm 20,736.00 82,944.00 4 4 Units Nordic Coffee Dining Table 4,784.00 19,136.00 5 2 Units Curved Deck (3.8m Arc( Leather Chair 41,200.00 82,400.00 6 2 Units Stone Plate Dining Table (1 Meter Round Table) 13,800.00 27,600.00 7 25 Pcs Polysterfabric Modern Style Table Cloth Size: 2.4cmx0.75cmx0.74cm 7,856.00 196,400.00 8 2 Pcs Polysterfabric Modern Style Table Cloth Size: 5.4cmx0.75cmx0.74cm 17,280.00 34,560.00 9 20 Units Dining Chair With Hardware Frame, High Density Sponge & With Fabric Finish 6,656.00 133,120.00 10 20 Units Elegant Dining Chair With Hardware Frame, High Density Sponge & With Fabric Finish 6,240.00 124,800.00 11 20 Units Aesthetic Dining Chair, Hardware Tripod, High Density Sponge, Leather Finish 3,648.00 72,960.00 12 2 Units Compy Leather Visitors Chair With Solid Woodframe, High Density Sponge, Anti-fouling & Scratch Resistant Leather 26,624.00 53,248.00 13 2 Units Wing Back Comply Leather Vip Chair With Solid Wood Frame, High Density Sponge, Ant-fouling & Scratch Resistant Leather 24,544.00 49,088.00 14 1 Set Table With Slate Countertop Hardware Tripod With Chairs Inclusion: 1 Table (140cmx80x75cm) 4 Chairs 39,520.00 39,520.00 15 20 Units Office Table With Drawer (1200cmx600cmx750cm) 6,560.00 131,200.00 16 5 Units Office Table With Drawer (1400cmx600cmx750cm) 7,392.00 36,960.00 17 12 Units Executive Office Chair (high Back) 9,360.00 112,320.00 18 10 Units Executive Conference Chair (high Back) 9,360.00 93,600.00 19 2 Units Liesure Outdoor Bed (size: 1900x600) 17,984.00 35,968.00 20 300 Pcs Wooden Interlocking Decking Flouring Tiles Anti-slip (300mmx300mm) Plastic Wood Material 544.00 163,200.00 21 300 Pcs Woodgrain Vineyl Tiles (300mmx300mm) Plastic Wood Material 544.00 163,200.00 22 6 Units Cast Iron Feet Bench With Anti-corrosive Wood With Backrest 16,224.00 97,344.00 23 2 Units Cast Iron Feet Bench With Anti-corrosive Wood Without Backrest 9,568.00 19,136.00 24 5 Units Stainless Square Table 60x60x75h 3,648.00 18,240.00 25 5 Units Stainless Steel Fixed Dining Round Table (60x75h) 3,648.00 18,240.00 26 1 Unit Hanging Hammock Swing (slim-type White) 11,440.00 11,440.00 27 1 Unit Hanging Basket, Heavy Duty 12,272.00 12,272.00 28 1 Unit Cane Bird's Nest Hanging Basket (white) 11,440.00 11,440.00 Grand Total 2,328,016.00 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 January 24,2025 To January 31,2025 2-issuance Of Eligibility Forms /bid Documents January 30,2025 To February 10,2025 3-pre-bid Conference January 30,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 11,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P3,900.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication:january 24,2025 To January 31,2025
Province Of Zamboanga Del Sur Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 263.7 K (USD 4.5 K)
Details: Description Republic Of The Philippines Region Ix Province Of Zamboanga Del Sur Pagadian City Bids And Awards Committee Provincial Capitol, Pagadian City Invitation For Submission Of Quotation (small Value Procurement) The Provincial Government Of Zamboanga Del Sur, Through Its Bids And Awards Committee, Invites Suppliers/dealers For The Purchase Of Construction Supplies And Materials For Improvement Of Sp Building Ground Floor (proposed Trial Court) Cy-2025 To Submit Price Quotation Of The Following: Item No/. Item Description/ Qty./ Unit Pr No. 2025-20/pgo 1 /ordinary Plywood # 1/4 /55 /pcs. 2 /metal Studs 0.6 X 35 X 51mm X 3m /89 /pcs 3 /blind Revits 1/8"ø X 1/2" (1000 Pcs. / Box/ 10 /boxes 4 /metal Screw 6mm Ø X 3/4" With Tox /300 /pcs 5 /drill Bit # 1/8 /3/ Pcs. 6 /cutting Disk 4" Ø /3/ Pcs. 7 /marine Plywood # 1/2" /7/ Pcs 8 /coco Lumber - 2" X 2" X 10' /55/ Pcs. 9 /common Nails # 4"/ 4 /kgs. 10 /common Nails # 3" /2 /kgs. 11 /common Nails # 2 1/2" /2 /kgs. 12 /concrete Nails # 4 /3 /kgs. 13 /concrete Hollow Block 100mm Thk ( # 4") /270 /pcs. 14 /portland Cement 40kgs./bag /71/ Bags 15 /sand /4/ Cu.m. 16 /gravel /5 /cu.m. 17 /tie Wire # G-16 /1.5/ Kgs. 18 /deformed Bars # 10 Mm Ø /18/ Pcs. 19 /water Closet With Complete Accessories/ 2 /set 20 /lavatory /2 /set 21 /sanitary Elbow # 4 X 45 (s-1000) /4/ Pcs. 22 /sanitary Pipe #4 S-1000 /4/length 23 /faucet/ 2 /pcs. 24 /ppr Pipe # 1/2 /4 /length 25 /ppr Elbow # 1/2 X 90 /4/ Pcs. 26 /solvent Cement /0.5 /liter 27 /thread Tape (big)/1/ Roll 28 /floor Drain 4x4/ 2 /pcs 29 /unglazed Tiles # 30cm X 30 Cm /60/ Pcs. 30 /glazed Tiles # 30cm X 30 Cm/ 115/pcs, 31 /tile Adhesive ( (heavy Duty) 25kgs /2/ Bags 32 /tile Grout (2kgs) /3/ Bags 33 /tile Trim/ 4 /pcs. 34 /paint Brush #4 /3/ Pcs. 35 /paint Brush #3 /2/ Pcs. 36 /paint Brush #2 /2/ Pcs. 37 /glazzing Putty /6 /pcs 38/ Flat Wall Enamel 4l/gal /5/ Gal 39 /quick Dry Enamel 4l/gal /5/ Gal 40 /paint Thinner 4l/gal /6/ Gal 41 /tinting Color /2 /pint 42 /concrete Neutralizer 4l/gal/ 1 /gal 43 /concrete Primer 4l/gal /2 Gal 44 /skim Coat /5 /kgs. 45 /semi Gloss Latex 4l/gal/ 3 /gal 46 /panel Door /2/ Pc 47 /panel Door /4/ Pc 48 /panel Door /1 /pc 49 /pvc Door /2 /set 50 /steel Double Action Spring Hinges /1 /pair 51/ Loose Pin Hinges #4 (heavy Duty)/ 11 /pair 52 /door Knob (heavy Duty) /7/ Pcs. 53 /duplex Covenience Outlet With Plate, Flush Type/ 6/ Pcs. 54 /pvc Wire Moulding (1'') /20/ Length 55 /tox (#8) 60pcs Per Set /3 /set 56 /metal Screw (1'') 60pcs Per Set /3 /set 57 /8 Branch Panel Board /1/ Pcs. 58 /60at, 2p, Plug-in Breaker/ 1/ Pcs. 59 /40at, 2p, Plug-in Breaker /1/ Pcs. 60 /30at, 2p, Plug-in Breaker /2/ Pcs. 61 /20at, 2p, Plug-in Breaker /1/ Pcs. 62 /15at, 2p, Plug-in Breaker /1/pcs. 63 /40at, Safety Breaker /1 /pcs. 64 /aircondition Outlet With Plate, Flush Type /2/pcs. 65 /t8 Led Tube, Box Type Set 18w /25/ Pcs. 66 /led Bulb 13 Watts /2 /pcs. 67 /8.0mm² Wire Thhn/thwn /30/ Mtrs. 68 /2.0mm² Wire Thhn/thwn/ 150 /mtrs. 69 /3.5mm² Wire Thhn/thwn /90/ Mtrs. 70 /5.5mm² Wire Thhn/thwn /45/ Mtrs. 71 /22mm² Wire Thw /80 /mtrs. 72 /1-gang Switch With Plate, Flush Type/ 3/ Pcs. 73 /2-gang Switch With Plate, Flush Type /3/ Pcs. 74 /3-gang Switch With Plate, Flush Type /2 /pcs. 75 /junction Box With Cover /30/ Pcs. 76 /utility Box, Pvc Surface Type /16/ Pcs. 77 /electrical Tape (big) /10 /pcs. 78 /receptacle, E27 Base, 240v /2/ Pcs. 79 /moldflex Tube (15mm)/ 100 /mtrs. Approved Budget For The Contract (abc): ₱263,791.00 Procurement Will Be Conducted In Consonance With Section 53.9 (small Value Procurement) Of The Revised Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184, Otherwise Known As The “government Procurement Reform Act”. Only Sealed Bids/canvass From Eligible Supplier/s Will Be Opened And A Purchase Order /contract Will Only Be Awarded To The Lowest Calculated And Responsive Bidder. Request For Quotation (rfq) Must Be Submitted In A Sealed Envelope And Addressed To: Joefe P. Suson Bac Chairperson Bids And Awards Committee -goods And Services Provincial Government Of Zamboanga Del Sur Provincial Capitol, Pagadian City Advertisement/posting Of Invitation: February 7-9, 2025 Deadline Of Submission Of Sealed Canvass: February 10, 2025@10:00 Am Opening Of Sealed Canvass: February 10, 2025@10:00 Am Interested Bidders Can Obtain Further Information, Rfq Form, And Technical Specification From Ms. Donna E. Ligan, Bac Head Secretariat At Telephone Number (062) 2142-868. (sgd) Joefe P. Suson Provincial Administrator Bac Chairperson-goods And Services Province Of Zamboanga Del Sur
University Of The Philippines Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Invitation To Bid For Uplb-i-001-02-25 Supply, Delivery And Installation Of Airconditioning Units For Ipb & Ovcre 1. The University Of The Philippines Los Baños (uplb), Through The Uplb Trust Fund Intends To Apply The Sum Of One Million Three Thousand Two Hundred Forty Eight Pesos And 05/100 Only (php1,003,248.05) Being The Abc To Payments Under The Contract For Uplb-i-001-02-25 Supply, Delivery And Installation Of Airconditioning Units For Ipb & Ovcre. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Items Unit Abc Total Abc Air-conditioning And Air-conditioning Systems Lot 1 Php200,000.00 Php200,000.00 Air-conditioning And Air-conditioning Systems Lot 2 Php803,248.05 Php803,248.05 2. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid 08 January 2025 Issuance And Availability Of Bid Documents 09 January 2025 Pre-bid Conference 20 January 2025, 11:00 Am Deadline Of Submission Of Request For Clarification 23 January 2025 Last Day Of Issuance Of Bid Bulletin 27 January 2025 Deadline For Submission Of Bids 03 February 2025, 1:30 Pm Site Inspection C/o End-user 3. The University Of The Philippines Los Baños (uplb) Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days Upon Receipt Notice To Proceed. Bidders Should Have Completed, Within Ten Years (2014-2024) From The Deadline Of The Submission 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). 4. 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. [select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184] A. [select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184 Do Not Exist:] 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. B. [select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184 Exists:] 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. 5. Prospective Bidders May Obtain Further Information From Uplb Bac Secretariat Through Email At Irvillegas@up.edu.ph / Rgaquino1@up.edu.ph / Jmpunzalan2@up.edu.ph And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Bac Secretariat Starting On 09 January 2025 From The Given Address And Website(s) Below For A Non-refundable Bidding Documents Fee Amounting To Five Thousand Pesos (php 5,000.00) Only. Bidding Documents Fee Payment Shall Be Made Through Deposit Or On-line Transfer Of Fund To: Bank Name: Landbank Of The Philippines Los Baños Branch Account Number: 1892-1005-07 Account Name: Uplb Trust Project Fund Or Thru Landbank Link.bizportal. Uplb Cashier’s Office Shall Issue The Corresponding Official Receipt Which Can Be Claimed At Their Office Every Monday To Friday From 8:00 Am To 12:00 Noon Only. Bidders May Contact The Cashier’s Office Through Telephone Number (049)536-3558 Or In Their Email Address, Cashiersoffice.uplb@up.edu.ph For Information And Instruction. Bidders Are Required To Include Two Copies Of Deposit/ Transfer Slip With Bank Validation Or Any Other Equivalent Proof Of Payment In The Documents For Submission During Opening Day In Lieu Of The Or. It May Also Be Downloaded Free Of Charge From The Websites Of The Philippine Government Electronic Procurement System (philgeps) And Uplb Bac Starting 21 October 2023, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 03 February 2025, 1:30 Pm. 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 Will Follow Shortly After The Deadline Of The Submission Of Bids Via Zoom Application. Link For The Meeting May Be Viewed At The Bac Website Link For The Meeting May Be Viewed At The Bac Website Or Can Be Requested Through The Bac Secretariat Via Email. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Online Activity. Bac Secretariat Training Hall Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna. 10. The University Of The Philippines Los Baños (uplb) 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. Bidders Shall Read The Bidding Documents Carefully And Strictly Comply With The Requirements Indicated In The Bidding Documents. Failure To Comply May Lead To Disqualification Of The Bid. 12. Bidders Are Encouraged To Properly Use Tabs And Identify The Documents Submitted For Ease Of Reference In The Opening Of The Bids. 13. For Further Information, Please Refer To: Eileen L. M. Malayba-mamino, Ph.d Chair, Bac Secretariat Old Maquiling School Inc., Pedro R., Sandoval Avenue, Uplb College, Laguna. Tel. No. (049) 544-0382 Email Address: Bacsecretariat.uplb@up.edu.ph Http://www.bac.uplb.edu.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://philgeps.gov.ph Https://bac.uplb.edu.ph Arthur L. Fajardo, Ph.d. Chair, Bac Infrastructure
Municipality Of Pastrana, Leyte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 104 K (USD 1.7 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Pastrana -ooo- Purchase Of Business Plates And Other Supplies 1. The Local Government Unit Of Pastrana, Through The Mooe Funds Cy 2025, Intends To Apply The Sum Of One Hundred Four Thousand Pesos (p 104,000.00 ), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Business Plates And Other Supplies Of Lgu-pastrana And Project Identification Number- Bac-goods-2025- 001- Epa. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Pastrana Now Invites Bids For The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2026 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Purchase Of Business Plates And Other Supplies Of Lgu-pastrana Must Be Delivered Within Fifteen (15 ) Calendar Days. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee (bac) And Inspect The Bidding Documents At The Address Given During Working Hours From 8: 00 A.m. To 5:00 P.m, Monday To Friday, Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders ____ From Given Address Below And Upon Payment In The Amount Of Five Hundred Pesos (p500.00) Which Will Be Presented In Person To The Bac Secretary For The Bidding Documents , Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Pastrana Will Not Hold A Pre-bid Conference On _______ Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Building Wherein The Bid Box Is There And Dropping On Or Before February 12, 2025/ 10:00 A. M./ Bac Office. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In It Clause 14. 9. Bid Opening Shall Be On February 12, 2025/ 10:00 A.m. At The Bac Office At The Given Address. Bids Will Be Opened In The Presence Of The Bidders/ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Pastrana 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without There Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat : Raynario C. Galvez Bac Secretariat : Myrna D. Udtohan Address : Bac Office, Lgu-pastrana Address : Bac Ofice, Lgu-pastrana Mobile No. _______ Mobile No. : 09563770176 E-mail Address : Bac E-mail Address Bac Schedule Of Activities: No. Activity Time Place 1. Advertisement/ Posting Of Invitation To Bid January 24-30, 2025 *hard Copies At Bac Secretariat, Bac Office , Municipality Of Pastrana 2. Pre-bid Conference None Bac Office, Municipality Of Pastrana 3. Issuance And Availability Of Bidding Documents January 24-february 12, 2025 Bac Office, Municipality Of Pastrana 4. Submission And Receipt Of Bids ( Includes Eligibility Check And Opening Of Bids) February 12, 2025/10:00 A...m./bac Office Bac Office, Municipality Of Pastrana 5. Bid Evaluation February 13, 2025 6. Post-qualification February 14, 2025 7. Approval Of Resolution/issuance Of Notice Of Award February 17, 2025 8. Contract Preparation & Signing February 18, 2025 9. Issuance Of Notice To Proceed February 19, 2025 Important Reminders : (a) Each And Every Page Of The Bid Forms, Under Section Viii: Checklist Of Technical And Financial Documents Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. (b) Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. C) Bid Documents Shall Be Complied In A Folder/ Binder With The Annexes Properly Labeled With Tabs/ Separators. (d) Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Enclosed In Separate Sealed Envelopes, Which Shall Be Submitted Simultaneously: (a) The First Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Eligibility Requirements And Technical Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (1): Original – Eligibility Requirements And Technical Component Envelope (2): Copy1- Eligibility Requirements And Technical Component Envelope (3): Copy2- Eligibility Requirements And Technical Component (b) The Next Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Financial Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (4): Original- Financial Component Envelope (5): Copy1- Financial Component Envelope (6): Copy2- Financial Component C) Bidders Shall Enclose, Seal And Mark The Following: Envelope (7): Envelope (1) And Envelope (4) Enclosed In One Sealed Envelope Marked “original-bid” Envelope (8): Envelope (2) And Envelope (5) Enclosed In One Sealed Envelope Marked “copy 1-bid” Envelope (9): Envelope (3) And Envelope (6) Enclosed In One Sealed Envelope Marked “copy2-bid” (d) Envelopes (7) To (9) Shall Then Be Enclosed In A Single Sealed, Signed Final/ Outer Envelope/ Package/ Box E) All Envelopes (envelopes (1) To (9) And The Final/ Outer Envelope/ Package/ Box) Shall Indicate The Following: - Addressed To The Procuring Entity’s Bac - Name And Addressed Of The Bidder In Capital Letters - Name Of The Contract/ Project To Be Bid In Capital Letters - Bear The Specific Identification/ Reference Code Of This Bidding Process - Bear A Warning “do Not Open Before. . .” The Date And Time For The Opening Of Bids The Chairperson Bids And Awards Committee Bac Office Lgu-pastrana, Leyte Name Of Bidder : ____________________________________ Address : ____________________________________ E) Bids Submitted After The Deadline Shall Only Be Marked For Recording Purpose, Shall Not Be Included In The Opening Of Bids, And Shall Be Returned To The Bidder Unopened. (f) Bidders Shall Submit A Copy Of The Authority To Notarize Issued By The Regional Trial Court To The Notarial Public. G.) During Pre-bid Conference Bidder Shall Show Proof Of Evidence That He/she Is The Owner Of The Construction Firm And If Representative He/she Present Original Copy Through A Special Power Of Attorney (spa) And Pcab License Of The Contractor They Represent (h.) Timeliness And Responsiveness Of The Procurement And Payment Will Be Made After Complete Delivery. Anacleta G. Gabriente Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 979.9 K (USD 16.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0025 – Oo2: Protect Lives And Properties Against Major Floods – Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection At Thiris, Magarao, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 979,990.39 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0025- Oo2: Protect Lives And Properties Against Major Floods – Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection At Thiris, Magarao, Camarines Sur Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 68 Cd. 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). Procurement Id/contract Id: 25ff0025 Contract Name: Oo2: Protect Lives And Properties Against Major Floods – Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection At Thiris, Magarao, Camarines Sur Brief Description: Construction Of Slope Protection Approved Budget For The Contract (abc): Php. 979,990.39 Source Of Funds: Nep Fy 2025 Contract Duration: 68 Calendar Days Cost Of Bidding Documents: P 1,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 8, 2025 From 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 Php 10,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 8, 2025 At 10:00am 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 15. 8. Bid Opening Shall Be On January 8, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 8, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Bridge Construction, Road Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 12.8 Million (USD 221.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman, Camarines Sur Invitation To Bid For 25ff0024- Bip: Access Road And/ Or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities- Construction Of Road, Zone 5 To 7, Barangay Binanuaanan Grande, Calabanga, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy-2025 Intends To Apply The Sum Of Php 12,869,860.79 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0024- Bip: Access Road And/ Or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities- Construction Of Road, Zone 5 To 7, Barangay Binanuaanan Grande, Calabanga, Camarines Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 77 Cd. 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). Procurement Id/contract Id: 25ff0024 Contract Name: Bip: Access Road And/ Or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities- Construction Of Road, Zone 5 To 7, Barangay Binanuaanan Grande, Calabanga, Camarines Sur Brief Description: Construction Of Concrete Road Approved Budget For The Contract (abc): Php. 12,869,860.79 Source Of Funds: Nep Fy-2025 Contract Duration: 77 Calendar Days Cost Of Bidding Documents: P 25,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 19, 2024 To January 7, 2025 From 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 Php 25,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024, 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am. 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 15. 8. Bid Opening Shall Be On January 7, 2025 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 19, 2024- January 7, 2025 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
3881-3890 of 5009 archived Tenders