Chain Link Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Canalate - Barangay Santo Niño Footbridge, City Of Malolos, Bulacan Contract Id No. : 25cc0560 Locations : City Of Malolos, Bulacan Scope Of Works : Construction Of One (1) Footbridge With Bored Piles, Coping, Concrete Girder, Pedestal And Chain Link Fence, Net Length = 0.1150 Lane Km Approved Budget For The Contract : P14,699,815.42 Contract Duration : 150 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 16, 2025 To June 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On May 23, 2025 At 10:00 A.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before June 5, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On June 5, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Date Of Publication: May 16, 2025– June 5, 2025
Closing Date10 Jun 2025
Tender AmountPHP 14.6 Million (USD 264.2 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: This Is A Pre-solicitation Notice, There Is No Request For Proposal Or Related Documents At This Time. A Solicitation Notice Or Request For Proposal Will Follow This Pre-solicitation Notice._matoc Small Business Set-aside_naics Code: 236220 - Commercial And Institutional Building Construction._the Hawaii National Guard Intends To Issue A Request For Proposal (rfp) For Indefinite Delivery-indefinite Quantity (idiq) Multiple Award Task Order Contracts (matocs) For Maintenance, Repair, And Construction Services In Support Of The National Guard Activities In The State Of Hawaii. Typical Work Includes, But May Not Be Limited To: Interior And Exterior Renovations, Heating And Air-conditioning, Hvac Controls, Plumbing, Fire Suppression, Interior And Exterior Electrical And Lighting, Fire And Intrusion Alarms, Communications, Limited Utilities, Site-work, Landscaping, Fencing, Masonry, Roofing, Concrete, Asphalt Paving, Storm Drainage, Limited Environmental Remediation, Construction Of New Facilities, Surveys, Studies, And Other Related Work. All Work Will Be In Accordance With Individual Task Order Requirements, Specifications And Drawings Provided With Each Project Or Master Specifications. It Should Be Noted That The Majority Of Task Orders Under These Contracts Will Be For Sustainment, Repair And Maintenance (srm) Projects Under $1 Million. The North American Industry Classification System (naics) Code For The Solicitation Is 236220 With A Small Business Size Standard Of $45,000,000. This Is A Total Small Business Set-aside. The Government Intends To Award Up To Seven (7) Individual Matoc Contracts, Provided Sufficient Qualified Contractors Present Offers. All Responsible Firms May Submit An Offer. These Anticipated Contracts Will Consist Of A Five Calendar Year Ordering Period. Task Orders Will Generally Range From $2,000 To $10,000,000. The Total Of Individual Task Orders Placed Against The Total Matoc Program Shall Not Exceed $49,500,000. As Part Of Offerors Proposal Submission, All Offerors Shall Price The Prototypical Project For Evaluation Purposes. No Task Order Award Will Be Made As A Result Of This Exhibit - This Is For Matoc Evaluation Purposes Only. Prototypical Project - Construction Of Knmd250001 B3400 And 3416 Parking Reconfig, Jbphh-hi Located On The Hawaii Air National Guard Campus, Joint Base Pearl Harbor-hickam (jbphh), Hawaii. The Magnitude Of Construction Is Between $250,000 And $500,000. Work Covered In This Project Includes But Is Not Limited To: Reconfiguring An Airfield Controlled Area And Parking Area To Include Demolishing Existing And Installing Approximately 500 Lf Of 7 Foot High Barb-wired Chain Link Fencing (9-gauge Wire And 2-inch Diamond); Manufacturing/installing Three Single Metal Louver Swing Gates (ornamental) With Coded Lock, Relocating An Existing Motorized Vehicle Gate To Include New Electrical Supply And All Conduits, Gate Motor, Ground Sensors, And Keypad W/ Bollards; Manufacturing/installing Appropriate Signage. In Addition To A Base Price For The Work Described Above The Prototypical Project Includes Government Options For This Project: 1. Parking Area Paint Restripe; 2. Name Plate Prefabrication And Installation. A Pre-proposal Conference And Site Visit Is Scheduled For On-or-about 15 May 2025. Details For Registering For The Conference Will Be Available In The Solicitation. Interested Contractors Are Encouraged To Attend And Should Register In Accordance With The Requirements To Be Provided In The Solicitation, Prior To Attending For Clearance To The Facility. It Is Anticipated That The Solicitation Will Be Available On-or-about 06 May 2025. The Solicitation Closing Date Is Tentatively Planned For On-or-about 11 June 2025. Actual Dates And Times Will Be Identified In The Solicitation. The Solicitation And Associated Information Will Be Available Only From The Contract Opportunities Page At Sam.gov. The Source Selection Process Will Be Conducted In Accordance With The Source Selection Procedures Described In Far 15.3, Dfars 215.3, And Afars 5115.3. Evaluation Factors Include Technical Capability, Past Performance And Price. The Government Intends To Award Contracts Without Conducting Discussions. Interested Offerors Must Be Registered In The System For Award Management (sam). To Register Go To Www.sam.gov. Instructions For Registering Are On The Web Page (there Is No Fee For Registration).this Solicitation Is Not An Invitation For Bids And There Will Not Be A Formal Public Bid Opening. All Inquiries Must Be In Writing, Preferably Via Email To The Persons Specified In The Solicitation. All Answers Will Be Provided In Writing Via Posting To The Web. If You Have Any Questions Concerning This Procurement You Are Encouraged To Email Your Questions To Smsgt Cezar De Veas At Cezar.y.deveas.mil@army.mil And Copy Mr. Anthony Reyes At Anthony.g.reyes1.civ@army.mil. Your Attention Is Directed To Far Clause 52.219-14(e)(3) (deviation 2021-o0008), Limitations On Subcontracting, Which States -by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In Performance Of The Contract For General Construction, It Will Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractors 85 Percent Subcontract Amount That Cannot Be Exceeded-. In Accordance With Far 36.211(b), The Following Information Is Provided:_1. The National Guard Has No Agency-specific Policies Or Procedures Applicable To Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Other Than Those Described At Far 43.204, Dfars 243.204 And Afars 5143.204._2. Data For The Prior 3 Fiscal Years Regarding The Time Required To Definitize Equitable Adjustments For Change Orders Under Construction Contracts For The National Guard Is Currently Not Available, But Will Be Compiled And Provided In Future Announcements. Disclaimer: The Official Plans And Specifications Are Located On The Official Government Webpage And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible For Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offerors Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.
Closing Date7 May 2025
Tender AmountRefer Documents
Indian Army Tender
Goods
GEM
India
Description: CATEGORY: N1 1015 000706 STAY , N1 5120 004549 SPANNER OPEN
JAW FIXED 4A S HANDED 60 , N1 1015 000695 STAY
BOTTOM LEFT , N1 4030 000371 SHACKLE D 1A , N1 5120
003122 SPANNER 40A , N1 8115 000629 BOX APPARATUS
AIR LIFTING , N1 5120 004565 SPANNER 63 A , N1 5120
004566 SPANNER DOUBLE ENDED , N1 5420 001104
BRACKET JACKING BRIDGE , N1 5120 003134 LEVER
EXTENTION 1A , N1 1015 002001 PIPE , N1 5305 003957
SCREW FILLISTER HEAD , N1 4730 006940 PACKING NUT ,
N1 5310 002386 NUT HEXAGON , N1 9905 000138 PLATE
INSTRUCTION , N1 5305 003125 SCREW SECURING
ELECTRIC CONTACT RETAINER , N1 5365 011205 PLUG
MACHINE THREAD , N1 1015 000271 PIPE , N1 5340 135251
CLAMP , N1 5310 001559 WAHSER , N1 9115 000939 STEEL
STRIP , N1 5140 000059 ROLL TOOLS ACCESSORIES , N1
5315 001000 PIN STRAIGHT HEAD , N1 3040 003058 LEVER
CONTROL HAND , N1 5340 015591 HASP HINGED , N1 1015
000277 PIPE LEFT , N1 5120 004547 SPANNER OPEN JAW
FIXED 2A S ENDED 50 , N1 4933 000315 TOOL ARTILLERY
8A , N1 5120 003123 SPANNER 41A , N1 5340 178920
HOLDER SPRING , N1 2A42 05 123 PLATE , N1 5340 174804
ROD STRAIGHT HEADLESS , N1 5120 422112 SCREW
DRIVER FLAT POINT 1 1X300 , M4 5220 000088 PLATE
CHAMBER 105 37 FIELD GUN 1A , M1 5305 003493 SCREW
TRAVERSING , M1 5365 010566 BUSHING MACHINE THREAD
, M1 3020 007525 GEAR BEVEL , M1 3020 007524 GEAR
BEVEL , M1 5340 015261 COVER PLATE ACCESS , M1 5305
000034 SCREW SECURING THREADED M5 X0 8MMX12MM ,
M1 5310 001835 NUT TRAVERSING , M1 5310 001828
WASHER TIGHTENING , M1 1015 000082 CRANK ASSEMBLY
, M1 5315 008640 PIN STRAIGHT HEADED , M1 5305
000031 SCREW FIXING C H 90 T M3X0 5X6 25MM , M1 4010
000905 LINK CHAIN SWING , M1 3120 004339 BUSHING
SLEEVE , M1 5315 000008 PN DOWEL 3 4MM DIA X 18 2MM
LONG
Closing Date1 Feb 2025
Tender AmountRefer Documents
City Of Baton Rouge Parish Of East Baton Rouge Tender
Civil And Construction...+1Civil Works Others
United States
Details: To Be Published Three Times-legal March 21, 28, & April 4 2025 The Advocate Baton Rouge, Louisiana Notice To Contractors The City Of Baton Rouge And Parish Of East Baton Rouge Will Receive Electronic Or Paper Bids For The Construction Of The Following Project: Annual Parishwide Fence Repair And Replacement Project (city-parish Project No. 25-fr-ms-0002) Project Description: Repair And Replacement Of Chain Link And Wooden Fencing And Gates For The Cityparish Wastewater Collection Field Pump Stations At Various Locations Throughout The Parish. Other Agencies May Utilize This Contract As Well. Electronic Or Sealed Bids Will Be Received Until 2:00 P.m. Local Time, Tuesday, April 15, 2025, By The Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No Bids Will Be Received After 2:00 P.m. On The Same Day And Date. Bid Openings Can Be Observed In Person Or Via Teleconference. Teleconference Call-in Information Join By Phone +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 Electronic Bids And Electronic Bid Bonds For The Solicitation Will Be Downloaded By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division. Electronic Bids And Electronic Bid Bonds Must Be Submitted Through Central Bidding (www.centralbidding.com) Prior To The Bidding Deadline. Beginning As Soon As Feasible After The Bid Closing Time All Electronic Bids Will Be Downloaded And Publicly Read Aloud Along With All Paper Bids Received, If Any, In Room 806 Of City Hall Immediately After The 2:00 P.m. Bid Closing. Bidders And/or Their Authorized Representatives Are Invited To Be Present. Bids, Amendments To Bids, Or Request For Withdrawal Of Quotations, Received After Time Specified For Bid Opening Shall Not Be Considered For Any Cause Whatsoever. Bids Shall Be Firm For A Period Of Forty Five (45) Days From The Date Of The Opening Of Bids And No Bid Shall Be Withdrawn For Any Reason During This Period Of Time Except As Allowed Per R.s. 38:2214.c. Official Bid Documents Are Available At Central Bidding (www.centralbidding.com). Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At (225) 810-4814. Paper Copies Of The Plans, Specifications And Contract Documents Are On File And May Be Obtained From The Environmental Services Facility Located At 12422 Florida Boulevard, Baton Rouge, La 70815, Upon Payment Of $100.00. (make Checks Payable To The City Of Baton Rouge And Parish Of East Baton Rouge.) Fees For Plans, Specifications And Contract Documents Are To Cover The Cost Of Reproduction And Are Non-refundable In Accordance With Louisiana Revised Statutes. A Certified Check Or Cashier's Check, Payable To The Parish Of East Baton Rouge Or A Satisfactory Bid Bond Executed By The Bidder And An Acceptable Surety, In An Amount Equal To Five Percent (5%) Of The Total Bid, Shall Be Submitted With Each Bid. Bids Shall Be Received Electronically Via Www.centralbidding.com Or On Solicitation Bid Forms Furnished By The City Of Baton Rouge And Parish East Baton Rouge, And Only Those Bids Shall Be Received By The City-parish Which Are Submitted By Those Contractors In Whose Names The Solicitation Bid Forms And/or Specifications Were Issued. In No Event Shall Paper Solicitation Forms Be Issued Later Than Twenty-four (24) Hours Prior To The Hour And Date Set For Receiving Proposals. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The Parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 16% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening. All Contractors Bidding On This Work Shall Comply With All Provisions Of The State Licensing Law For Contractors, R.s. 37:2150-2163, As Amended, For All Public Contracts. It Shall Also Be The Responsibility Of The General Contractor To Assure That All Subcontractors Comply With This Law. If Required For Bidding, Contractors Must Hold An Active License Issued By The Louisiana State Licensing Board For Contractors In The Classification Of Municipal And Public Works Construction, And Must Show Their License Number On The Face Of The Bid Envelope And The Uniform Public Works Bid Form. In Accordance With La. R.s. 38:2214 (b) The City Of Baton Rouge And Parish Of East Baton Rouge Reserves The Right To Reject Any And All Bids For Just Cause. In Accordance With La. R.s. 38:2212 (a)(1)(b), The Provisions And Requirements Of This Section, Those Stated In The Advertisement For Bids, And Those Required On The Bid Form, Shall Not Be Considered As Informalities And Shall Not Be Waived By Any Public Entity. Bidders Must Comply With The Sedbe Program. Copies Of Sedbe Program Documents Are Available Upon Request From City Of Baton Rouge And Parish Of East Baton Rouge (“city-parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, La 70802. For Questions Or Clarification About The Program, Please Contact The Sedbe Liaison Officer At The Purchasing Division, At (225) 389-3259. There Will Be A Mandatory Pre-bid Conference For Prime Contractors. Only Those Prime Bidders Who Participated In The Pre-bid Are Eligible To Receive An Award On This Project. Bidders To Meet On April 1, 2025 At 10:00 A.m. At Environmental Services Facility, 12422 Florida Boulevard, First Floor Conference Room, Baton Rouge, La 70815. For Additional Information, Please Contact Mr. William Fishburn, P.e., Project Manager At William.fishburn@jacobs.com.
Closing Date15 Apr 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid March 25, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh- Quirino District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Name Of Project/location : Basic Infrastructure Program (bip) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Rehabilitation Of Bridge, Barangay Dingasan To Barangay Alicia, Cabarroguis And Aglipay, Quirino Contract I.d. : 25bk0095 Brief Project Description 1 Number Of Bridge Scope Of Works : Rehabilitation Of Bridge Other General Requirements • Project Bill Board / Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction, Steel Bridge Construction • Bolts With Nuts And Washers • Welded Structural Steel • Paint Drainage And Slope Protection Structures • Grouted Riprap, A Miscellaneous Structures • Guardrail (wire Rope Or Wire Cable) • Fencing Chain Link Fence Fabric Approved Budget For The Contract (abc) : ₱4,950,000.00 Project Duration : 91 Calendar Days Cost Of Bidding Documents : ₱5,000.00 Pcab License Category C&d (size Range : Small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category (see Table Above). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh- Quirino District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Dpwh Quirino District Engineering Office During Weekdays From March 26, 2025 - April 15, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 26, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh- Quirino District Engineering Office Will Hold A Pre-bid Conference On April 3, 2025 9:00 A.m. Via Zoom Meeting Id: 460 121 7399 Passcode: Pru_24 At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Www.youtube.com/@dpwh.quirino.districteo, Which Shall Be Open To Prospective Bidders. 11. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_quirino@dpwh.gov.ph For Electronic Submission On Or Before April 15, 2025 Not Later Than 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 13. Bid Opening Shall Be On April 15, 2025 Immediately After The Deadline Of Submission Of Bids, Via Zoom (same Id And Passcode With The Pre-bid Conference) At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Https://www.youtube.com/@dpwhquirinodeoproclivestream. 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. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No.9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 16. The Dpwh- Quirino District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo For Online Bid Submission: Electronicbids_quirino@dpwh.gov.ph 18. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
Closing Date15 May 2025
Tender AmountPHP 4.9 Million (USD 88.8 K)
National Aluminium Company Limited - NALCO Tender
Goods
Machinery and Tools
GEM
India
Details: CATEGORY: ROUND LINK CHAIN AS PER DRG. NO.
NALCO_MECH_SPP_4315-
10103000190_1_1000067503_UOM_EA , GUIDE WHEEL
SHAFT WITH 2 NUTS FOR GUIDE WHEEL ASSLY AS PER
DRAWING NO. NALCO_MECH_SPP_5001-
10103001000_2_1000067503_UOM_EA , Body_Guide Wheel
Cover for the Guide Wheel Assy As Per Drg No
NALCO_MECH_SPP_5006.-
10103901000_3_1000067503_UOM_EA , U-LINK SHACKLE
WITH LOCK NUTS AS PER DRAWING NO.
NALCO_MECH_MISC_4323-
10103901020_4_1000067503_UOM_EA , OUTER RING OF
GUIDE WHEEL COVER As Per Drawing No.
NALCO_MECH_MISC_5155-
10103910050_5_1000067503_UOM_EA , SPROCKET TEETH
FOR DRIVE SHAFT AS PER ATTACHED DRAWING NO.
NALCO_MECH_SPP_5721-
10103910410_6_1000067503_UOM_EA , Complete
assembly of Tail pulley AS PER DRAWING NO.
NALCO_MECH_MISC_4320-
10103910450_7_1000067503_UOM_EA , COMPLETE
ASSEMBLY OF SUBMERGED PULLEY AS PER DRAWING NO.
NALCO_SPP_MISC_4412-
10103910460_8_1000067503_UOM_EA , BEARING COVER _
BLIND FLANGE FOR GUIDE WHEEL ASSLY AS PER ITEM NO.-1
OF DRAWING NO. NALCO_SPP_MISC_4412-
10103914580_9_1000067503_UOM_EA , Scrapper Bar with
both side liner as per drawing no. NALCO_MECH_SPP_2559-
10103914720_10_1000067503_UOM_EA , Bar connector
with fasteners for scraper conveyor as per drawing
no.NALCO_MECH_MISC_4314-
10103914890_11_1000067503_UOM_EA , ROUND LINK
CHAIN AS PER DRG. NO. NALCO_MECH_SPP_4315-
10103914960_12_1000067503_UOM_EA , DRIVING
SPROCKET AS PER DRG. NO. NALCO_SGP_APH_033-
14701001110_13_1000067503_UOM_EA , COMPLETE
BEARING HOUSHING ASSEMBLY AS PER DRG.NO.
NALCO_MECH_SGP_977 AND NALCO_SPP_MISC_4418-
14701001660_14_1000067503_UOM_ST , SPUR GEAR
FITTED WITH KEY AND ALLEN SCREW AS PER
DRG.NO.NALCO_MECH_SGP_947-
14701001800_15_1000067503_UOM_EA , ASSEMBLY OF
DRIVING AND DRIVEN SHAFT ASSY AS PER DRAWING REF -
NALCO_MECH_SGP_1318-
14701003040_16_1000067503_UOM_ST , GLAND
FOLLOWER AS PER DRG.NO.NALCO_MECH_SGP_1318 -
14701005110_17_1000067503_UOM_EA , SPILT LANTERN
RING AS PER DRG.NO.NALCO_MECH_SGP_1318-
14701005280_18_1000067503_UOM_EA , WEAR RING AS
PER DRG.NO.NALCO_MECH_SGP_1318-
14701005350_19_1000067503_UOM_EA , SHAFT SLEEVE AS
PER DRG.NO.NALCO_MECH_SGP_1318-
14701005660_20_1000067503_UOM_EA , COMPLETE ASSY
OF CARRIAGE WHEEL AS PER DRG. NO.NALCO_MECH_
SGP_4000-14701011520_21_1000067503_UOM_EA
Closing Date26 Mar 2025
Tender AmountINR 1.9 Million (USD 22.1 K)
This is an estimated amount, exact amount may vary.
Las Pi as General Hospital And Satellite Trauma Center Tender
Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description 1 Lot - Construction Materials For The Enclosure Of Lpg Tanks At 12-storey Building Of Lpgh&stc List Of Materials: 250 Pcs - Chb 4" 21 Bags - Cement 2.5 Cu. M - Washed Sand 20 Pcs - Steel Bar 10mm 8 Kgs - Gi Wire #16 3 Pcs - Fiber Cement Board 9mm 3 Pcs - Gi Tubular Bar, 1"x2"x1.2mm Thk 120 Pcs - Screws, Fiber Cement Board 1" 5 Kgs - Welding Rods 6013 10 Pcs - Cutting Disc 4" 5 Pcs - G.i. Pipe 1/2" Ø, Sch40 7 Pcs - Steel Matting, 4x8x1/8" 4 Gals - Semi-gloss Latex, White 4 Gals - Flat Latex 6 Bags - Skim Coat 1 Gal - Epoxy Primer, Gray 1 Gal - Automotive Lacquer, White 1 Gal - Automotive Lacquer, Black 1 Ltr - Epoxy A&b 2 Pcs - Mesh Tape 5 Pcs - Roller 4" Cotton 4 Pcs - Acrylon Roller 7" 2 Gals - Lacquer Thinner 5 Pcs - P. Brush 1 1/2" 4 Pcs - Gi Angle Bar, 1 1/2" X 3mm Thk 25 Mtrs - Welded Steel Link Chains 3/16"
Closing Date11 Jun 2025
Tender AmountPHP 52 K (USD 935)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Page 5 Of 5
page 1 Of
page 1 Of
page 1 Of
page 1 Of
description
this Is Not A Solicitation But Rather A Request For Information (rfi/sources Sought) For Market Research Purposes Only. Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, Is Issuing This Sources Sought In Order To Identify Capable Firms And Obtain Information For Planning Purposes Only.
responses Must Be Submitted By 12:00 Pm Est, May 2nd, 2025. Submit Responses To This Sources Sought Via Email To James.ferro@va.gov All Sdvosb And Vosb Firms That Respond Shall Include Proof Of Sba Certification Via Https://veterans.certify.sba.gov/all Small Business Firms That Respond Shall Include Proof Of Small Business Status Via Their Representations And Certifications In Accordance With (far 4.1102 Policy). While Sdvosb/vosb Firms Are Preferred, All Capable Firms Are Welcome To Respond To This Sources Sought. All Respondents To This Sources Sought Shall Include As Part Of Their Response Answers To The Below Questions And Provide Any Additional Pertinent Information That Supports The Answers. If There Are Any Ambiguities In This Sources Sought, Please Identify Them In Your Response.
the Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Socioeconomic Set-aside, Full And Open Competition, Etc.). Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses.
suggested Naics: 333914 (measuring, Dispensing, And Other Pumping Equipment Manufacturing)
suggested Psc: N056 (installation Of Equipment Construction And Building Materials)
open To Suggestions From The Market As To A More Proper Naics And/or Psc, As Well As Any Potential Gsa/fss Schedule Sin Categories.
please Provide Estimate On Cost Of Labor For Installation Of The Following Items. See Statement Of Work For Installation Needs.
items To Be Procured:
item Description
item Unit
item Quantity
jersey Barrier Perimeter
ea
4
6 Tall, Galvanized Steel Chain Linked Fence
ft
150
6 Tall, Galvanized Steel Fence Gate
ea
2
2" Fuel Supply Connection Point W/ On/off
valve
ea
1
2" Fuel Supply Line
ft
50
6,000-gallon Reserve Fuel Tank Trailer
ea
1
statement Of Work:
provide 6,000-gallon Reserve Fuel Tank Trailer With Spill Containment In Compliance With All Relevant Dot, Epa, And Mde Requirements.
trailer To Include Refueling And Supply Capabilities.
supply Line To Be Piped Into Pre-existing Supply Lines Connected To Current Reserve Fuel Tank.
supply Line To Be Ran Above Ground.
supply Line To Include On/off Control Valve For Facilities Use As Necessary.
provide 25-foot Standoff Distance Around The Trailer Through Use Of Sturdy Temporary Fencing And Jersey Barriers.
fencing To Enclose Fuel Tank Trailer And Supply Line With Ample Distance Between Trailer And Fence For Facilities Member To Access And Perform Required Inspections.
fencing To Be 6 Tall, Galvanized Steel.
jersey Barriers Are To Be Placed Across Entire Access Road On Either Side Of Trailer Outside Of Fencing.
exact Jersey Barrier Location To Be Confirmed With Va Prior To Install.
contractor To Adhere To Any And All Local, State, Federal, And Va Specifications And Guidelines.
if You Are Interested, Please E-mail The Following Information:
company Name:
uei Number:
cage Code:
dun & Bradstreet Number:
person Of Contact (including Telephone Number And Email Address).
socio-economic Status (sdvosb, Vosb, Woman-owned, Other Etc.).
are You A Distributor Or A Manufacturer?
if You Are An Authorized Distributor, Please Provide Confirmation On Company Letter Head.
if You Are A Distributor, Who Is The Manufacturer?
where Is The Manufacturer Located In The World?
do You Currently Hold A Government Contract?
contract Number?
type Of Contract?
are These Particular Quoted Items Under Contract?
with Whom (gsa, Sewp, Etc )?
if Gsa What Schedule And Sin?
can Your Company Provide The Service For The Listed Department Of Veterans Affairs Locations?
page 1 Of
page 1 Of
page 1 Of
page 1 Of
page 1 Of
page 1 Of
page 1 Of
page 1 Of
page 5 Of 5
page 5 Of 5
page 1 Of 2
page 1 Of
page 1 Of
page 1 Of
page 1 Of
does Your Firm Utilize The Suggested Naics And Psc Per This Sources Sought Notice? If Not, Please Suggest A More Appropriate Naics And/or Psc And Explain Why It S More Appropriate?
how Do You Invoice For This Service, Including Rates?
what Certifications, State And/or Federal, If Any Must You Have To Perform This Service?
please List All Of Your Concerns, Questions And Ambiguities Below. Questions Will Not Be Addressed Directly But Will Be Used By The Government In The Event That This Sources Sought Would Move Forward To Solicitation.
please Provide Estimated Rates If Possible.
Closing Date2 May 2025
Tender AmountRefer Documents
City Of General Santos , South Cotabato Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 140200 1pc Clutch Cable @250 X1= 250.00 1 Set Tire With Tube (80/100 17 M/c 47 P) Front @1,700x1= 1,700.00 1set Tire With Tube (90/90 17 M/c 51 P) Rear @1,700x1= 1,700.00 1set Signal Light Rear @300x1= 300.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 "compatible With Old And New Motorcycles" (control No. 68618) 6,326.00 2. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 339524 1pc Battery For Motorcycle Free Maintaince Battery 12v @ 2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @300.00x1= 300.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @1,700x1 = 1,700.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @1,700 X1= 1,700.00 (control No. 68599) 6,076.00 3. Job Order Repair And Replace Parts Honda Crf150l Plate# 109sma 1set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t@500x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery12v @2,376x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1,500.00 1pc Side Mirror @880x1= 880.00 (control No. 68621) 12,156.00 Page 2 Of 6 25cb Gsc 250 Total Description Of Articles Item No. 4. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 297sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500.00x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1500.00 (control No. 68623) 11,276.00 5. Job Order Repair And Replacement Parts Honda Cb 125 Plate # 1201 339543 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Spark Plug (cprgea 9 Ngk) @350 X1= 350.00 1pc Tire With Tube (80/100 18 M/c 47 P) Front @2,000x1= 2,000.00 1pc Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1=2,500.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Rear Sprocket 36t @500x1= 500.00 (control No. 68620) 8,626.00 6. Job Order Repair And Replacement Parts Honda Cb125 Plate #1101 396233 1 Pc Battery For Motorcycle Free Maintaince Battery12v @2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @350.00 X1= 350.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @ 2,000.00x1= 2,000.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1= 2,500.00 1pc Roller Chain 120 Links @450.00x1= 450.00 1pc Engine Sprocket 14t @450.00 X1= 450.00 1pc Rear Sprocket 36t @500.00x1= 500.00 (control No. 68625) 8,626.00 7. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 301sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1=2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500x1 = 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1 =450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376.00 X1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @ 1,500x1 = 1,500.00 (control No. 68622) 11,276.00 Page 3 Of 6 25cb Gsc 250 Total Description Of Articles Item No. 8. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 1064331 1pc Air Filter Element @550x1 = 550.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956 X1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Engine Sprocket 14t @450x1= 450.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Rear Sprocket 36t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2pcs Spark Plug (ngk) @350x2= 700.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1200.00 (control No. 68617) 7,506.00 9. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 300sme 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @ 1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1=350.00 2sets Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 1set Hand Guard @350x1=350.00 (control No. 68607) 8,206.00 10. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773546 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links@450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68601) 7,856.00 11. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773547 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68600) 8,056.00 Page 4 Of 6 25cb Gsc 250 Total Description Of Articles Item No. 12. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 988553 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2set Brake Pad @450x2= 900.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68606) 7,856.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Repair Of Various Motorcycles. Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 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) 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) 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 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting April 17, 2025 12:00 Noon From The 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 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before April 24, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On April 24, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 5 Of 6 25cb Gsc 250 *25cb Gsc 250* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City 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. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date24 Apr 2025
Tender AmountPHP 103.8 K (USD 1.8 K)
City Of General Santos , South Cotabato Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. R1. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 140200 1pc Clutch Cable @250 X1= 250.00 1 Set Tire With Tube (80/100 17 M/c 47 P) Front @1,700x1= 1,700.00 1set Tire With Tube (90/90 17 M/c 51 P) Rear @1,700x1= 1,700.00 1set Signal Light Rear @300x1= 300.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 "compatible With Old And New Motorcycles" (control No. 68618) 6,326.00 R2. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 339524 1pc Battery For Motorcycle Free Maintaince Battery 12v @ 2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @300.00x1= 300.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @1,700x1 = 1,700.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @1,700 X1= 1,700.00 (control No. 68599) 6,076.00 R3. Job Order Repair And Replace Parts Honda Crf150l Plate# 109sma 1set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t@500x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery12v @2,376x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1,500.00 1pc Side Mirror @880x1= 880.00 (control No. 68621) 12,156.00 Page 2 Of 6 25cb Gsc 250(r) Total Description Of Articles Item No. R4. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 297sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500.00x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1500.00 (control No. 68623) 11,276.00 R5. Job Order Repair And Replacement Parts Honda Cb 125 Plate # 1201 339543 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Spark Plug (cprgea 9 Ngk) @350 X1= 350.00 1pc Tire With Tube (80/100 18 M/c 47 P) Front @2,000x1= 2,000.00 1pc Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1=2,500.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Rear Sprocket 36t @500x1= 500.00 (control No. 68620) 8,626.00 R6. Job Order Repair And Replacement Parts Honda Cb125 Plate #1101 396233 1 Pc Battery For Motorcycle Free Maintaince Battery12v @2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @350.00 X1= 350.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @ 2,000.00x1= 2,000.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1= 2,500.00 1pc Roller Chain 120 Links @450.00x1= 450.00 1pc Engine Sprocket 14t @450.00 X1= 450.00 1pc Rear Sprocket 36t @500.00x1= 500.00 (control No. 68625) 8,626.00 R7. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 301sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1=2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500x1 = 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1 =450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376.00 X1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @ 1,500x1 = 1,500.00 (control No. 68622) 11,276.00 Page 3 Of 6 25cb Gsc 250(r) Total Description Of Articles Item No. R8. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 1064331 1pc Air Filter Element @550x1 = 550.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956 X1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Engine Sprocket 14t @450x1= 450.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Rear Sprocket 36t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2pcs Spark Plug (ngk) @350x2= 700.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1200.00 (control No. 68617) 7,506.00 R9. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 300sme 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @ 1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1=350.00 2sets Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 1set Hand Guard @350x1=350.00 (control No. 68607) 8,206.00 R10. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773546 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links@450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68601) 7,856.00 R11. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773547 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68600) 8,056.00 Page 4 Of 6 25cb Gsc 250(r) Total Description Of Articles Item No. R12. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 988553 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2set Brake Pad @450x2= 900.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68606) 7,856.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Repair Of Various Motorcycles (rebid). Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 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) 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) 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 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting May 15, 2025 12:00 Noon From The 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 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before May 22, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On May 22, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 5 Of 6 25cb Gsc 250(r) *25cb Gsc 250(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City 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. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Closing Date22 May 2025
Tender AmountPHP 103.8 K (USD 1.8 K)
2171-2180 of 2189 archived Tenders