Building Tenders
Building Tenders
Offizielle Bezeichnung Tender
Others
Germany
Description: Contract notice – General guideline, standard rule, open procedure (construction work) Veste Otzberg – heating systems and central water heating systems, standard buildings, heating systems and central water heating systems (DIN 18 380); Veste Otzberg – heating systems and central water heating ... Moreveste Otzberg – heating systems and central water heating systems, standard buildings, heating systems and central water heating systems (DIN 18 380); Veste Otzberg - Heating systems and central water heating systems Standard buildings 1. Heating and central water heating systems according to DIN 18 380 1 piece of central operating technology Approx. 32 pieces of radiators Approx. 12 m2 of underfloor heating Approx. 190 linear metres of pipes made of carbon steel D 15-35 Approx. 110 linear metres of pipes made of metal composite pipes D 16-25 2. Air conditioning systems according to DIN 18 379 1 piece of kitchen exhaust fan, 2,600 m3/h 1 piece of radial pipe fan, up to 300 m3/h 3 pieces of single-pipe single-room fans, up to 60 m3/h 1 piece of exhaust air tower for outdoor installation 1 piece of kitchen intake hood Approx. 18 m2 of ventilation ducts Approx. 32 linear metres of ventilation pipes Dn 80-355 Approx. 3 pieces Sewer/air pipe fittings Approx. 2 air outlets 3. Gas, water and waste water installation systems in accordance with DIN 18 381 Approx. 85 linear metres of waste water pipes made of plastic Dn 50-110 Approx. 140 linear metres of drinking water pipes made of metal composite pipe D 15-32 Approx. 24 pieces of furnishings and accessories Approx. 23 pieces of assembly elements for lightweight walls
Closing Date28 Mar 2025
Tender AmountRefer Documents
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender
Civil And Construction...+1Building Construction
Philippines
Description: Itb And Bid Docs For Cid No. 25co0065: Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building, Barangay San , Construction Projects ,department Of Public Works And Highways (bataan 3rd Deo) - Bagac, Bataan
Closing Date17 Mar 2025
Tender AmountPHP 24.7 Million (USD 426.6 K)
Ilocos Norte Tender
Civil And Construction...+1Construction Material
Philippines
Description: Procurement Of Construction Materials For The Improvement Of Farmers Multi-purpose Building At Brgy. Nagrebcan, Badoc, Ilocos Norte , Construction Materials And Supplies ,municipality Of Badoc, Ilocos Norte
Closing Soon4 Mar 2025
Tender AmountPHP 648.1 K (USD 11.1 K)
Iscar Municipality Tender
Others
Bulgaria
Description: "Provision of Consulting Services for Project Management: "Implementation of Energy Efficiency Measures in an Administrative Municipal Building for the Needs of the Municipal Administration - Address Xv-1041, Square 68, Iskar Town, Iskar Municipality" For 2 Separate Positions
Closing Date19 Mar 2025
Tender AmountBGN 8.5 K (USD 4.5 K)
City Of Bais Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid To Facilitate Operation Within Both Motorpool And Construction Environments, City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 121-25 Php 385,000.00 1 3 Unit One-bagger Mixer 2 1 Unit Air Compressor, 220v 3ø 3 1 Unit Welding Generator, 150-300 Amp The Approved Budget For The Contract Is To Be Taken From Other Machinery And Equipment (1-07-05-990). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Soon4 Mar 2025
Tender AmountPHP 385 K (USD 6.6 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Description: 25cg0087 - Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road With Slope Protection , Construction Projects ,department Of Public Works And Highways - Pampanga 1st Deo
Closing Date18 Mar 2025
Tender AmountPHP 99 Million (USD 1.7 Million)
CAMARINES NORTE WATER DISTRICT Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Engagement Of An Iso Technical Consultant In Preparation For The Iso 9001:2015 Quality Management System Surveillance Audit For Camarines Norte Water District (cnwd) I. Introduction The Iso Quality Management System (qms) Certification, Specifically Iso 9001:2015, Is Essential For Water Districts As It Enhances Service Quality, Streamlines Processes, And Ensures Compliance With Legal And Regulatory Requirements. In The Water Industry, Iso Certification Fosters A Culture Of Continuous Improvement, Encouraging Water Utilities To Regularly Assess And Enhance Their Processes And Services, Particularly Since Water Is A Fundamental Necessity For Humans. Camarines Norte Water District (cnwd) Is Dedicated To Demonstrating Reliability And Providing High-quality Service To Build The Trust And Confidence Of Its Consumers. As Part Of This Commitment, Cnwd Has Pursued Iso Certification For Its Qms. Since 2018, Cnwd Has Complied With Iso Standards And Undergone Annual Follow-up Audits To Maintain The Implementation Of These Standards. Following Its Successful Second Recertification Audit Last Year, Cnwd Is Preparing For Its First Surveillance Audit, Which Will Be Conducted By An International Certifying Body. To Ensure Continued Compliance, Cnwd Seeks A Consultant To Provide Accurate Guidance, Identify Potential Risks, And Promote A Proactive Approach To Compliance And Certification. Ii. Objective The Camarines Norte Water District (cnwd) Will Hire An Iso Consultant To Assist Cnwd Management In Maintaining The Quality Management System Aligned With The Iso Standards. Iii. Project Site The Project Site Will Be At Camarines Norte Water District’s Office In Vinzons Avenue, Barangay Lag-on, Daet, Camarines Norte. Iv. Documents And Eligibility Requirements The Consultant Must Provide The Cnwd A Copy Of His/her Professional License And Curriculum Vitae (sec. 54.7 And Annex “h” Documentary Requirements For Alternative Methods Of Procurement Updated Irr Of Ra 9184 Government Procurement Act).an Original Copy Of His/her Professional License Should Be Shown. V. Scope Of Work The Consultant Is Expected To Provide The Following Services: 1. Provision Of Iso 9001:2015 Quality Management System Standards; 2. Documentation And Review Of Iso Manual And Procedures In Accordance With The Iso 9001:2015 Standard; 3. Conduct Internal Audits Of All Departments/divisions; 4. Prepare Management Review; And 5. Qms Pre And Post-audit Assistance. Vi. Contract Period The Contract Period Or Term For The Service Described In This Term Of Reference (tor) Shall Be 100 Days From The Signing Of The Contract. Vii. Responsibilities Of Consultant The Consultant Shall Have The Following Responsibilities: 1. Responsible In The Preparation Of All Necessary Documents Related To External Audit; 2. Update And Revise Documents Of All Manuals And Ensure That Updates And Revisions Are Properly Documented Alongside With Appropriate Dissemination Of The Changes Among The Staff, Concerned Departments And The Management Or Draft Revision As May Be Requested By The District. 3. Gather All Data Relevant To The Collection And Analysis Of Records; 4. Present Data Analysis Report To The Management And Provide Necessary Recommendations Aligned To The Issuance Of The Iso Certificate; 5. Provide Top Management The Interpretation Of All The Evaluation Conducted; 6. Assist The District In Ensuring That Management Responsibilities Are Carried Out In Accordance With Iso Standard; 7. Prepare Qms Documents And Reports To Be Discussed In Management Meetings And Draft The Minutes Of Such Meetings For Review And Signature Of The Top Management; 8. Provide Advice To The District In Carrying Out Management Review, Contract Review And Documents Review; And Draft The Reports For Management’s Approval; 9. Provide Advice And Assistance To The Management And Ensure Effective Performance Of Its Functions; 10. Provide Report On The Attainment Of The Quality Objective By Each Division/unit; 11. Ensure That Qms Document Control Procedures/measures Are Properly Observed And Implemented; 12. Assist The District In Planning, Scheduling, Coordinating And Conducting Internal Audits; 13. Provide Advice And Recommendations To The District In Dealing With Any Non- Conformity Or Observations That May Be Identified By Internal And External Auditors; 14. Ensure That Corrective Actions Are Taken To Address Non-conformities And Causes Of Potential Problems; 15. Must Be Available For The Offsite Consultancy Thru Electronic Mails. Viii. Responsibilities Of The Cnwd The Cnwd Shall Have The Following Responsibilities: A. Provide For The Venue For The Conduct Of The Necessary Meetings And Workshops; B. In-charge For The Reproduction Of The Required Documents; C. Provide Administrative Support To All Activities Related To Iso Surveillance Audit; D. Ensure The Full Support And Cooperation Of The Board Of Directors, Management And Employees In All Stages Of The Undertaking. Ix. Selection Criteria Evaluation Shall Be Based On The Quality-cost Based Evaluation Procedure Wherein The Technical Proposal Together With The Financial Proposal Shall Be Considered. The Criteria And Rating System For The Selection Of The Winning Consultant Are As Follows: Evaluation Criteria Weight Technical Proposal 70% Financial Proposal 30% Total 100% The Technical Proposal Shall Have The Following Sub-criteria: Evaluation Criteria Weight 1. Qualification Of The Consultant 20% 2. Experience Of The Consultant 30% 3. Approach And Methodology 20% Total 70% 1. Qualification Of The Consultant (20%) A. Number Of Years Of Consulting Experience (iso 9001) Equivalent Points 9 Years And Above 20 7-8 Years 15 5-6 Years 10 3-4 Years 5 2. Experience Of The Consultant (30%) A. Number Of Completed Projects Certified To Iso (9001) Equivalent Points For Water Utilities 11 And Above Completed Projects 30 9-10 Completed Projects 25 7-8 Completed Projects 20 5-6 Completed Projects 15 3-4 Completed Projects 10 3. Approach And Methodology (20%) A. Clarity Of Proposed Methods And Approaches To Be Used, Their Feasibility, Soundness And Innovativeness 10 B. Comprehensiveness 10 • Completeness Of Activities • Logical Sequence Of Activities • Appropriate Timing Of The Activities • Flexible Enough, Can Be Modified Easily, If Necessary The Financial Proposal Shall Be Computed As Follows: 1. The Lowest Financial Proposal Shall Receive The Maximum Score Of 30% 2. The Scores Of The Other Financial Proposal Shall Be Computed Using Formula Financial Score = Lowest Financial/financial Proposal Of The Proponent X 100 X 30% X. Approved Budget For The Contract The Approved Budget For The Contract Is One Hundred Sixty Thousand Pesos (p160,000.00) And Shall Be Deemed To Include The Cost Of All Taxes, Duties, Fees, Levies And Other Charges Imposed Under Applicable Law. Xi. Schedule Of Payments The Technical Consultant Shall Be Paid According To The Following Breakdown, Upon Agreement By Both Parties And To Be Stipulated In The Contract. 15% Upon Signing Of The Contract And Submission Of The List Of Documents Needed For The Surveillance Audit 45%upon Completion Of The Following: A. Gathering And Completion Of Data And Pertinent Documents For Revision Of Quality Manual (if Any). B. Necessary Revision Of The Procedures, Work Instructions And Departmental Forms And Submission Of The Soft Copy To The Top Management; C. Evaluation Of The Context Of The Organization. D. Evaluation Of The Risk Register. E. Evaluation Of The Effectiveness Of Qms. F. Training On Internal Quality Audit; 40% Upon Completion Of The 2nd Step Prior To Surveillance: 1. Internal Audit 2. Internal Audit Result 3. Management Review; 4. Readiness Of The District For Surveillance Audit 5. Successful Completion Of Surveillance Audit (external Audit) Including The Rectification Of Non-conformity Findings, If Any. Transportation And Accommodation Shall Be At The Expense Of The Consultant. Xii. Selection Process The Procurement Of The Consulting Services Shall Be Based On Applicable Government Laws, Rules And Procedures.
Closing Soon3 Mar 2025
Tender AmountPHP 150 K (USD 2.5 K)
Province Of Siquijor Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Siquijor Bids & Awards Committee Capitol Building, Siquijor, Siquijor Business Name:_____________________________ Ad. No.: 100-02-2025 Address:___________________________________ Date: February 24,2025 Philgeps Registration Number:_________________________ Personal Canvass (request For Quotation) Quote Your Price And Name Of Each Items As Indicated Below. Partial Bids Are Not Accepted. Bidders Are Responsible For The Timely Return Of Their Quotation. All Quotations Must Be Received Not Later Than The Date And Time Stated Below. Closing Date: March 03,2025 Closing Time: 1:30 Pm Item Qty. Unit Description Unit Price Total No. 1 50 Persons (am Snack/lunch & Pm Snack) Batch 1.(40 Participants+10 Facilitator/speaker) Inclusive Date: March 06-07,2025 2 50 Persons (am Snack/lunch & Pm Snack) Batch 2. (40 Participants+10 Facilitator/speaker) Inclusive Date: March 10-11,2025 Menu: Lunch-crab N Corn Soup,beef Tapa,chix Finger, Pork Stir Fry, Rice, Softdrinks, Dessert Am Snack- Sandwich W/ Peanut Butter, Pineapple Juice Pm Snack- Blueberry Cheese Cake, Ham And Cheese Sandwich, Coffee And Tea X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x Purpose: The Training Of Basic Life Support (bls) And Cardiopulmonary Resuscitation (cpr), We Will Be Able To Strengthen The Capability Of The Health Personnel Of Integrated Provincial Health Office In Dealing With Health Emergency/disaster And Everyone Is Expected To Engage In Various Levels Of Readiness,response,rehabilitation, And Mitigation, For The Use Of Ipho-siquijor, Caipilan, Siquijor, Siquijor. I Hereby Certify That The Above Articles Is Carried In Stock In Quality Above Stated Those Marked "none". Atty. Frances Urmyne P. Imbong Bac Chairman/provincial Legal Officer Jcb Date: Time: _______________________________ (firm Manager Or Representative) Signature Over Printed Name
Closing Soon3 Mar 2025
Tender AmountPHP 100 K (USD 1.7 K)
Province Of Siquijor Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Siquijor Bids & Awards Committee Capitol Building, Siquijor, Siquijor Business Name:_____________________________ Ad. No.: 090-02-2025 Address:___________________________________ Date: February 19,2025 Philgeps Registration Number:_________________________ Personal Canvass (request For Quotation) Quote Your Price And Name Of Each Items As Indicated Below. Partial Bids Are Not Accepted. Bidders Are Responsible For The Timely Return Of Their Quotation. All Quotations Must Be Received Not Later Than The Date And Time Stated Below. Closing Date: March 03,2025 Closing Time: 1:30 Pm Item Qty. Unit Description Unit Price Total No. 1 23 Gallons Ultrasound Gel 1 Gallon 2 2 Boxes Ultrasound Thermal Paper,glossy Type(high) Glossy,110mm X 18m), 10's/box 3 40 Gals Isopropyl Alcohol, 70%, Gal, 3.5 Ltrs 4 20 Pcs Lubricating Jelly, 80 Grms X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x Purpose: For The Use Of Siquijor Provincial Hospital, Siquijor, Siquijor. I Hereby Certify That The Above Articles Is Carried In Stock In Quality Above Stated Those Marked "none". Atty. Frances Urmyne P. Imbong Bac Chairman/provincial Legal Officer Jcb Date: Time: _______________________________ (firm Manager Or Representative) Signature Over Printed Name
Closing Soon3 Mar 2025
Tender AmountPHP 70.4 K (USD 1.2 K)
Municipality Of Compostela, Compostela Valley Tender
Agriculture or Forestry Works
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Compostela Bids And Awards Committee Cp#: 0909-279-9827 Invitation To Bid For Purchase Of Fertilizer For Subsidy To Corn, Rice And Vegetables Farmers 1. The Municipality Of Compostela, Through The High Value Crop Development Program, Corn Production Program And Rice Production Program Cy 2025 Intends To Apply The Sum Of Three Million Three Hundred Seventy-one Thousand Four Hundred Pesos Only (p3,371,400.00) Being The Abc To Payments Under The Contract Purchase Of Fertilizer For Subsidy To Corn, Rice And Vegetables Farmers With Project Identification No. 2025-052. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Compostela Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required 10 Working Days Upon Receipt Of Purchase Order. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Compostela And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 5:00 P.m Office Hour. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 To March 17, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Municipality Of Compostela Will Hold A Pre-bid Conference On March 06, 2025 At 1:30 P.m. At Office Of The Bac, 2nd Floor, Municipal Hall Building, Dagohoy St., Purok 2, Poblacion, Compostela, Davao De Oro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 18, 2025 At 1:00 P.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 18, 2025 At 1:30 P.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Compostela Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Edwardford N. Dagatan Bac Office 2nd Floor, Municipal Hall Building, Dagohoy St., Purok 2, Poblacion, Compostela, Davao De Oro Cp#: 0909-279-9827 Email Add: Compobacsec@gmail.com 12. You May Visit Www.philgeps.gov.ph And Search For Municipality Of Compostela For Downloading Of Bidding Documents. February 25, 2025 Lucelia L. Paqueo Bac Chairperson
Closing Date17 Mar 2025
Tender AmountPHP 3.3 Million (USD 58.1 K)
9981-9990 of 10000 active Tenders