Advertisement Tenders
Advertisement Tenders
Mines & Geosciences Bureau Region Xi Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid One (1) Motor Vehicle Itb No. 12-2024-040 P.r. No 2024-12-149 1. The Mines And Geosciences Bureau Regional Office No. Xi (mgb Ro No. Xi), Through The Mineral Reservation Fund For Cy 2025 Intends To Apply The Sum Of Two Million Four Hundred Thousand Pesos (php 2,400,000.00) Being The Approved Budget Cost (abc) To Payments Under The Contract For The Procurement Of One (1) Motor Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item/description Abc Price Of Bidding Documents One (1) Motor Vehicle Php 2,400,000.00 Php 5,000.00 2. The Mgb Ro No. Xi Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within The Period Specified In The Bidding Documents Upon Receipt Of The Purchase Order (po). 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). 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 The Mgb Ro No. Xi Via Telephone At (082) 221-6535 Or Via Email At Region11@mgb.gov.ph, Cc: Mgbxi.procurement@gmail.com And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 4:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address Upon Payment Of A Non-refundable Fee As Indicated Above Not Later Than The Schedule Of Submission Of Bids. The Schedule Of Procurement Activities Is Listed As Follows: Activities Start Date End Date Advertisement 12/27/2024 01/03/2025 Pre-bid Conference 01/06/2025 01/06/2025 Submission Of Bids 01/07/2025 01/20/2025 Bid Evaluation 01/21/2025 01/21/2025 Post-qualification 01/22/2025 01/22/2025 Issuance Of Notice Of Award 01/23/2025 01/24/2025 Contract Preparation And Signing 01/27/2025 01/28/2025 Approval By Higher Authority 01/30/2025 01/30/2025 Issuance Of Notice To Proceed 01/31/2025 01/31/2025 6. The Mgb Ro No. Xi Will Hold A Pre-bid Conference On January 06, 2025 At 1:30 Pm Through Video Conferencing Via Zoom Conference, Which Shall Be Open To Prospective Bidders. Interested Bidders Are Requested To Register One (1) Day Before The Pre-bid Conference At Mgb Ro No. Xi Online Bidder Registration (https://docs.google.com/forms/d/1eisif7nq6kgblv8k_eanknndhtef74qcdfprcq9vpyw/viewform?edit_requested=true&pli=1) To Be Properly Acknowledged During The Bac Meeting. 7. Bids Must Be Duly Received By The Bac Secretariat. Bidders Must Submit Their Original Bids On The Date And Time Specified In The Above Schedule At The Office Address Indicated Below. Late Bid/s 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. Bids Higher Than The Abc And Unprotected Electronic Bids Shall Be Automatically Disqualified During The Opening Of Bids. 9. Bid Opening/bid Evaluation Shall Be On January 21, 2025, At 1:30 Pm, Via Zoom Conference. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Mgb Ro No. Xi 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.
Closing Date27 Jan 2025
Tender AmountPHP 2.4 Million (USD 40.9 K)
BARANGAY POBLACION KUMALARANG ZAMBOANGA DEL SUR Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Sur Municipality Of Kumalarang Barangay Poblacion Office Of The Punong Barangay Invitation To Apply For Eligibility And To Bid The Barangay Poblacion Of Kumalarang, Zamboanga Del Sur, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Contract Ref. No.: Goods-2025-001 Name Of Project: Purchase Of Tlp-single Bracket Armpole Height 4.5 Meters (15ft)bottom Diameter 4 Inches Top Diameter 2 Inches Pole Thickness 3.0mmcenter To Center 180mmarm Size 1m Bracket Armanchor Bolts 5/8'' X 10''coated Hot Dipped Galvanized Iss- 200w Wattage 200 Watts Led Chip High Brightness San'an Chips 2835 Lamp Beads 600 Lifehours 5000hours Color Temperature 6500k Daylight Solar Panel Type High Effeciency Polycrystalline Solar Panel Watts /volts 5v 14 Watts Battery 19500mah 3.2v High Grade Working Hours 12hours/night Control Light+time+pir+remote Control Dimension L:647xw:220xh:70mm Ip Rating I P65 Waterproof Materials High Grade Aluminum + Optical Lens Lu Mens 4000-5000 Lm For Barangay Road Lighting: Poblacion, Kumalarang, Zds - Cy 2025. Location: Barangay Poblacion, Kumalarang, Zamboanga Del Sur Approved Budget For The Contract: Php 800,000.00 Source Of Fund: General Fund (cy-2025) Delivery Period: Within 30 C.d. Upon Receipt Of Ntp Prospective Bidders Should Have Completed A Similar Single Contract With A Value Of At Least 25% Of The Abc Within 5 Years From The Date Of Submission And Receipt Of Bids. However, In View Of The Determination By The Procuring Entity That Imposition Of The Provisions Of Section 23.4.1.3 Of The Irr Of Ra 9184 Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding, The Bidder May Comply With The Following Requirements: A) Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Twenty-five Percent (25%) Of The Abc For This Project; And B) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above.0 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 Single/lowest Calculated Bid. All Particulars Relative To 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). The Schedule Of Bac Activities Is As Follows: Bac Activities Date Place Advertisement / Posting Of Iaeb January 24, 2025- January 31, 2025 Philgeps Issuance Of Bidding Documents January 24, 2025- January 31, 2025 Barangay Poblacion, Kumalarang, Zds Opening Of Bids January 31, 2024 @2:00pm Barangay Session Hall, Poblacion, Kumalarang, Zamboanga Del Sur The Bac Will Issue To Prospective Bidders Checklist Of Eligibility Requirements At The Bac Secretariat Office, Barangay Secretary’s Office, Poblacion, Kumalarang, Zamboanga Del Sur Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p’1,000.00). Prospective Bidders Shall Submit Their Eligibility Requirements To The Bac At The Said Address Starting January 24, 2025 (office Hours), Until 9:00am Of January 31, 2025 For The Eligibility Screening. They Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 31, 2025 @9:00am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security Either In A Form Of Cash Or Cashier’s Check Equivalent To 2% Or Surety Bond Equivalent To 5% Of The Abc And Valid For At Least 120 Days From The Date Of The Opening Of Bids. The Barangay Poblacion, Kumalarang, Zamboanga Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Barangay Poblacion, Kumalarang Zamboanga Del Sur Reserves The Right To Reject Any Of All Bids, To Annul The Bidding Process, And To Reject All Bids Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: Sgd. Hon. Francisco H. Maca, Jr. Bac Chairperson Barangay Poblacion, Kumalarang, Zamboanga Del Sur
Closing Date31 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid Invitation To Bid For Contract Id No.: 2025-drd-co-inf-01 1. The National Irrigation Administration – Upper Pampanga River Integrated Irrigation Systems, Dam And Reservoir Division (nia-upriis-drd), Through The Capital Outlay 2025 Intends To Bid Out The Projects Listed Below: Contract Id No.: 2025-drd-co-inf-01 (a) Contract Name : Construction Of 3-unit Villas At Nia-upriis Guest House (b) Contract Location : Pantabangan, Nueva Ecija (c) Scope Of Work : Construction Of 3-unit Villas At Nia-upriis Guest House (d) Approved Budget For : Php 29,955,862.81 The Contract (abc) (e) Contract Duration : 210 Calendar Days (f) Amount Of Bidding : Php 25,000.00 Documents (g) Pcab Category : Small B (general Building) 2. The Nia-upriis, Dam And Reservoir Division Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 210 Calendar Days. 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. 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. Interested Bidders May Obtain Further Information From Nia-upriis, Dam And Reservoir Division And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. Interested Bidders Are Required To Submit Philgeps Document Request List Along With Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Class “a” Documents, Financial Statements And Technical Documents (completed/on-going Projects) Shall Also Be Submitted And Presented To The Nia-upriis-drd Bac Secretariat Upon Availment Of The Bidding Documents For Eligibility Check Screening. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025, From Given Address Below Brgy. Fatima, Pantabangan, Nueva Ecija 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Nia-upriis, Dam And Reservoir Division Will Hold A Pre-bid Conference On January 24, 2025, 2:00 Pm At Conference Room, Nia-upriis, Dam And Reservoir Division, Brgy. Fatima, Pantabangan, Nueva Ecija Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 5, 2025, 12:00 Nn. 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 16. 9. Bid Opening Shall Be On February 5, 2025, 2:00 Pm At The Given Address Below Brgy. Fatima, Pantabangan, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: 1. Advertisement Of Invitation To Apply And Eligibility To Bid January 17, 2025 (8:00 – 5:00 Pm) February 5, 2025 (until 12:00 Nn) 2. Issuance Of Bidding Documents January 17, 2025 – February 4, 2025 (8:00 Am – 5:00 Pm) 3. Pre-bid Conference January 24, 2025 @ 2:00 Pm 4. Receipt Of Bids February 5, 2025 @ 12:00 Nn 5. Opening Of Bids February 5, 2025 @ 2:00 Pm 11. The Nia-upriis, Dam And Reservoir Division 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: Armando B. Tumpalan, Jr. Chairperson, Bac (infrastructure) Nia-upriis, Drd Fatima, Pantabangan, N.e. Tel. No. 044-456-1772 Signed Armando B. Tumpalan, Jr. Bac Chairperson Or Authorized Representative 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philippine Government Electronic Procurement System (philgeps) Approved By: Signed Ronaldo C. Salazar Division Manager A, Nia-upriis, Drd Brgy. Fatima, Pantabangan, Nueva Ecija Tel. No. 044-456-1772
Closing Date5 Feb 2025
Tender AmountPHP 29.9 Million (USD 512.3 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 3.2 Million (USD 55.3 K)
Warren County Tender
Civil And Construction...+1Drainage Work
United States
Details: Advertisement For Bids - Notice To Contractors Notice Is Hereby Given That The Warren County Board Of Supervisors Will Receive Sealed Bids From Qualified Bidders For The Project Identified As Warren County Nrcs Ewp Erosion Control Project – Group 10 – Gowall Road And Sherman Avenue Sites. The Project Includes Drainage Improvements And Bank Stabilization At Five (5) Sites Throughout Warren County As Indicated In The Drawings, Specifications, And Other Contract Documents. The Above General Outline Of Features Of Work Does Not In Any Way Limit The Responsibility Of The Contractor To Perform All Work And Furnish All Parts, Labor, Equipment, And Materials Required By The Specifications And The Drawings Referred To Therein. The Contract Time For The Work Included In This Contract Is Ninety (90) Calendar Days. The Contract Will Be Subject To Liquidated Damages Of Three Hundred Dollars ($300) Per Calendar Day For Each Day In Default After The Stipulated Completion Date. The Contract Time Will Begin On The Date Specified In The Written Notice To Proceed. Deadline For Receipt Of Bids Is 10:00 A.m. Local Time On February 12th, 2025. Bids Will Be Received At The Warren County Purchasing Department, 913 Jackson Street, Vicksburg, Ms 39183. Bidders Are Cautioned That The Purchasing Department Does Not Receive The Daily U.s. Mail On Or Before 10:00 A.m. Bids Will Be Time-stamped Upon Receipt According To Purchasing Department’s Time Clock. Bids Received After The Stated Deadline Will Not Be Considered. All Bids Properly Received Will Be Publicly Opened And Read Aloud. Electronic Bids Can Be Submitted At Www.centralbidding.com. Official Bid Documents Can Be Downloaded From Central Bidding. Interested Contractors Can Register As A Vendor At Www.centralbidding.com And Download Plans. Electronic Bids Are Due At The Same Time And Date As Sealed Bids. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders Must Be Qualified Under Mississippi State Law And Possess A Certificate Of Responsibility Issued By The Mississippi State Board Of Public Contractors In A Classification Such As (a) Highway, Street And Bridge Construction, (b) Municipal And Public Works Construction, (c) Excavation, Grading & Drainage Or Another Closely Related Classification. This Project Is Expected To Exceed $50,000, Therefore The Certificate Of Responsibility Number Shall Be Written On The Outside Of The Sealed Bid Envelope. For Electronic Bids, The Cor Information Must Be Submitted As The First Page Of The Pdf Attachment With The Electronic Bid Submittal. For Bids Less Than $50,000, A Certificate Of Responsibility Number Is Not Required. Bidder Shall Note On The Outside Of The Envelope Containing The Bid That The “bid Is Less Than $50,000, Cr No. Not Required”. Mississippi Has A Reciprocal Preference Law. Mississippi Code 31-3-21 Requires That A Copy Of Any Non-resident Bidder’s Current State Law Pertaining To Its Treatment Of Non-resident Contractors Be Submitted At The Time The Bid Is Submitted, Or That Bid Shall Not Be Considered Further. Each Bidder Must Deposit With His Proposal A Bid Bond Or Certified Check In An Amount Equal To Five Percent (5%) Of The Total Bid Payable To Warren County As Bid Security. The Successful Bidder Shall Furnish A Performance Bond And A Payment Bond Each In The Amount Of 100% Of The Contract Amount Awarded. Bidders Shall Also Submit A Current Financial Statement If Requested By Warren County. Attorneys-in-fact Who Sign Bid Bonds Or Payment Bonds And Performance Bonds Must File With Each Bond A Certified And Effective Dated Copy Of Their Power Of Attorney. Neel-schaffer, Inc. Is The Engineer For This Project. Plans, Specifications, And Contract Documents Are On File And Open To Public Inspection At The Local Neel-schaffer, Inc. Office And At The Warren County Purchasing Department, 913 Jackson Street, Vicksburg, Ms 39183. Contractors May Request Bid Documents By Visiting Www.centralbidding.com And Following The Site Instructions For Registration And Download. Bid Documents May Also Be Picked Up At No Charge At The Neel-schaffer Office Located At 1100 Cherry Street, Vicksburg, Ms 39183. Questions May Be Addressed To Brian Robbins, Project Manager Via Brian.robbins@neel-schaffer.com. The Warren County Board Of Supervisors Reserves The Right To Determine Responsible Bidders, Responsive Bids, The Lowest And Best Bid, Reject Any And All Bids, Award To The Bidder Believed Most Advantageous To Warren County, And To Waive Any Informalities In The Bids And Bidding Process. Published Pursuant To Board Order Dated The 6th Day Of January 2025. The Warren County Board Of Supervisors By: Victoria Bell, Purchasing Agent Publication Dates: January 10, 2025 January 17, 2025
Closing Date12 Feb 2025
Tender AmountRefer Documents
BARANGAY BANGKILINGAN TABACO, ALBAY Tender
Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Details: Description Invitation To Bid The Barangay Bangkilingan Of Tabaco City Through The Bids And Awards Committee (bac) Invites Suppliers To Bid For The Hereunder Contract: Name Of Contract: Procurement Of Materials For The Improvement Of Bangkilingan Multi-purpose Hall (vawc Office) Approved Budget For The Contract : Php183,990.00 Fund Source: 20% Bdf Please Quote Your Lowest Price For The Item Listed Below: Quantity Unit Description Abc 97 Bags Portland Cement P29,100.00 11 Cu.m. Gravel P12,144.00 10 Cu.m. Sand P9,000.00 18 Pcs Marine Plywood ¼” P8,820.00 140 Pcs 2x2x12 Coco Lumber P20,160.00 3 Kls Asstd. Cwn P330.00 13 Pcs 16mm Ø Rsb @ 6m P7,397.00 60 Pcs 12mm Ø Rsb @ 6m P19,200.00 90 Pcs 10mm Ø Rsb @ 6m P19,980.00 6 Kls Tie Wire P600.00 14 Pcs 10mm Ø Rsb @ 6m P3,374.00 365 Pcs Chb 4” P5,840.00 1 Set Kd & Termite-treated Panel Door (swing Type) W/ Lever-type Door Knob (2.1m X 1.2m) P8,500.00 1 Set Aluminum Awning Window (2.4m X 1.2m) P5,000.00 1 Set Aluminum Awning Window (1.2m X 0.6m) P4,500.00 1 Set Main: 30at Plug-in Type Circuit Breaker W/ 1-15at Circuit Breaker Plug-in Type, 1-20at Circuit Breaker Plug-in Type And 1-spare P7,000.00 14 Pcs 15 Watts Led Bulb P4,200.00 2 Pcs One-gang Switch W/ Plate P600.00 2 Pcs Two-gang Switch W/ Plate P700.00 15 Pcs Lighting Receptacle P750.00 5 Sets Duplex Convenience Outlet P1,500.00 16 Pcs 4" X 4" Junction Box P960.00 9 Pcs 2" X 2" X 4" Utility Box P450.00 3 Pcs Electrical Tape (big) P180.00 1 Box 2.0mm² Thhn Standard Cu. Wire P3,510.00 80 Mtrs 3.5mm² Thhn Standard Cu. Wire P3,600.00 25 Pcs 20mm Ø Electric Pvc Conduit P3,125.00 15 Pcs 25mm Ø Electric Pvc Conduit P3,060.00 10 Mts ½" Mica Tube P320.00 1 Can Pvc Solvent P90.00 Prospective Bidders Should Have Experience In Undertaking A Similar Contract Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Contract For Bidding. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Of Barangay Bangkilingan Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Bid, Pre-bidding Conference, Evaluation Of Bids, Post-qualifications And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulations (irr). Activities Date/time 1. Advertisement/posting: February 06, 2025 2. Issuance Of Bid Documents: February 06-13, 2025 3. Deadline Of Submission Of Bids: February 14, 2025 9:00 Am 4. Bid Opening: February 14, 2025 9:30 A.m., Barangay Hall, Barangay Bangkilingan, Tabaco City The Bac Of Barangay Bangkilingan Will Issue To Prospective Bidders Bid Forms Upon Their Submission Of Letter Of Intent (loi) And Upon Their Payment Of A Non-refundable Amount Of Five Hundred (php 500.00) Pesos To The Barangay Treasurer, Barangay Bangkilingan, Tabaco City. The Barangay Bangkilingan Reserves The Right To Reject Any All Bids, Waive Any Minor Defect Therein And Accept The Offer Most Advantageous To The Government. The Barangay Bangkilingan Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. Issued This 6th Day Of February, 2025 At Tabaco City, Albay. The Bac Chairman Barangay Bangkilingan, Tabaco City
Closing Date13 Feb 2025
Tender AmountPHP 183.9 K (USD 3.1 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 987 K (USD 17 K)
Securities And Exchange Commission Tender
Others
Philippines
Details: Description Request For Quotation The Securities And Exchange Commission (sec), Through Its Bids And Awards Committee (bac), Requests The Submission Of Quotations For The Following Requirements In Accordance With The Revised Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (ra 9184). Lot No. Description Quantity Approved Budget For The Contract, Inclusive Of Taxes 1 Lease Of Audio-visual Equipment For The Gmra-based Repo Workshop See Annex B For Technical Specifications 1 Lot Php170,000.00 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9 Of The Implementing Rules And Regulations Of Republic Act No. 9184) Reference Number Amp No. 2025-013 Procurement Schedules Advertisement 14 February 2025 Deadline To Submit Quotation 17 February 2025 10:00 Am Submission Of Quotation Manual Procurement Unit, 7th Floor, The Sec Headquarters, 7907 Makati Ave., Salcedo Village, Brgy. Bel-air, Makati City. Quotation (one Copy Only) Shall Be Placed In An Envelope With Markings Containing The Following Information: Name Of The Bidder Address Of The Bidder Contact Information The Project (see Description Above) And Reference Number Deadline To Submit Quotation Electronic Electronic Submission Shall Be Made Through Email At Mrcsuing@sec.gov.ph Delivery Period And Place 19 February 2025 At The 16th Floor, Sec Headquarters, 7907 Makati Ave., Salcedo Village, Bel-air, Makati City Interested Suppliers Are Required To Submit The Following Documents On Or Before The Deadline: Price Quotation (use Annex A) In The Event That The National Or Local Government Declares Suspension Of Work By Reason Of Fortuitous Event Or An Event Beyond The Control Of The Sec, The Deadline To Submit Quotation Is Automatically Moved To The Next Working Day, Same Time And Place Of Submission. Quotations Exceeding The Approved Budget For The Contract Shall Be Disqualified. The Bidder With The Single Or Lowest Calculated And Responsive Quotation, Or The Awardee, Shall Be Required As Condition For The Issuance Of Notice Of Award The Submission Of The Following, Unless The Requirements Were Already Submitted As Part Of The Quotation Or Were Previously Submitted As Part Of Another Bid: Valid Mayor’s/business Permit; Philgeps Registration Number; Omnibus Sworn Statement With Attached Duly Notarized Secretary’s Certificate/special Power Of Attorney [for Projects With Abc Above Php 50,000.00]; And Latest Income Tax Return [for Projects With Abc Above Php 500,000.00]. Notes: Certificate Of Platinum Membership May Be Submitted In Lieu Of The Document Numbers 1 And 2. Editable File Copies Of The Omnibus Sworn Statement And The Secretary’s Certificate/special Power Of Attorney May Be Downloaded From The Link: Https://www.sec.gov.ph/procurement/prescribed-templates/. The Following Are The Terms And Conditions Of This Rfq: Sub-contracting Is Not Allowed. Bidders Who Have Been Determined To Have Unsatisfactory Performance In Any Government Contract May Be Disqualified From Award. Prices Quoted Shall Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of The Opening Of Bids. Price Quotations Shall Be In Philippine Peso And Shall Include All Applicable Taxes And/or Levies. Award Of Contract Shall Be Made To The Single/lowest Calculated And Responsive Quotation (for Goods And Infrastructure) Or The Highest Rated And Responsive Quotation (for Consulting Services). In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotations Or Highest Rated And Responsive Quotations, The Rules On Tie-breaking As Provided Under The Existing Rules Shall Be Observed To Arrive At The S/lcrq Or Hrrq. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. The Goods Or Services Item/s Shall Be Delivered According To The Accepted Technical Proposal Specified In The Notice Of Award. Brand Of The Offer, If Required, Should Be Indicated As Part Of The Bid. Non-indication Of The Brand May Be Considered As Ground For Disqualification. Sample, If Required, Shall Also Be Submitted As Part Of The Quotation. Non-submission Of Sample May Be Considered As Ground For Disqualification. Sec Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With The Existing Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be To The Contractor’s Account. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed For Day Of Delay. The Sec Shall Rescind The Contract Once The Commutative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. The Sec Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Bidding, Or Not Award The Contract Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Oliver O. Leonardo Bac Chairman For It Goods And Services
Closing Date17 Feb 2025
Tender AmountPHP 170 K (USD 2.9 K)
BUREAU OF FIRE PROTECTION REGION VIII Tender
Security and Emergency Services...+1Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Preventive Maintenance Of Firetrucks & Ambulances/vehicles (1st Quarter 2025) 1. The Bureau Of Fire Protection Region 8, Through The General Appropriations Act Cy 2025 Intends To Apply The Sum Of Three Million Two Hundred Twelve Thousand Pesos (₱3,212,000.00) Being The Abc To Payments Under The Contract For Preventive Maintenance Of Firetrucks & Ambulances/vehicles (1st Quarter 2025). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Fire Protection Region 8 Invites Philgeps Registered Suppliers (platinum Membership) To Bid For The Following: Preventive Maintenance Of Firetrucks & Ambulances/vehicles Ref. No. Lot Item Description Qty Unit Price Amount Bfp R8 Bac Itb No. Pb-2025-01-001 1 Check-up/repair Of Firetrucks And Ambulances/vehicles Over Entire Region 241 Firetrucks 32 Ambulances ₱12,000.00 10,000.00 ₱2,892,000.00 320,000.00 Total ₱3,212,000.00 (please See Section Vi. Schedule Of Requirements For The Scope Of Work) Delivery Of The Goods For The Lot Is Required Within Sixty (60) Calendar Days Upon Receipt Of The Notice To Proceed. 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 And Inspect The Bidding Documents At The Address Given Below During 8am To 5pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 Until February 17, 2025 From The Given Address And Website Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Enumerated In Clause 2. The Price Of Bidding Documents Is Five Thousand Pesos (₱5,000.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 5. The Bureau Of Fire Protection Region 8 Will Hold A Pre-bid Conference On February 3, 2025 At 10:00 Am At Bfp Regional Office 8 Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 17, 2025 At 8:30 Am (philippine Standard Time). 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 17, 2025 At 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid January 24, 2025 To January 31,2025 Issuance And Availability Of Bid Documents January 24, 2025 To February 17,2025 Pre-bid Conference February 3, 2025 @ 10:00 Am Last Day Of Written Clarification February 5, 2025 Last Day Of Issuance Of Bid Bulletin February 9, 2025 Deadline For Submission And Receipt Of Bids February 17, 2025 @ 8:30am Opening Of Bids February 17, 2025 @ 10:00am 9. The Bureau Of Fire Protection Region 8 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: Bac Secretariat Bac, Bfp R8 Bfpr8.bacsecretariat@gmail.com For Downloading Of Bidding Documents: Https://region8.bfp.gov.ph/ Noted By: Sgd. Joelito S Sabandal Fssupt (dsc) Bfp Chairperson, Bac R8
Closing Date17 Feb 2025
Tender AmountPHP 3.2 Million (USD 55.5 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)
4121-4130 of 6226 archived Tenders