Car Tenders
Car Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 19.5 Million (USD 334.2 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 19,599,999.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0035 – Organizational Outcome 1: Ensure Safe And Reliable National Road System, Network Development Program - Construction Of Missing Links/new Roads, Sagada - Besao - Quirino (via Laylaya) Road, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 147 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 – January 28, 2025 9:30 Am 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 16, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.5 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 3,959,999.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0055 - Basic Infrastructure Program (bip)- Bip- Multi-purpose Buildings/facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, Barangay Maba-ay, Bauko, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am 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 Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
DEPT OF THE AIR FORCE USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. 1. The Solicitation Number Is F3g5ga4345a001. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-1, Dated 12 November 2024. 3. This Rfq Is To Be Solicited As A Total Small Business Set Aside. The Associated North American Industry Classification System (naics) Code 314110 With A Small Business Size Standard Of 1,500 Employees. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). See Attachment 1 For The Contract Line Item Number (clin) Structure. 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachments 1 And 2 For Specifications, Descriptions, And Additional Information. a. Delivery Date: 120 Days b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023) requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. **the Site Visit For This Requirement Is Mandatory For All Vendors Submitting Quotes** site Visit. The Site Visit Will Be Held At Nellis Afb, Nv On Friday, 3 January 2025, At 8:00 Am Pdt. Please Rsvp No Later Than Thursday, 2 January 2025, At 12:00 Pm Pdt. Send An Rsvp Email Sra Donald Rhee At Donald.rhee@us.af.mil And Ssgt Chase Brandt At Chase.brandt@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 7:00 Am Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Identification, Proof Of Insurance And Car Registration]. questions And Answers. All Questions Must Be Submitted Via Email To Sra Donald Rhee At Donald.rhee@us.af.mil. The Deadline For Submitting Questions Is Wednesday, 8 January 2025, At 12:00 Pm Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Thursday, 9 January 2025, At 4:00 Pm Pdt. quote Due Date. Quotes Are Due On Monday, 13 January 2025, At 10:00 Am Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Donald Rhee At Donald.rhee@us.af.mil. (end Of Provision) far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated. technical Acceptable/unacceptable Ratings--- acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments. unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments. (end Of Provision) far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/ (end Of Clause) provisions And Clauses Incorporated By Reference far 52.204-7 System For Award Management (oct 2018) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023) far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (may 2024) far 52.219-1 - Small Business Program Representations (feb 2024) far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.247-7023 Transportation Of Supplies By Sea (jan 2023) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments attachment 1 – Items List (updated) attachment 2 – Floor Plan (updated) attachment 3 - Statement Of Work
DEPARTMENT OF EDUCATION DIVISION OF ABRA Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 7.5 Million (USD 129.5 K)
Details: Description Republic Of The Philippines Department Of Education Cordillera Administrative Region Schools Division Office Of Abra Invitation To Bid For The Cy 2024 Quick Response Fund (qrf) Repair Of Classrooms Batch 1 (lot 4) - 2nd Posting Bid Reference Number/project Id: Car-abra-2025-01-001 1.the Department Of Education-schools Division Office Of Abra (deped-sdo Abra) Through The Cy 2024 Quick Response Fund (qrf) Intends To Apply The Following Sum Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot: Lot No. Recipient School And Municipality Contract Duration Total Project Allocation Total Allocation Per Lot 4 Abra High School, Bangued 90 2,013,234.97 ₱ 7,597,113.07 Bangued West Central School, Bangued 2,924,888.53 Velasco Elementary School, Tayum 2,658,989.57 Total Abc: ₱ 7,597,113.07 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2.the Deped-sdo Abra Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required For The Three (3) Recipient Schools Under The One (1) Lot. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4.interested Bidders May Obtain Further Information From Department Of Education, Schools Division Office Of Abra, Actividad Economia St., Zone 2, Bangued, Abra And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm (monday-friday). 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount For Each Lot: Lot No. Abc Per Lot Payment For Pbd 4 ₱ 7,597,113.07 10,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person Or Through Electronic Means. 6.the Department Of Education – Schools Division Office Of Abra Will Hold A Pre-bid Conference On January 15, 2025, 10 O’clock In The Morning At Deped-schools Division Of Abra, 3rd Floor Conference Hall Which Shall Be Open To Prospective Bidders. The Conference Will Be Conducted Via Face To Face And Video Conference Through Google Meet. To Join The Video Meeting, Click This Link: Https://meet.google.com/swr-szrh-dzu, Otherwise, To Join By Phone, Dial +1 740-561-3767 And Enter This Pin: 853 301 527#, This Will Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Any Of The Following: (i)manual Submission At The Office Address As Indicated Below, (ii)online Or Electronic Submission As Indicated Below, Or (iii)both, On Or Before January 27, 2025, 9:30 In The Morning. 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 15. 9.bid Opening Shall Be On January 27, 2025, 10 O’clock In The Morning At Deped Sdo-abra, 3rd Floor Conference Hall, Bangued, Abra And/or Via Google Meet. Bidders' Representatives Who Wish To Participate May Attend In Person Or Join Online Through The Provided Video Conference Link. 10.the Deped-sdo Abra Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Micheella B. Alcantara Department Of Education-schools Division Office Of Abra Actividad-economia Sts., Zone 2 (consiliman), Bangued, Abra Email Address: Depedabrabac@gmail.com Number: 09764057247 January 8, 2025 Christopher C. Benigno Phd, Edd, Ceso Vi Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 24.4 Million (USD 422.1 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 24,499,999.40 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0061 - Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation/ Application Of Road Safety Facilities (roadway Lighting) Along Mt Province - N Vizcaya Rd - Ko383+954 - Ko386+255. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 10, 2025 9:30 Am 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 28, 2025 2:00 Pm At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 10, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Department Of Environment And Natural Resources - DENR Tender
Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 82.9 K (USD 1.4 K)
Details: Description 1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php. 82,950.00 Being The Approved Budget For The Contract (abc) To Payments Under The “procurement Of Office Supplies” For Which This Request For Quotation Is Issued. 2. The Department Of Environment And Natural Resources Herein After Referred To As “the Purchaser” Now Request You To Submit Price Quotation For The “procurement Of Office Supplies” Of The Following: Item No. Description Quantity Unit 1 Glue (small) 10 Pcs. 2 Bond Paper (a4) 30 Reams 3 Bond Paper (legal) 30 Reams 4 Car File Box W/ Top Cover 30 Pcs. 5 Laminating Film (a4) 2 Packs 6 Record Book (300 Pages) 25 Pcs. 7 Expanded Folder (green, Long) 100 Pcs. 8 Brown Envelope (long) 100 Pcs. 9 Sticker Paper (matte, A4) 10 Packs 10 Energel Sign Pen (0.7 Black) 5 Boxes 11 Ballpen Retractable (black) 5 Boxes 12 Pilot G-tec C5 (black) 5 Boxes 13 Pilot G-tec C3 (black) 5 Boxes 14 Stapler W/ Staple Wire Remover 10 Pcs. 15 Transparent Tape 1” 10 Rolls 16 White Board Marker (black) 5 Boxes 17 Sticky Note Pad (3x3, Assorted Colors) 10 Packs 18 Sign Here 10 Packs 19 Isopropyl Alcohol 500ml 30 Bottles 20 Toilet Tissue (12 Rolls/pack) 10 Packs 21 Correction Tape 3 Boxes 22 Scissors Heavy Duty 5 Pcs. 23 Staple Wire No. 35 10 Boxes 24 Mini Dater S-300 2 Pcs. 25 Disinfectant Spray (500ml) 20 Bottles For Official Use Of Pambcs Staff. 3. A Set Of Technical Specifications For The Above Items Are Provided In Attachment 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 5. It Is The Intent Of The Purchaser To Evaluate The Bid/ Quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/ Quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchaser’s Technical Specifications. Or It Is The Intent Of The Purchaser To Evaluate The Bid/quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchasers’ Technical Specifications. 6. Quotations Must Be Delivered At The Address Above Within Seven (7) Days. 7. Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 8. All Bids / Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “procurement Of Office Supplies”. 9. Bids/ Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 10. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Notice To Proceed (ntp) Or The Purchase Order (po). The Supplier Should Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Delivery Site: Department Of Environment And Natural Resources Region Iii, Diosdado Macapagal Regional Government Center Brgy. Maimpis, City Of San Fernando, Pampanga 12. The Applicable Rate For Late Deliveries Is One Tenth (1 / 10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/ Defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 14. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specifications C) Proof Of Philgeps Registration (sgd.) Laudemir S. Salac Rbac Chairman
Metropolis of Lyon DGEEP Tender
Civil And Construction...+3Bridge Construction, Consultancy Services, Civil And Architectural Services
France
Closing Date24 Jan 2025
Tender AmountEUR 1.2 Million (USD 1.2 Million)
Details: Title: Neuville-sur-saône : Mission De Maîtrise D'oeuvre Pour La Rénovation Du Pont Bow-string Et La Création D'une Passerelle Modes Actifs Entre Neuville-sur-saône Et Albigny-sur-saône
description: Le Pont Actuel Permet De Relier Les Villes De Neuville Et Albigny, Il A Été Construit En 1931 En Remplacement De L'ouvrage D'origine Datant De 1831 (situé En Amont). Le Pont D'albigny-neuville Est Le Seul Pont De Type Bow-string En Béton Armé De L'agglomération Lyonnaise. Cet Ouvrage D'art Est Composé De Cinq Travées : Les Trois Travées Principales Sont De Type Bow-string Et Les Deux Travées Latérales D'accès Sont Des Ponts-à-poutres Multiples Sous Chaussée. La Travée Centrale A Été Dynamitée En Septembre 1944 Et Reconstruite À L'identique Après La Guerre. La Structure Connait Des Désordres Structurels Évolutifs Sur Des Organes Essentiels (arcs, Suspentes, Tablier, Appareils D'appui, Culées), Avec Un État De Fort Endommagement Dû À Des Réactions Généralisées De Gonflement Interne Du Béton. Les Corbeaux Et Les Poutres De Rives Situées Sous La Partie En Encorbellement Sont Les Points Les Plus Critiques De L'ouvrage. Il A Été Classé En 3 (note Qoa) Lors De La Dernière Idp. L'opération Consiste En La Réparation De L'ouvrage Routier Actuel Et Accolé À Celui-ci À L'amont La Création D'un Ouvrage Dédié Aux Modes Actifs : Piétons Et Cycles. La Réparation De L'ouvrage Existant Et La Création D'une Nouvelle Passerelle Font Partie Intégrante D'un Seul Et Même Projet Qui Vise Dans Un Premier Temps À Rétablir La Pérennité De L'ouvrage Existant Mais A Également Pour Objectif D'équilibrer Les Usages Au Sein De L'espace Public En Promouvant Les Modes Actifs. Cet Ouvrage Doit Permettre La Sécurisation De La Traversée Piétonne Et Cycles. Il Sera Réalisé À L'amont Immédiat Du Pont Actuel Et Devra Dégager Une Largeur Utile De 3,00 Mètres Pour Les Piétons Et De 3,00 Mètres Pour Les Cycles. Toute Proposition De Dimensionnement Inférieur Aux Valeurs Cibles Devra Être Justifiée Et Validée Par Les Instances Techniques Et Politiques Référentes Du Projet. Il Est À Noter Que La Surlargeur Créée Par Cette Nouvelle Passerelle Ne Pourra Être Supérieure À 5 Mètres Au-delà De L'ouvrage Existant. Cette Opération S'inscrit Dans Le Cadre Plus Général Des Différents Projets D'aménagement Du Secteur, Avec Notamment : - La Requalification Des Quais De Neuville (entrée Nord) ; - L'aménagement De La Voie Lyonnaise N° 3 Nord ; - La Piétonnisation De La Section Ouest De La Rue Victor Hugo ; - Le Renouvellement De La Conduite D'eau Potable Traversant L'ouvrage Par Edlg. Le Périmètre Géographique De L'opération Comprend L'ouvrage De Neuville Sur Saône Portant La Route Départementale D16 Et L'emprise De La Future Passerelle Accolée Au Pont. Le Périmètre Englobe Également Les Accès Immédiats À L'ouvrage (murs Des Culées, Intégrations Dans Les Giratoires, Raccordement Au Quai Bas Côté Neuville, Éclairage, Signalisation, Etc.). Ce Projet Devra Obtenir La Validation Des Architectes Des Bâtiments De France Car Le Pont Est Situé Dans Un Périmètre De Monument Historique. Lors Des Études De Faisabilité, Un Diagnostic Patrimonial De L'ouvrage Et Du Val De Saône A Été Mené. Ces Éléments Seront À Prendre En Compte Par La Maîtrise D'oeuvre
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
Details: Amendment 12/17/2024 photos Divided Into (2) Documents Due To Large Size (see Attachments Photos 1 And Photos 2) amendment 12/12/2024 solicitation Due Date Extended (see Attachment) amendment 12/11/2024 answers To Additional Question Received Posted(see Attachment) amendment 12/6/2024 photos (see Attachment) amendment 12/5/2024 answers To Questions Received Posted(see Attachment) ***************************************************************************************************************** the Primary Mission Of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (phnsy
& Imf) Is To Deliver Regional Maintenance, At The Depot And Intermediate Levels, To Keep The Surface
ships And Submarines Of Our Nation's Navy "fit To Fight." As Hawaii’s Regional Maintenance Center,
capabilities Include Excellence In Overhauling, Repairing, Converting, Alteration, Refurbishing, And
decommissioning Of Navy Vessels. phnsy & Imf Requires A Service Contract To Disassemble, Remove, Package And Relocate/stage Two Dc Generators. The Schedule Of The Dismantling And Removal Of The Generators Shall Be Determined By Government Representative And Coordinated With The Contractor. The Desired Result Of These Services Is To Clear Shop Spaces To Allow Phnsy & Imf To Install New Equipment And To Use These Spaces More Effectively.the Contractor Shall Provide One Individual As A Project Manager Who Is Responsible For The Planning, Scheduling, And Managing The Execution Of Work Concerning All Aspects Of This Contract. the Solicitation Is Intended To Result In A Firm-fixed Price 100% Small Business Set-aside Contract. The Potential Award Will Be To The Small Business Evaluated To Be The Most Responsible, That Can Meet Or Exceed The Technical Requirements And Provide The Supplies To The Government At Afair And Reasonable Price. Detailed Specifications Are Included In Solicitation N32253-25-q-0005 Attached To
this Post. the Tentative Period Of Performance (pop) For This Service Is 15-jan-2025 - 14-jul-2025. if You Are Unable To Meet The Period Of Performance Date, Please Submit Soonest Availability With Submission Of Quotation. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 238910 Site Preparation Contractors. The Product Service Code Is P500 Salvage - Demolition Of Structures / Facilities (other Than Buildings). This Acquisition Is A Designated As A Total Small Business Set Aside. please Note The Following: • The Solicitation Number For This Requirement Is N32253-25-q-0005. • Quotes Are Due No Later Than Monday, 12/16/2024 At 2:00 P.m. Hst • Quotes Must Be Sent Via Email To Both The Primary And Secondary Points Of Contact. • All Firms Or Individuals Responding Must Be Registered With The System For Award Management (sam) (https://www.sam.gov) By The Award Date. The Solicitation Document And Incorporated Provisions And Clauses Will Be Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dfars 11/15/2024, And Nmcars 18-22. • Technical Approach: In Order To Evaluate Technical Capability, The Offeroris Required To Submit A Detailed Writtentechnical Proposal. Please Submit A Technical Proposal (not To Exceed 5 Pages) That Clearly Demonstrates Thoroughknowledge And Understanding Of, And Approach To, Accomplishing Each Paragraph Listed In The Pws And Solicitationrequirements. The Proposal Must Contain Sufficient Details So That It May Be Evaluated In Accordance With The Pwsand Comply With The Period Of Performance Set Forth In The Solicitation.non-conformance Will Deem An Offeror Ineligible. • All Quotation Submissions Need To Include Completion Of Far 52.204-24,52.204-26, And 52.212-3. • As Part Of The Price Quote Package, The Offeror Shall Submit The Completed Sf 1449 With Blocks 17a.and 30a.- 30c. (sf 1449 Page 1) Completed. Submission Of A Signed Offer To The Governmentconstitutes Agreement And Acceptance Of The Solicited Terms And Conditions. • The Government May Revise The Solicitation At Any Time By Means Of An Amendment. It Is An Offeror's Responsibility To Ensure It Is Accessing The Https://sam.gov/ Website To View Potential Amendments And Procurement Notifications For This Solicitation. • Labor, Travel And Materials Shall Be Included. Travel, Airfare, Lodging, Rental Car, And Per Diem Shall Be In Accordance With Current Department Of Defense Joint Travel, Regulations (jtr) And Federal Acquisition Regulations (far) 31.205-46. Travel Receipts Shall Be, Provided Upon Request. • Contract Award Will Be In Accordance With 52.212-2 As Stated In The Solicitation. All Questions Regarding Solicitation N32253-25-q-0005 Shall Be Submitted In Writing Via Email To The Listed Pocs. Questions Are Due By Thursday, 12/05/2024, 8:00 Am Hst attachments: solicitation appendix I Ii Iii Iv attachment I Hot Work Checklist And Permit attachment Ii Opsec Contract Requirements
DEFENSE LOGISTICS AGENCY USA Tender
Energy, Oil and Gas
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Request For Information Spe603-25-r-5x11 fuel Operations Support In Charleston, South Carolina dla Energy Is Seeking Information On Industry Capabilities/interest/potential Sources For The Receipt, Storage, And Issue 265,000 Barrels Of Aviation Turbine Fuel (fill Capacity), In Charleston, South Carolina. This Announcement Constitutes A Request For Information (rfi) Only; There Is No Solicitation At This Time. The Government Is Neither Negotiating Nor Calling For Offers At This Time. This Announcement Is An Expression Of Interest Only And Does Not Commit The Government To Pay For Any Response Preparation Cost. The Government Will Not Make An Award On The Basis Of This Rfi. concept Of Operations: Fuel Operations Would Primarily Consist Of Receipt, Storage, Protect And Ship U.s. Government-owned Jet-a. All Storage Capacities And Capabilities Must Be Available And Operational Under A Single Deep Water Storage Terminal Facility. area Of Consideration: Cooper River, Charleston South Carolina estimated Annual Throughput: 1,340,000 Barrels capabilities Sought: a. Facilities Capable Of Receiving: u.s. Government-owned Petroleum Products Via Tanker/barge On A 24 Hours Per Day, Seven Days Per Week Basis At Pumping Rates Compatible With The Mode Of Transportation Tendered, A Minimum Of 2,000 Barrels Per Hour For Barges And 8,000 Barrels Per Hour For Tankers. Deep-water Tanker/barge Berth And Access To The Open Sea. Alternate Receipt Into Seaport Tankage Via Tank Car. b. Facilities Capable Of Shipping: u.s. Government-owned Petroleum Products Via Tanker/barge On A 24 Hours Per Day, 7 Days Per Week Basis, At Pumping Rates Compatible With The Mode Of Transportation Tendered (minimum 2,000 Barrels For Barges And 8,000 Barrels Per Hour For Tankers). Also, The Ability To Issue By Pipeline Dfsp Charleston (tap Into The Existing Pipeline). c. Dock Berthing And Mooring Facilities: facilities Capable Of Receiving And Berthing Tanker/barge Not To Exceed 58,746 Dead-weight Tonnage (dwt), 625 Feet Length Overall (loa), Beam Of 105.6 Feet, With A Minimum Draft Of 45 Feet At The Dock. The Facilities Should Be Equipped With A Turning Dolphin Capable Of Accommodating The Lateral Forces Induced When Turning A Vessel. Provide A Detailed Description Of Any Port Restriction/requirement And Harbor, Or Other Fees, Along With Height Restrictions From Ships Manifold To The Waterline During Loading. d. Ability To Simultaneously Issue To Two (2) Medium Range Tanker’s, T-ao’s, T-ake’s And/or Barges. Barges Are Used To Fill And Support Offshore Moored Vessels. e. Lighting: The Facility Must Be Equipped With Illumination To Allow Receipt And Shipping Operations During The Hours Of Darkness. f. Storage Of Aviation Turbine Fuel, Grade Jet-a Totaling 265,000 Barrels g. All Product Must Be Held At A Single Location. h. If The Total Storage Capacity Cannot Be Met, Provide The Capacity That Can Be Supported. submissions Should Be Sent To Rachel Dudley At Rachel.dudley@dla.mil No Later Than 3:00 P.m. Local Fort Belvoir, Va Time On January 6, 2024. Please Direct Any Questions Concerning This Rfi To Contract Specialist, Rachel Dudley At Rachel Dudley Or 703-453-7573, Vickie Davis At Vickie.davis@dla.mil, And/or Contracting Officer, Yalier Fuster At Yalier.fuster@dla.mil Or 804-912-0930. interested Firms Must Include In Their Submission, The Rfi Number Spe603-25-r-5x11 In The Subject Line Of Their Emails. The Following Information Is Requested: 1. Provide A Company Profile To Include Number Of Employees, Annual Revenue History (last 3 Years), Office Location(s), Duns/cage Code Number, Business Size, And A Statement Regarding Current Business Status. 2. Capability Statement. Provide A Brief Explanation Of Your Firm's Capabilities To Provide Contractor-owned, Contractor-operated Fuel Storage Facilities, Equipment, Tools, Materials, Supplies, And Supervision Necessary To Receive, Store, Issue, Maintain Quality, Account For Petroleum Products, Maintain The Associated Fuel Facilities And To Provide Qualified And Experienced Personnel, With Appropriate Clearances, If Required. 3. Past Performance. Do You Have Past Performance As A Prime Contractor Or Subcontractor On A Service Contract For Similar Fuels Management Requirements? If So, Please Provide The Following Information: Contract Number, Name Of Government Agency Or Commercial Entity, Period Of Performance, Dollar Value, Type Of Contract (fixed Price, Cost Reimbursement, Etc.), And An Explanation Of Services Provided As They Relate To Coco Fuels Management. If Your Firm Acted As A Subcontractor Or Joint Venture, Name The Prime Contractor Or Other Party, The Specific Work Performed And Percentage. Address Any Past Performance Problems, And Resolutions Taken. 4. Location: Please Provide The Location/address Of Your Facility.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.5 K)
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 4,899,999.10 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0053 - Convergence And Special Support Program- Construction/ Improvement Of Access Roads Leading To Trades, Industries And Economic Zones (road Leveraging Linkages For Industry And Trade Infrastructure Program - Roll-it): Bila-bagnen Oriente Road In Support Of Agribusiness, Coffee And Food Processing Industries, Bauko, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am 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 Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
4341-4350 of 4523 archived Tenders