Advertisement Tenders
Advertisement Tenders
Municipality Of Malangas, Zamboanga Sibugay Tender
Automobiles and Auto Parts
Philippines
Details: Description The Municipality Of Malangas, Through The Bids And Award Committee (bac), Invites Suppliers/manufactures/distributors/contractors To Bid For The Hereunder Contract: Name Of Project : Procurement Of One (1) Unit Road/articulated Motor Grader-brand New Location : Malangas, Zamboanga Sibugay Purchase Request No.: 24-12-713 Abc : Php 18,000,000.00 (eighteen Million Pesos) Source Of Funds : 20% Edf Contract Duration: 15 Calendar Days Specifications: Unit Operating Weight: 13400 - 13600kg Engine A. Maximum Power: 135hp-140hp @ 2200rpm B. No. Of Cylinders: Must Be 6 C. Rated Torque: 600-620 Nm D. Type: Water Cooled, Turbocharged Diesel Engine Transmission: Must Be Powershift (planetary Gear, Hydraulically Actuated) :must Be 6 Forward/6 Reverse Speed Forward: At Least 42kph On 6th Gear Reverse: At Least 43kph On 6th Gear Articulation (front Axle) A. Oscillation: Must Be 15 Degrees Left To Right B. Wheel Lean: Must Be 20 Degrees Left To Right C. Ground Clearance: 555-560mm Hydraulic System A. Circuit: Must Be Open-center B. Oil Pump: Must Be Tandem Gear Pump C. Capacity: Must Be 60+60+60 L/min @ 2200rpm Blade A. Type Of Blade: In-seat Bank Type Wear-resistant Steel, With Side Shift B. Max Blade Lift Above Ground: 460 - 465 Mm C. Length X Height X Thickness: 3710mm X 610mm X19mm D. Circle Turning Angle: 360 Degrees E. Max Shoulder Reach (left Hand): 1890 - 1895 Mm F. Max Shoulder Reach (right Hand): 1900 1905mm G. Cutting Angle: 36 To 81 Degrees H. Scarifies: Mid Mounted 9 Teeth Scarified Dimension Overall Length: 7820 - 7830mm B. Overall Width: 2360 -2370mm C. Overall Height: 3465 - 3470mm D. Wheelbase: 5700 - 5705mm E. Ground Clearance: 380 - 385mm Tires: 13.00 24-12 Pr (g-2) Cabin: Air Conditioned Terms And Conditions For Heavy Equipment: If Bidder Is An Appointed Authorized Dealer (add) By An Exclusive Philippine Dealer (epd) Joint Certification Issued By Epd And Aad They Must Issue A Joint Certification Signed By The Authorized Representative Of Each Company Showing That The Aad Has Been Authorized By Epd To Offer The Brand To The Procuring Entity Warranty Certificate Issued By Epd. Epd Must Issue A Warranty Certificate (wc) That "if Awarded The Contract, The Exclusive Philippines Dealer Will Issue A Warranty Certificate Indicating That The Procuring Entity Is The Registered Owner Of The Construction Equipment And Its Ownership Will Be Reported To The Manufacturer Manufacture's Certification Issued Thru Epd Epd Must Provided A Manufacture's Certification (mc) That The Procuring Entity Has Been Registered In Its Customer Information System, This Certification Should Be Notarized In The Country Of The Manufacturer And Provided Within (90) Days Upon Receipt Of Delivery By The Procuring Entity. After Sales And Service Certification Issued By Epd. Epd Must Issue An After Sales And Service Certification (assc), That Aad Is Authorized To Perform The Following, As Follows: Perform Preventive Maintenance. Perform Trouble Shooting. Process Warranty Claims. If Epd Cannot Issue The Assc For The Above Support Services, Then The Bidder/ Aad Is Encourage To Join The Tender Thru A Joint Venture With The Epd In The Tender. The Authorized Representative Of Each Company Should Have Valid Secretary Certificate Issued By The By Epd And Aad; Warranty Certificate Issued By Epd; And After Sales And Service Certificate Issued By Epd. If Bidder Is The Exclusive Philippines Dealer (epd), Warranty Certification Issued By Epd. Epd Must Issue Warranty Certification (wc) That "if Awarded The Contract, The Exclusive Philippines Dealer Will A Warranty Certificate Indicating That The Procuring Entity Is The Registered Owner Of The Construction Equipment And Its Ownership Will Be Reported To The Manufacturer. Manufacturer's Certification Issued Thru Epd. Epd Must Provide A Manufacturer's Certificate (mc) That The Procuring Entity Has Been Registered In Its Customer Information System. This Certification Should Be Notarized In The Country Of The Manufacturer And Provided Within (90) Days Upon Receipt Of Delivery By The Procuring Entity. Note: Above Conditions Were Set As There Have Been Some Report Of Unauthorized Retail Of Heavy Construction Equipment By The Traders Or Unscrupulous Dealers Without Any Authority From The Exclusive Dealer Or Manufacturer, Such Act Has Been Disadvantageous To The Procuring Entity As Warranty Claims Has Not Been Recognized By The Exclusive Dealer And Manufactures. Other Terms And Conditions: *the Bidder Must Be In Existence In The Philippine Market At Least 20 Years At The Time Of Bid Opening * The Bidder Must Have Certificate Of Availability Of Spare Parts From The Manufacturer *the Bidder Must Be A Philippines Exclusive Distributor Or At Least And Appointed Authorized Dealer * Supplier Offering An Equipment With Electronic Components Must Be Required The Use Of Specialized Diagnostic Tools With Dedicated Software. * Gsis Insurance (if Required), Shall Be At Customer's Account Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years, With Nfcc Of Equal To The Abc To Be Bid. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference (s) Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Advertisement : December 20-27, 2024 2. Issuance Of Bids Documents : January 3-7, 2025 3. Pre-bid Conference : December 27, 2024 @ 2:00 P.m 4. Submission Of Bid Documents : January 9, 2025 Until 12 Noon Of January 10, 2025 5. Opening Of Bids : January 10, 2025 @ 1:00 P.m 6. Post-qualification : January 13, 2025 @ 10:00 A.m Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Municipal Treasurer’s Office. The Municipality Of Malangas Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Municipality Of Malangas Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And Reject All Bids Any Time Prior To Contract Award, Without Hereby Incurring Any Liability To The Affected Bidder Of Bidders. Victor L Laguna, Rce Bac Chairman
Closing Date10 Jan 2025
Tender AmountPHP 18 Million (USD 310.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
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 25ff0021 – Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 4,949,999.80 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0021- Construction Of Multi-purpose Building Barangay Paolbo, 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 150 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: 25ff0021 Contract Name: Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur Brief Description: Construction Of Two-storey Multi-purpose Building With Concrete Foundation, Columns, Beams, Floor Slab, Roofing, Interior And Exterior Walls, Plumbing Works, Electrical Works, Mechanical Works & Finishing Works. Approved Budget For The Contract (abc): Php. 4,949,999.80 Source Of Funds: Nep Fy 2025 Contract Duration: 150 Calendar Days Cost Of Bidding Documents: P 5,000.00 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 5,000.00. 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
Closing Date7 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
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 25ff0027 – Bip: Acces Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Zone 6, Sitio Tugayan, Barangay Comaguingking, Calabanga, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 9,899,898.98 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0027- Bip: Acces Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Zone 6, Sitio Tugayan, Barangay Comaguingking, 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 65 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: 25ff0027 Contract Name: Bip: Acces Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Zone 6, Sitio Tugayan, Barangay Comaguingking, Calabanga, Camarines Sur Brief Description: Construction Of Concrete Road Approved Budget For The Contract (abc): Php. 9,899,898.98 Source Of Funds: Nep Fy 2025 Contract Duration: 65 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 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
Closing Date8 Jan 2025
Tender AmountPHP 9.8 Million (USD 170.5 K)
City Of Baton Rouge Parish Of East Baton Rouge Tender
Civil And Construction...+1Others
United States
Details: To Be Published Three Times-legal December 20, 27, 2024, And January 3, 2025 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: Hundred Oaks Ave. Sidewalks (perkins Rd. - S. Acadian Thwy) Project City Parish Project No. 23-en-hc-0016 Project Description: Portland Cement Concrete Sidewalk, Concrete Curbs, Handicap Ramps, Striping, And Associated Items Of Work. Electronic Or Sealed Bids Will Be Received Until 2:00 P.m. Local Time, Tuesday, January 14, 2025, 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 Form Revised To Include Ebe Requirements May 25, 2023 Nc 1 Of 2 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 $20.00. (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 17% 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 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 Additional Information Please Contact Mr. Alex Farr, P.e, Project Manager At (225) 298-0800 Or Email At Alex.farr@waggonereng.com Or Mr. George Chike, P.e., Project Manager At (225) 389-3186 X5640 Or Email At Gchike@brla.gov.
Closing Date14 Jan 2025
Tender AmountRefer Documents
City Of Baton Rouge Parish Of East Baton Rouge Tender
Civil And Construction...+1Civil Works Others
United States
Details: To Be Published Three Times-legal December 6, 13, And 20, 2024 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: Evangeline St. – Alamonster Dr. Area Ada Transition Project (city Parish Project No. 20-en-hc-0063-01) Project Description: Portland Cement Concrete Sidewalks, Driveways, Concrete Curbs, Ada Ramps, Striping, And Related Work. Electronic Or Sealed Bids Will Be Received Until 2:00 P.m. Local Time, Tuesday, January 7, 2025, 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 $20.00. (make Checks Payable To The City Of Baton Rouge And Parish Of East Baton Rouge.) Fees For Plans, Specifications Form Revised Nov 13, 2013 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 18% 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 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 Additional Information Please Contact Mr. Alex Farr, P.e, Project Manager At (225) 298-0800 Or Email At Alex.farr@waggonereng.com Or Mr. George Chike, P.e, Project Manager At (225) 389-3186 X5640 Or Email At Gchike@brla.gov.
Closing Date7 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Bridge Construction, Road Construction
Philippines
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
Closing Date7 Jan 2025
Tender AmountPHP 12.8 Million (USD 221.7 K)
Department Of Health Treatment And Rehabilitation Center Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Various Medical/ Laboratory Equipment 1. The Doh-camarines Sur Treatment And Rehabilitation Center, Through The 2025 General Appropriations Act (gaa)/ Health Facility Enhancement Program (hfep) Intends To Apply The Approve Budget For The Contract (abcs) For Below Indicated Items To Payments Under The Contract For Invitation To Bid No. 25-01. Bids Received In Excess Of The Item’s Abc Shall Be Automatically Rejected At Bid Opening. Lot No.1 1 Unit Full Digital (fpd) Mobile Xray Machine And Relevant Accessories Abc P 9,600,000.00 Bid Docs Fee P10,000.00 Inclusions (relevant Accessories): • 1 Set Radiation Protection Accessories • 1 Unit Mobile Vertical Chest Cassette Holder • 1 Unit Photo/ Document Printer Lot No.2 1 Unit Fully Automated Clinical Chemistry Analyzer And Compatible Items/ Equipment Abc P1,900,000.00 Bid Docs Fee P5,000.00 Inclusions (compatible Items/ Equipment): • 1 Set Computer • 1 Unit Printer • 1 Unit Uninterruptible Power Supply (ups) Lot No.3 1 Unit 5-part Hematology Analyzer And Compatible Item/ Equipment Inclusion (compatible Items/ Equipment): • 1 Unit Uninterruptible Power Supply (ups) Abc P900,000.00 Bid Docs Fee P1,000.00 Lot No.4 1 Unit Clinical Compound Microscope Abc P100,000.00 Bid Docs Fee P500.00 Lot No.5 1 Unit 12-lead Ecg Machine Abc P47,500.00 Bid Docs Fee P500.00 With Accessories (patient Cable, 4set Limb Electrodes, 6pcs Chest Electrodes, 1pc Power Cable, 10rolls Printing Paper, 1pc Usb Cable, 1copy Operation Manual Bid Evaluation And Award Of The Contract Shall Be On A Per Lot Basis. Specifying A Zero (0) Or A Dash (-) In An Item Would Mean That It Is Being Offered For Free To The Government. The Doh-camarines Sur Treatment And Rehabilitation Center Now Invites Bids For The Above Procurement Project. Deliveries Of The Goods Are Required Within Sixty (60) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 3. Prospective Bidders May Obtain Further Information From Doh-camarines Sur Treatment And Rehabilitation Center And Inspect The Bidding Documents At The Address Given Below From Monday To Friday (8:00am-5:00pm) 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 14, 2025 From The Given Address And Website(s) And Upon Payment Of An Amount (as Indicated Above) 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 In Person, By Facsimile, Or Through Electronic Means. 5. The Doh-camarines Sur Treatment And Rehabilitation Center Will Hold A Pre-bid Conference On January 22, 2025 9:30am At Doh-camarines Sur Treatment And Rehabilitation Center, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Not Later February 7, 2025 8:30am. Late Bids Shall Not Be Accepted. Bidders Are Requested To Submit Three (3) Copies Of The Technical And Financial Components Of Its Bid. A Detailed Envelope Sealing Illustration Is Presented In Itb Clause 16 Of The Bid Data Sheet. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 7, 2025 9:30am At The Given Address Below. Bids Shall Be Opened In The Presence Of The Bidders’ Representatives Who Chose To Attend The Activity. Only Two (2) Representatives Per Bidder Shall Be Allowed In The Opening Of Bids. 9. The Bac Will Be Providing Webex Links To Prospective Bidders Opting To Attend The Pre-bid Conference And Bid Opening Thru Online. 10. The Doh-camarines Sur Treatment And Rehabilitation Center 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. 11. Requests For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation Must Be In Writing And Submitted To The Bac Via Email Not Later Than January 28, 2025. Response To Such Clarifications Shall Be Through A Supplemental/ Bid Bulletin Issuance. Bac Secretariat Contact Details: • Cp No. : 09985111426/ 09938807144 • Email Address: Dohtrc_camsur_bac@yahoo.com You May Visit The Following Websites For Downloading Of Bidding Documents: • Philgeps.gov.ph • Notices.ps-philgeps.gov.ph • Cstrc.doh.gov.ph Lastly, Please Be Reminded Of The “no Contact Rule” Under Section 32.1 Of The 2016 Irr Of R.a. 9184. Procurement Stage/ Schedule Advertisement/ Posting Of Invitation To Bid At The Philgeps And Doh-cstrc Websites, Designated Bulletin Board Within The Premises And Social Media Account Of Doh-cstrc January 14, 2025 Pre-bid Conference Doh-cstrc, Bgy. Pamukid, San Fernando, Camarines Sur *please Check For Any Bid Bulletins In Case Of Rescheduling Due To Conflict Of Schedule/ Lack Or Quorum. January 22, 2025 9:30 Am Last Day Of Request For Clarification *via Email January 28, 2025 Last Day For Issuance Of Supplemental/bid Bulletin January 31, 2025 Deadline For Manual Submission Of Bids February 7, 2025 8:30am Opening Of Bids February 7, 2025 9:30am Date Of Issue: January 14, 2025 (sgd) Sarah Malate-gorimbao, Rsw, Mha Chairperson, Bids And Awards Committee
Closing Date7 Feb 2025
Tender AmountPHP 12.5 Million (USD 214.6 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 2nd District Engineering Office Region Vi Dumangas, Iloilo Invitation To Bid For Contract Id No. 25gg0196 Contract Name: Preventive Maintenance Of Road: Asphalt Overlay – Pototan – Tabugon Rd – K0031+799 – K0035+000, K0035+391 – K0036+687, K0036+697 – K0037+382 (with Exception) 1. The Dpwh, Iloilo 2nd District Engineering Office, Through The Fy 2025 Dpwh Infrastructure Program Based On General Appropriations Act Intends To Apply The Approved Budget For The Contract (abc) Of Php 101,325,000.00 To Payments Under The Contract 25gg0196 – Preventive Maintenance Of Road: Asphalt Overlay – Pototan – Tabugon Rd – K0031+799 – K0035+000, K0035+391 – K0036+687, K0036+697 – K0037+382 (with Exception). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Iloilo 2nd District Engineering Office Through Its Bac Now Invites Bids For The Hereunder Works Of The Above Contract: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay – Pototan – Tabugon Rd – K0031+799 – K0035+000, K0035+391 – K0036+687, K0036+697 – K0037+382 (with Exception) Contract Id No. : 25gg0196 Locations : Dingle, Iloilo Scope Of Works : Asphalt Overlay Of 9.656 Lane Km Of Road, 3.35 Meters Wide And 50 Mm Thick Which Includes Installation Of Led Solar Street Lights Spaced At 30.00 Meters Apart In A Staggered Arrangement In Accordance With The Approved Plans, Pows And Standard Specifications. Approved Budget For The Contract (abc) : Php 101,325,000.00 Contract Duration : One Hundred Twenty-five (125) 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 Annex Ii-1.1 B Section Ii And Iii. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A (license Category “b”). Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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. 5. Interested Bidders May Obtain Further Information From The Dpwh, Iloilo 2nd District Engineering Office And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 14, 2025 Until 9:30 A.m. Of February 03, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 7. 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 Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh, Iloilo 2nd District Engineering Office Will Hold A Pre-bid Conference On January 21, 2025 (2:00 P.m.) At Bidding Room, Dpwh, Iloilo 2nd District Engineering Office, Balabag, Dumangas, Iloilo And/or Through Webcasting Via Youtube Live Of Dpwh Iloilo 2nd Deo Procurement Ls Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo2@dpwh.gov.ph For Electronic Submission On Or Before February 03, 2025, 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bid Data Sheet Clause 15.1. 12. Bid Opening Shall Be On February 03, 2025, 10:00 A.m. Or After All Bids Have Been Received Or Recorded At The Bidding Room, Dpwh Iloilo 2nd District Engineering Office, Balabag, Dumangas, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below And Through Webcasting Via Youtube Live Of Dpwh Iloilo 2nd Deo Procurement Ls. 13. The Dpwh, Iloilo 2nd District Engineering Office 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. 14. For Further Information, Please Refer To: Ernesto D. Delariarte Engineer Iii Head, Procurement Unit Dpwh, Iloilo 2nd Deo Balabag, Dumangas, Iloilo 09101444697 Dpwh.ilo2deo@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philippine Government Electronic Procurement System (philgeps) And Website Of The Department Of Public Works And Highways (dpwh) Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement For Online/electronic Bid Submission: Electronicbids_iloilo2@dpwh.gov.ph Date Of Issue: January 14, 2025 Jermain Cem L. Dequilla Engineer Iii Bac Chairperson 09688560291 Foad/esc/rqc/mpp
Closing Date3 Feb 2025
Tender AmountPHP 101.3 Million (USD 1.7 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date8 Jan 2025
Tender AmountPHP 979.9 K (USD 16.8 K)
City Of Tarlac Tender
Healthcare and Medicine
Philippines
Details: Description Acetylcystein 600mg Effervescent Tablet, 100/box Allopurinol 100mg/tab, 100/box Aluminum Magnesium Hydroxide Chewable Tablet, 100/box Aluminum Magnesium Hydroxide Suspension, 60ml Amlodipine 10mg Tablet, 100/box Amlodipine 5mg Tablet, 100/box Amoxicillin Drops 100mg/ml (15ml) Amoxicillin 250mg/5ml Suspension, 60ml Amoxicillin 500mg/capsule, 100/box Ascorbic Acid (vitamin C) 100mg/ml Drops, 15ml Ascorbic Acid (vitamin C) 100mg/5ml Syrup, 60ml Ascorbic Acid (vitamin C) 500mg/tablet, 100/box Aspirin 80mg/tablet, 100/box Atorvastatin 20mg/tab, 100/box Azithromycin 500mg/tab, 30/box Calcium Carbonate (elemental Ca 600mg) + Cholecalciferol, 100/box Captopril 25mg/tablet, 100/box Cefalexin 250mg/5ml Suspension, 60ml Bottle Cefalexin 500mg/capsule, 100/box Cefuroxime 250mg/5ml Suspension, 120ml Bottle Cefuroxime 500mg/tablet, 100/box Celecoxib 200mg Capsule, 100/box Cetirizine 10ml Oral Drops Cetirizine 1mg/ml (5mg/5ml) Syrup, 30ml Bottle Cetirizine 10mg Tablet, 100/box Cinnarizine 25mg/tablet, 100/box Ciprofloxacin 500mg/tablet, 100/box Clarithromycin 250mg/5ml Suspension, 50ml Bottle Clarithromycin 500mg/tablet, 30/box Clindamycin 300mg/capsule, 100/box Clonidine 75mcg/tab, 100/box Clopidogrel 75mg/tablet, 100/box Cloxacillin 250mg/5ml Suspension, 60ml Bottle Cloxacillin 500mg Capsule, 100/box Coamoxiclav (amoxicillin 500mg + Potassium Clavulante 125mg) 14/box Coamoxiclav (amoxicillin 400mg + Potassium Clavulante 57)/ 5ml Suspension, 70ml Bottle Diphenhydramine 12.5mg/5ml Syrup, 60ml Bottle Fenofibrate 160mg/tablet, 100/box Ferrous Sulfate 60mg + Folic Acid 400mcg Tablet, 100/box Finasteride 5mg/tab, 100/box Fusidate Sodium/fusidic Acid 2% Cream, 5gm Tube Gliclazide 30mg/tablet, 100/box Gliclazide 80mg/tab, 100/box Hydrocortisone Cream 1% 5gm/tube Ibuprofen 200mg/5ml Suspension, 60ml Bottle Ibuprofen 400mg/tablet, 100/box Insulin, Biphasic Isophane Human 70/30 100 Iu/ml, 10ml Vial Insulin, Isophane Human (recombinant Dna) 100iu/ml, 10ml Vial Ipratropium 500mcg + Salbutamol 2.5mg, 2.5ml Respiratory Solution Lagundi 300mg Syrup, 60ml Bottle Lagundi 600mg Tablet, 100/box Losartan 50mg Tablet, 100/box Mefenamic Acid 500mg Capsule, 100/box Metformin Hcl 500mg Tablet, 100/box Metoprolol Tartrate 50mg/tablet, 100/box Montelukast 5mg Chewable Tablet, 100/box Montelukast 10mg Tablet, 100/box Multivitamins Adult Tablet, 100/box Multivitamins Drops, 15ml Bottle Multivitamins Syrup, 120ml Bottle Mupirocin 2% Ointment, 5gm Tube Nystatin 100,000 Units/ml, 30ml Suspension Omeprazole 20mg/capsule, 100/box Oral Rehydration Salts (ors 75-replacement)20.5gm/sachet Paracetamol 100mg Drops, 15ml Bottle Paracetamol 250mg Syrup, 60ml Bottle Paracetamol 500mg Tablet, 100/box Prednisone 10mg/5ml, 60ml Suspension Prednisone 20mg/tablet, 100/box Rosuvastatin 20mg/tablet, 100/box Salbutamol 2mg/ml, 2.5ml Nebule Salbutamol 100mcg/dose X 200 Actuations Metered Dose Inhaler Salbutamol 2mg/5ml Syrup, 60ml Bottle Sambong 500mg/tablet, 100/box Simvastatin 20mg Tablet, 100/box Tamsulosin 200mcg/capsule, 100/box Telmisartan 40mg Tablet, 100/box Tobramycin Eye Drops 0.3% 5ml Bottle Trimetazidine 35mg/tablet, 100/box Tranexamic Acid 500mg/capsule Vitamin B Complex Tablet, 100/box Zinc 10mg/ml Drops, 15ml Bottle Zinc 20mg/5ml Syrup, 60ml Bottle Prospective Bidders Must Have Completed A Contract Similar To The Project With The Amount Of At Least 50% Of The Abc. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Documents Are Available From The Date Of This Advertisement Until The Opening Of Bids At The City General Service Office, 2nd Floor, Main Building, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Opening Of Bids Shall Commence At Exactly 2:00 P.m. On January 28, 2025 At The Bid And Awards Committee Conference Room. Pre-bid Conference Is Set January 15, 2025 At 2:00 P.m. At The Bids And Awards Committee, Conference Room, City Legislative Building, 2nd Floor, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Interested Bidders Should Submit Their Duly Accomplished Bid Proposals To The Bac Secretariat Not Later Than 2:00 P.m. On The Date Of Opening Of Bids. Bid Form/s Shall Be Paid Directly To The City Treasurer’s Office. Payment Of Bid Form/s Is Non-refundable. All Other Matters Not Specified Herein Shall Be Governed By Pertinent Provisions Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. Government Reserves The Right To Reject Any Or All Bids Waive Minor Defect Contained Herein; And Accept The Offer Most Advantageous To The Government
Closing Date28 Jan 2025
Tender AmountPHP 19.9 Million (USD 341 K)
4801-4810 of 6222 archived Tenders