Civil Tenders

East Coast Railway - ECOR Tender

Works
Ireps
India
Closing Date19 Jun 2025
Tender AmountINR 22.5 Million (USD 262.7 K)
Description: Execution Of Civil Zonal Works For Residential Buildings In Sambalpur For The Period Ending 30.06.2026 Under The Jurisdiction Of Aden/settlement/sambalpur.

Municipal Corporation Tender

Works
Civil And Construction
India
Closing Date30 Jun 2025
Tender AmountINR 32.2 Million (USD 374.8 K)
Description: Augmentation And Structural Strengthening Work For Civil Work Of Khatodra (navjivan) Sewage Pumping Station In South West Zone Of Surat Municipal Corporaton (2nd Attempt)

Southern Philippines Medical Center Tender

Healthcare and Medicine
Philippines
Closing Soon2 Jun 2025
Tender AmountPHP 470.6 K (USD 8.4 K)
Description: Supply And Delivery Of Other Supplies Efm Civil Works-equipment , Hardware And Construction Supplies ,southern Philippines Medical Center

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 97.5 Million (USD 1.7 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0210 : Repair/ Maintenance Of Cabalantian Creek Revetment, Brgy. Cabalantian, Bacolor, Pampanga 25cg0211 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, San Nicolas, Sta. Ana, Pampanga 25cg0212 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), San Juan, City Of San Fernando, Pampanga 25cg0213 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Sapang Maisac Elementary School, Mexico, Pampanga 25cg0214 : Construction Of Elementary And Secondary Classrooms: Construction Of School Building, Pampanga High School, City Of San Fernando, Pampanga 25cg0215 : Asset Preservation Program: Construction / Upgrading / Rehabilitation Of Drainage Along National Roads – Primary Roads – Jose Abad Santos Avenue (s01240lz) – K0079+ (-905) – K0080 + 095.5 25cg0216 : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Palaman River, Minalin, Pampanga 25cg0217 : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Bulac River, Minalin, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0210 2,000,000.00 Sr2025-03-007469 25cg0211 4,950,000.00 Sr2025-05-015172 25cg0212 6,930,000.00 Gaa 2025 25cg0213 34,650,000.00 Gaa 2025 25cg0214 69,650,000.00 Sr2025-04-011130 25cg0215 80,095,000.00 Gaa 2025 25cg0216 96,500,000.00 Sr2025-03-008346 25cg0217 97,500,000.00 Sr2025-03-008361 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works Contract Id No. : 25cg0210 Name Of Contract : Repair/ Maintenance Of Cabalantian Creek Revetment, Brgy. Cabalantian, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Repair/ Maintenance Of Revetment Approved Budget For The Contract : Php 2,000,000.00 Contract Duration : 66 Calendar Days Contract Id No. : 25cg0211 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, San Nicolas, Sta. Ana, Pampanga Locations : Sta. Ana, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 117 Calendar Days Contract Id No. : 25cg0212 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), San Juan, City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0213 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Sapang Maisac Elementary School, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 34,650,000.00 Contract Duration : 186 Calendar Days Contract Id No. : 25cg0214 Name Of Contract : Construction Of Elementary And Secondary Classrooms: Construction Of School Building, Pampanga High School, City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of School Building Approved Budget For The Contract : Php 69,650,000.00 Contract Duration : 240 Calendar Days Contract Id No. : 25cg0215 Name Of Contract : Asset Preservation Program: Construction / Upgrading / Rehabilitation Of Drainage Along National Roads – Primary Roads – Jose Abad Santos Avenue (s01240lz) – K0079+ (-905) – K0080 + 095.5 Locations : Sta. Ana, Pampanga Scope Of Works : Construction / Upgrading / Rehabilitation Of Drainage Approved Budget For The Contract : Php 80,095,000.00 Contract Duration : 219 Calendar Days Contract Id No. : 25cg0216 Name Of Contract : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Palaman River, Minalin, Pampanga Locations : Minalin, Pampanga Scope Of Works : Construction Of Slope Protection Structure Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 242 Calendar Days Contract Id No. : 25cg0217 Name Of Contract : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Bulac River, Minalin, Pampanga Locations : Minalin, Pampanga Scope Of Works : Construction Of Slope Protection Structure Approved Budget For The Contract : Php 97,500,000.00 Contract Duration : 330 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “b” For Contract Id No. 25cg0210 – 25cg0212 & Medium “a” For Contract Id No. 25cg0213 – 25cg0217. 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. 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. 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)(li)(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. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27, 2025 – June 17, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Contract Id No. Cost Of Bidding Documents (php) 25cg0210 5,000.00 25cg0211 5,000.00 25cg0212 10,000.00 25cg0213 25,000.00 25cg0214 50,000.00 25cg0215 50,000.00 25cg0216 50,000.00 25cg0217 50,000.00 8. 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. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On June 04, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. 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. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before June 17, 2025, 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On June 17, 2025 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, 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. 13. The Dpwh- Pampanga 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29

Kaspi Municipality Tender

Civil And Construction...+1Civil Works Others
Georgia
Closing Date17 Jun 2025
Tender AmountGEL 92.8 K (USD 33.8 K)
Description: Works For Complete Or Part Construction And Civil Engineering Work

National Academy Of Science And Technology Tender

Textile, Apparel and Footwear
Philippines
Closing Soon2 Jun 2025
Tender AmountPHP 56.4 K (USD 1 K)
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Supply Of Uniform For The Dost-wide Sports Fest Quantity: 57 Sets Of Jersey With Sleeve And Shorts Materials: Jersey Color: Rose (please Refer To The Attached Color Code) With Sublimation Design: (please Refer To The Attached Design) Logo: To Be Provided By The Procuring Entity Delivery: June 11, 2025 Payment Terms: Send Bill Arrangement Sizes: 2sx -1 Xs- 4 S - 3 M - 23 L – 18 Xl - 6 2xl - 1 3xl -1 Abc: P56,430.00 Signed Quotation/proposal May Be Sent To Bac@nast.dost.gov.ph Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On June 2, 2025, At 9:00 A.m. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00.   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Tax Clearance Certificate 6. Notarized Omnibus Sworn Statement   Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

Self governing Entity Zestafoni Municipality Tender

Civil And Construction...+1Civil Works Others
Georgia
Closing Date11 Jun 2025
Tender AmountGEL 86.1 K (USD 31.4 K)
Description: Works For Complete Or Part Construction And Civil Engineering Work

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 2 Million (USD 35.9 K)
Details: Description Department Of Public Works And Highways Davao Del Norte District Engineering Office Km. 48 Canocotan, Tagum City, Davao Del Norte Invitation To Bid No. 2025-015 1. The Davao Del Norte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Procurement Id/contract Id 25lc0081 Contract Name Repair/maintenance Of Drainage Structure Along Kapalong-talaingod-valencia-bukidnon Road (s01363mn) K1507+260 - K1507+480 (with Exceptions), Right Side, Talaingod, Davao Del Norte Contract Location Talaingod, Davao Del Norte Brief Description Repair/maintenanceof Drainage Structure Approved Budget For The Contract ( Abc ) 2,000,000.00 Source Of Fund Mooe - Maintenance Repair And Rehabilitation Of Infrastructures Facilities And Other Related Activities - Flood Control And Drainage Systems Contract Duration 90 Cd Cost Of Bid Documents 5,000.00 Range Of Pcab License Small B Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. "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. " 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 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. 4. 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. 5. Interested Bidders May Obtain Further Information From The Davao Del Norte District Engineering Office And Inspect The Bidding Documents At Dpwh Davao Del Norte District Engineering Office, Tagum City, Davao Del Norte During Weekdays From 8:00 Am – 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting May 28, 2025 Until Before 09:30 A.m. Of June 17, 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. 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 9:30 A.m. Of June 17, 2025. 8. The Davao Del Norte District Engineering Office Will Hold A Pre-bid Conference On June 4, 2025 9:00 Am At Conference Room, Dpwh Davao Del Norte District Engineering Office, Tagum City, Davao Del Norte Which Shall Be Open To Prospective Bidders. 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_davaodelnorte@dpwh.gov.ph For Electronic Submission On Or Before June 17, 2025. 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On June 17, 2025, 10:00 Am At Conference Room, Dpwh Davao Del Norte District Engineering Office, Tagum City, Davao Del Norte. 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. 12. Bidders Shall Submit Two Original Copies, One Copy One Certified True Copies Of Technical And Financial Components Of The Bid. The Original Copy Of The Bid Shall Be Typed Or Handwritten And Limited To Two (2) Decimal Places In Amount And Shall Be Signed By The Duly Authorized Representative. 13. Failure To Attach Any Requirement Or Any Missing, Incomplete Or Patently Insufficient Document Is A Ground For Outright Rejection Of The Bid. 14. Any Interlineations, Erasures, Alterations Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Bid. 15. The Davao Del Norte 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 & 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. Notices To Participating Bidders Shall Be In Writing And Will Be Sent Through Its Philgeps - Registered Physical Address Or Official E-mail Address. In Case The Notice For Non-compliance & Notice For Post Disqualification Is Sent Via Email, It Shall Be Considered As Received By The Bidder On The Date And Time The Email Was Sent, Whether Or Not The Bidder Acknowledged The Said Email. It Shall Be The Participating Bidders Responsibility To Check Its/his/her Email For The Purpose. 17. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Channel : Dpwh Davao Del Norte Deo Procurement Ls Or Www.youtube.com/@dpwh.ddn.deo. 18. For Further Information, Please Refer To: Grace Joy S. Racho Head, Procurement Unit Dpwh, Davao Del Norte District Engineering Office Km. 48, Canocotan, Tagum City, Davao Del Norte Dpwhddn.procurement@gmail.com Sgd Leo Alex A. Mabanglo Bac Chairperson Dpwhddn.procurement@gmail.com

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date18 Jun 2025
Tender AmountPHP 474.6 Million (USD 8.5 Million)
Details: Description Invitation To Bid For Construction Of One (1) Unit 4-storey, 52-doors (80 Sq.m./unit) Quartering Facility At Camp O’donnell, Capas, Tarlac, Province Of Tarlac, Contract Id No. 23c00417. 1. The Dpwh-regional Office Iii, Through The Fy 2023 Intends To Apply The Sum Of P474,690,975.31 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of One (1) Unit 4-storey, 52-doors (80 Sq.m./unit) Quartering Facility At Camp O’donnell, Capas, Tarlac. Contract Id No. : 23c00417 Locations : Province Of Tarlac Scope Of Works : Building Approved Budget For The Contract : P474,690,975.31 Contract Duration : 540 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“aaa”) For (large “b”). 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. 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-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 28 – June 18, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On June 05, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 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_r3@dpwh.gov.ph) For Electronic Submission From May 28 To June 18, 2025 Before 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 18. 11. Bid Opening Shall Be On June 18, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii 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. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman Date Of Issue: May 28, 2025

Civil Aviation Authority Of The Philippines - CAAP Tender

Security and Emergency Services
Philippines
Closing Soon3 Jun 2025
Tender AmountPHP 125 K (USD 2.2 K)
Purchaser Name: Civil Aviation Authority Of The Philippines | Description: Repair And Maintenance Of Fire Protection System , Fire Fighting & Rescue And Safety Equipment ,civil Aviation Authority Of The Philippines - Silay Airport
1-10 of 6065 active Tenders