Advertisement Tenders

Advertisement Tenders

BARANGAY IGCAGAY LIBERTAD, ANTIQUE Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Details: Description Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Antique San Jose De Buenavista Office Of The Bids And Awards Committee Invitation To Bid For Financial Assistance To Barangays For The Installation Of Solar Photovoltaic System For Barangay Owned Building (brgy. Igcagay,libertad, Antique) Ib No. Infra-2025-001 1. The Barangay Igcagay,libertad, Antique Through The Supplemental Budget No. 1-fy 2025 To Apply The Sum Of Nine Hundred Seventy Two Thousand One Hundred Eighty Five Pesos And Twenty Four Centavos (972, 185.24) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Financial Assistance To Barangays For The Installation Of Solar Photovoltaic System For Barangay Owned Building (brgy. Igcagay,libertad, Antique). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Igcagay,libertad, Antique Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Fourteen (14) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project, Within Five (5) Years From The Date Of Submission And Receipt Of Bids. 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 Barangay Igcagay, Libertad, Antique And Inspect The Bidding Documents At The Address Given Below From 8: 00 A.m.-5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025. From Given Address And Website/s Below, In The Amount Of Php 1, 000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 2: 00 P.m. January 30, 2025. 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 16. 8. Bid Opening Shall Be On 2:00 P.m. January 30, 2025 At The Given Address Below Brgy. Hall, Brgy. Igcagay,libertad, Antique. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity And/or Through Videoconferencing/webcasting Via Google Meet Video Call Link: Https://meet.google.com/gci-ybgi-mqw 9. The Province Of Antique 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. 10. Only The Bona Fide Representative Of The Prospective Bidder Shall Be Allowed To Purchase And Drop The Bidding Documents Duly Supported By Spa For Single Proprietorship And Secretary’s Certificate For Corporation. 11. Attached Brochure If Applicable. 12. Break Down All Materials Needed In The Items Of Work (detailed Estimate). 13. For Further Information, Please Refer To: Mannie S. Dujali Bac-chairman Barangay Igcagay,libertad, Antique 14. You May Visit The Following Websites: Mark Dexter A. Artucilla Punong Barangay
Closing Date13 Feb 2025
Tender AmountPHP 972.1 K (USD 16.7 K)

City Of Cape Town Tender

Electrical and Electronics...+1Solar Installation and Products
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500565 Title Gsat Solar Description 10 Each X Gsat Solar 10 Each X Gsat Animal Ear Tag 10 Each X A-animal Bundle 12 (3y) 10 Each X Gs Once Off Activation 10 Each X 3y - Gsat Track 1 Each X Delivery 10 Each X Gsat Modular Mountain Clip Specification* Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Supply And Deliver: Nb: Vendor Must Provide Samples/photos Supply And Deliver: Specifications Code Gsats-01_gsat Solar X 10 Vendor Must Have A Valid Bst Testing (shenzhen) Co,ltd. Certificate And The Product Must Have A Globalstar Gold Certified Product Certification. Movements Can Be Tracked And Monitored On The Gsat Track Dashboard With Geofencing And Journey Visualisation And Alerts Able To Be Set. Size Guide: Gsat Tags Height Width Thickness Gsat Rancher 57mm 31mm 17mm Weight 30g * Supply And Deliver: Nb: Vendor Must Provide Samples/photos Supply And Deliver: Specifications Code Gsatet-01_gsat Animal Ear Tag X10 Tethers Are Clear Uv Resistant Aliphatic Tpu, Images Show Blue For Illustration Only. * Supply And Deliver: Nb: Vendor Must Provide Samples/photos Supply And Deliver: Specifications Code Apsp12a_a ? Animal Bundle 12 (3y) X10 * Supply And Deliver: Nb: Vendor Must Provide Samples/photos Supply And Deliver: Specifications Code Gsoa_gs Once Off Activation X10 * Supply And Deliver: Nb: Vendor Must Provide Samples/photos Supply And Deliver: Specifications Code Gsatt3y_3y ? Gsat Track X10 * Deliver Address: 8 Boundary Road, Gordon?s Bay Contact Person: Elana Kellerman ? 081 282 4998 / Mario Sylvester ? 021 444 6927) * Supply And Deliver: Nb: Vendor Must Provide Samples/photos Supply And Deliver: Specifications Code Gsatmodc-01_gsat Modularmountaing Clip X10 Delivery Date2025/02/28 Delivery Tocs - Open Space & Nature Conservation Cson Delivery Address0000 Cson, Cape Town Contact Personelana Kellerman Telephone Number0214446927 Cell Number Closing Date2025/02/12 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date12 Feb 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Electronics Equipment...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500412 Title Rode Videomic Go Ii Ultracompact Analog/ Description 1 Activity Unit X Rode Videomic Go Ii Ultracompact Analog/ 1 Activity Unit X Dji Mic 2 2-person Compact Digital Wirel 1 Activity Unit X Dji Rs 4 Gimbal Stabilizer Specification* Refer To Gk12500412 Rode Videomic Go Ii Ultracompact Analog/usb Camera-mount Shotgun Microphone - Marketing Section Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description ? For Cameras, Mobile Devices <(>&<)> Computers Plug-in Power Or Usb Power 3.5mm Trs Output To Camera Or Headphones Usb Type-c Digital Audio Output Windscreen Reduces Wind Noise Includes Shoe/pole Shockmount A/d Conversion 24-bit Sample Rate 48 Khz Operating System Support Android, Windows, Ios, Macos/os X Delivery Address 12 Oude Molen Road , Ndabeni * Dji Mic 2 2-person Compact Digital Wireless Microphone System/recorder For Camera And Smartphone (2.4 Ghz) Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description ? 2.4 Ghz 14-hour Internal Recording 32-bit Float Internal Recording Intelligent Noise Cancelling 250m (820 Ft.) Range 18-hour Battery Charging Case Delivery Address 12 Oude Molen Road , Ndabeni * Dji Rs 4 Gimbal Stabilizer Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description ? 3kg Payload Capacity 2nd-gen Native Vertical Shooting Extended Tilt Axis Joystick Mode Switch Zoom/gimbal Control Automated Axis Locks Arca-swiss Quick-release Plate 3000 Mah Battery Bluetooth 5.1 Delivery Address 12 Oude Molen Road , Ndabeni Important Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Valuation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/04/30 Delivery Tosupport Services Suse Delivery Address12 Oude Molen Road, Ndabeni Contact Personmatthew Granger Telephone Number0214006048 Cell Number Closing Date2025/02/21 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Publishing and Printing
South Africa
Details: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gf12500435 Title Pre-printed Stationery Description 500 Each X Book;occ;saps 10;a4 Prt G.p.-s. 002-0216 Specification* Book - Type: Occurrence; Size: A4 Portrait; Reference: Saps 10; Colour: Medium Beige; Dimensions: Length 297mm,width 210mm; Packaging: 150 Pages Per Book Each Sequentially Numbered In Black Print From Page 1 To Page 150; Notice: Collect Specimen From Store And Submit Proof For Approval Prior To Commencement Of Printing; Application Summary: Each Page Both Sides Black Feint Ruled With 30 Lines Of 8mm Spacing Between Each Line, Each Page To Have A 12mm Vertical Margin On The Left Hand Side And 5mm Vertical Margin On The Right Hand Side. Standard Density 80gsm White Paper; Specifications: Each Page To Display Book Ref. No. (saps/sapd 10) At The Top Right Hand Corner Of Each Page And The Words Dag En Datum/day Of Week And Date Followed By A Dotted Line At The Top Epicentre Of Each Page. The Body Of Each Page On Both Sides Shall Contain A Rectangular Block Of 178mm In Length And 20mm In Width Which Shall Be Further Subdivided - From The Left Hand Side - By Two Vertical Margins, The First Of Which Shall Be 20mm Wide And Contain The Wording In A Single Header: Volgnommer/serial No. And The Second Of Which Shall Be 20mm Wide And Contain The Wording In A Single Header: Tyd/time. The Third Block Shall Be 140mm Wide And Contain The Wording In A Single Header: Aard Van Voorval/nature Of Occurrence. Front And Rear Covers Of The Book Shall Be Kraft Heavy Duty Cardboard Of Not Less Than 1.5mm And Not More Than 2mm; Guideline: Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". With Reference G.p.-s. 002-0216 Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/04 Delivery Tometro Police Head Quarters Materials Store / Ph: 427 5091 Delivery Address7 Martin Hammerschlagg Road, Cape Town Contact Personkim Mussell Telephone Number0214275089 Cell Number Closing Date2025/02/20 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgf1.quotations@capetown.gov.za Buyer Detailsf.shaik Buyer Phone0214006761 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Slope Protection Of Balangiga-guinmaayohan Prov’l Road, Balangiga, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Pgo-a.o. #37, S. 2024 Intends To Apply The Sum Of Three Million Pesos Only (php3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-091 Construction Of Slope Protection Of Balangiga-guinmaayohan Prov’l Road, Balangiga, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/signboard (1.00 Each), Item No. B.7(1) – Construction Safety And Health (3.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 103(1) – Structure Excavation (172.25 Cu.m.), Item No. 404(1)a – Reinforcing Steel, Grade 40 (1,874.00 Kgs), Item No. 405(1)a3 – Structural Concrete (110.00 Cu.m.), Item No. 506(1) – Stone Masonry (240.00 Cu.m.), Completion Of The Works Is Required Within 90 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 05, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 21, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date21 Feb 2025
Tender AmountPHP 3 Million (USD 51.8 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Drainage Canal Brgy. 03, Dolores, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Pesos Only (php2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-107 Construction Of Drainage Canal, Brgy. 03, Dolores, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (1.83 Month),item No. B.8(2) – Traffic Management (1.00 L.s.), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 101(1)d – Removal Of Concrete Drainage Structures (54.02 Cu.m.), Item No. 103(1)a – Structure Excavation (common Soil) (66.97 Cu.m.), Item No. 103(3) – Foundation Fill (14.16 Cu.m.), Item No. 405(1)a1 – Structural Concrete Class A (minor Structures) (63.75 Cu.m.), Item No. 404(1)a – Reinforcing Steel Bar, Grade 40 (minor Structure) (8,194.89 Kgs), Completion Of The Works Is Required Within 55 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date24 Feb 2025
Tender AmountPHP 2 Million (USD 34.5 K)

Department Of Education Division Of Camarines Sur Tender

Others
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-06 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost Supply And Delivery Of Pasteurized Cows Milk For 2nd, 3rd And 5th Congressional District 200 Ml For 4 Feeding Days 1 Gainza Bottle 1788 21 37,548.00 2 Milaor Bottle 4312 21 90,552.00 3 Minalabac 1 Bottle 4336 21 91,056.00 4 Minalabac 2 Bottle 4040 21 84,840.00 5 Pamplona Bottle 5336 21 112,056.00 6 San Fernando Bottle 6600 21 138,600.00 7 Bombon Bottle 3208 21 67,368.00 8 Calabanga East Bottle 6168 21 129,528.00 9 Calabanga West Bottle 6016 21 126,336.00 10 Camaligan Bottle 3760 21 78,960.00 11 Canaman Bottle 5024 21 105,504.00 12 Magarao Bottle 4832 21 101,472.00 13 Ocampo Bottle 9344 21 196,224.00 14 Pili East Bottle 9460 21 198,660.00 15 Pili West Bottle 7332 21 153,972.00 16 Baao Bottle 11628 21 244,188.00 17 Bula 1 Bottle 6392 21 134,232.00 18 Bula 2 Bottle 4872 21 102,312.00 19 Bula 3 Bottle 3360 21 70,560.00 Plain And Flavored Serving Size - Individually Packed Into 200ml Food Grade Plastic Bottle For The Number Of Feeding Days. Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By National Dairy Authority If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule Twice Weekly Per Drop-off Point Based On The Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending On The Schedule Given By The End User For Every District, Ex. 500ml On Monday, 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop Off Point For Sensory Testing. Payment Schedule Payment Shall Be After The Completion And Acceptance Of The Deliveries Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period Based On Scheduled Delivery Matrix (4 Days Excluding Saturday, Sundays & Holidays) Delivery Starts After Consumption Of 14 Days Or 7 Weeks Of 500ml Total 2,263,968.00 Approved Budget For The Contract: 2,263,968.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photo Copies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 9:00 A.m. Delivery Date: Delivery Shall Be Based On Scheduled Delivery Matrix The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppliers Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Closing Date20 Jan 2025
Tender AmountPHP 2.2 Million (USD 38.6 K)

Ministry Of Public Works BARMM Tender

Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 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 Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 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 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 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 Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1.7 Million (USD 29.4 K)

Ministry Of Public Works BARMM Tender

Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 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 Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 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 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 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 Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.3 K)

Ministry Of Public Works BARMM Tender

Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 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 Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 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 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 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 Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 2.1 Million (USD 36.5 K)
7611-7620 of 8144 archived Tenders