Civil Tenders

Civil Tenders

Social Security System Tender

Philippines
Details: Description Provision Of Meals For The Conduct Of Sss Meetings/activities For The Year 2025 Of Sss Boac Branch I. Meals/snack For Branch Operations Sector 80 Pax A. Race Operations (10 X Per Year) • Am Snacks (8 Pax) ○ Pasta / Noodles ○ Bottled Water • Lunch (17 Pax) ○ Beef / Pork Dish ○ Chicken / Fish Dish ○ Vegetable Dish ○ Rice ○ Soda / Juice Abc: P72,000.00 75 Pax B. Coordination Meeting With Lgus/ Associations/cooperatives And Signing Of Moa For Kaltasss Collect Program (5 X Per Year) • Lunch (15 Pax) ○ Beef / Pork Dish ○ Chicken / Fish Dish ○ Vegetable Dish ○ Rice ○ Soda / Juice Abc: P22,500.00 45 Pax B. Branch Meeting (9 X Per Year) • Lunch (5 Pax) ○ Beef / Pork Dish ○ Chicken / Fish Dish ○ Vegetable Dish ○ Rice ○ Soda / Juice • Pm Snacks (8 Pax) ○ Sandwich ○ Bottled Water / Juice Abc: P20,250.00 Ii. Conduct Of Information Coverage Drive (7 X Per Year) 140 Pax • Am Snacks (20 Pax) ○ Sandwich ○ Bottled Water / Juice Abc: P21,000.00 Price Validity: One (1) Year Delivery Terms: • Delivery Is On The Day Of The Meeting/activity And Shall Be Delivered To Sss Boac Branch, 10 De Oktubre St., Brgy. Malusak, Boac, Marinduque. (actual Venue And Scheduled Date To Be Determined Within Three (3) Days Prior To The Actual Conduct Of Meeting/activity). • Delivery Date And Serving Time Are Subject To Change. Payment Terms: • Government Terms • The Amount To Be Paid Shall Be Based On The Actual Number Of Participants And Their Actual Expenses But Not To Exceed The Contract Amount. • Sss Shall Withhold The Applicable Taxes From The Amount Payable In Accordance With Bir Regulations. • Partial Payment (monthly Basis) Shall Be Made Upon Submission Of Complete Billing Documents And Shall Be Directly Credited To The Supplier’s Bank Account. Terms And Conditions 1. For Contract Price Amounting To P100,000.00 And Above, The Winning Supplier Shall Be Required To Post A Performance Security From Receipt Of Notice Of Award Equivalent To % Of Contract Price As Follows: · 5% (goods & Consulting Services) Or 10% (infrastructure) Cash, Cashier's/manager's Check, Bank Draft/guarantee, Or · 30% Surety Bond Callable Upon Demand 2. If Two (2) Or More Suppliers Submitted The Same Price Quotation And Have Been Post-qualified As The Suppliers With Lowest Calculated And Responsive Quotations, The Procuring Unit Shall Use “draw Lots” Or Similar Method Of Chance To Break The Tie. 3. Alternative Offer Shall Not Be Allowed. Any Bid Exceeding The Abc Shall Be Ground For Disqualification. 4. Incompletely Filled Out Bid Breakdown Shall Be Considered Non-responsive And Automatically Disqualified But Specifying A Zero (0), Dash (-), Or The Word “free” For The Said Item Would Mean That It Is Being Offered For Free To The Sss. 5. In Case Of Discrepancy Between The Submitted Quotation And The Quotation After Arithmetical Correction, The Supplier Shall Be Informed Of Such Discrepancy For Confirmation Of The New Amount. If The Bidder Fails To Confirm The Arithmetical Corrections Within Three (3) Calendar Days From Receipt Of Notification, The Quotation As Calculated Shall Be Deemed Confirmed. 6. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Provided That The Terms And Conditions Stated Therein Is In Conformity With The Requirements Of The Rfq. In Case Of Discrepancies, The Submitted Quotation Shall Be Considered Ineligible Or Not Compliant. 7. Quantity Is Subject To Change But Not To Exceed The Quantity In The Approved Po/jo/lo. 8. Award Shall Be Per " Lot Basis" And Date Of Conduct/start Of The Project Is Subject To Change. Instructions To Suppliers 1. For Clarification Of Details, Please Contact Ms. Lea V. Palatino At (042) 332-1872. 2. All Documents Shall Be Signed, And Every Page Thereof Shall Be Initialed, By The Owner Or Duly Authorized Representative/s Of The Bidder. 3. Quotations May Be Submitted Through The Following: A. Branch’s Administrative Section Located At Sss Boac Branch, 10 De Oktubre St., Brgy. Malusak, Boac, Marinduque. B. Electronic Mail At Boac@sss.gov.ph With The Following Requirements: I. Quotations And Attachments Should Be In Portable Document Format (pdf), Compressed/zipped. File Name Of The Zip File Folder Shall Be By Rfq Number And Project Title. 4. After Evaluation Of Offer, The Supplier Shall Be Required To Submit Complete Documentary Requirements After Receipt Of Notice Or Advise From Sss, As Follows: A. Valid Mayor’s/business Permit; B. Philgeps Registration Number (red Membership) Or Philgeps Certificate (platinum Membership); C. Certificate Of Registration Whichever May Be Appropriate Under Existing Laws Of The Philippines: I. Bureau Of Domestic Trade & Industry (dti) – Sole Proprietorship Ii. Incorporation Papers Registered And Approved By The Securities & Exchange Commission - Partnership/corporation Iii. Philippine Contractors Accreditation Board License (pcab) - Contractors/civil Works Iv. Cooperative Development Authority (cda) – Cooperatives; D. Latest Annual Income / Business Tax Return (for Abcs Above ₱500k); E. Bir Certificate Of Registration Form 2303; F. Sss Id Number (employer/self-employed); G. Notarized Omnibus Sworn Statement With Attached Notarized Special Power Of Attorney (spa) For Sole Proprietorship Or Secretary's Certificate For Partnership / Corporation (for Abcs Above ₱50,000.01), Or Letter Of Authorization / Company Id (for Abcs Below ₱50,000.00), Authorizing The Representative, If Any, To Sign On Behalf Of The Owner/company. Note: Submitted Documents Are Subject To Verification And Validation Of Its Authenticity, Genuineness, Validity, And Completeness. Incomplete Submission, Concealment, Falsification, Or Misrepresentation Of Any Of The Documents Submitted, Or The Contents Thereof Is A Ground For Disqualification Of Submitted Quotation.
Closing Soon11 Mar 2025
Tender AmountPHP 135.7 K (USD 2.3 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description 1. The Department Of Public Works And Highways, Through Its Bids And Awards Committee (bac) Invites Contractors To Submit Bids For The Following Contract: Contract Id 24m00326 Contract Name & Location Construction Of Sutan-beke-sibuto-kenebeka, Datu Odin Sinsuat, Maguindanao Del Norte (phase 1), Datu Odin Sinsuat, Maguindanao Del Norte Brief Scope Of Work Construction Of Concrete Road – 6.64 Lane Km Approved Budget For The Contract (abc) ₱109,450,000.00 Allocation ₱110,000,000.00 Source Of Funds Fy 2024 Infrastructure Program - Gaa Contract Duration 203 Calendar Days Cost Of Bidding Documents ₱50,000.00 Pcab License Category Medium A The Department Of Public Works And Highways Xii, Through The Funding Source Is The Government Of The Philippines (gop) Intends To Apply The Sum Of The Above-mentioned Projects With Corresponding Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Indicated Above. The 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 9 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 (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Xii And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 09, 2025 To April 03, 2025 From The Given Address And Website/s Below And Upon Presenting Company Id Or Authorization Letter, Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 7. The Bidding Documents 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 Department Of Public Works And Highways Xii Will Hold A Pre-bid Conference On March 18, 2025 At 09:00 A.m. At Dpwh Regional Office Xii Conference Room, Koronadal City, South Cotabato And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 410 559 5083 And Password: 5555), Which Shall Be Open To Prospective Bidders. 9. 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 April 03, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. In Adherence With Section 25.1 Of Revised Irr Of Ra 9184 Which States That, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative Xxx Xxx”, Prospective Bidders Who Wish To Submit Bids Through Their Authorized Personnel Via Special Power Of Attorney (spa) And/or A Secretary’s Certificate During Bid Submission Must Ensure That The Authorization Is Confirmed Thru The Prospective Bidders’ Registered Email Listed Under Its Civil Works Application Profile. Only Those Authorizations That Are Confirmed Thru Romano.jessica@dpwh.gov.ph Will Be Considered. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On April 03, 2025 At 10:30 In The Morning Or Through Videoconferencing Via Zoom (meeting Id: 410 559 5083 And Password: 5555). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways Xii 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. 13. For Further Information, Please Refer To: Jessica C. Romano Head, Procurement Unit Cor. Alunan Ave., Mabini St. Koronadal City, 9506 Romano.jessica@dpwh.gov.ph Tel. No.: (083)228-3908/0970-041-1612 Facsimile Number: (083)228-9577 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Refer To Dpwh D.o. 087 S. 2020 (http://dpwhweb/pdf/issuances/do/20/do_087_s2020.pdf) Electronic Bid Submission Email: Electonicbids_r12@dpwh.gov.ph Date Of Pre-procurement Conference: March 07, 2025 (sgd.) Najib D. Dilangalen Oic-assistant Regional Director Bac Chairperson
Closing Date3 Apr 2025
Tender AmountPHP 109.4 Million (USD 1.9 Million)

National Academy Of Science And Technology Tender

Philippines
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Supply And Delivery Of Rechargeable Mini Fan Specifications: - Quantity: 130 Pcs - Wind Speed Gear: 5 Speed Control - Body Adjustment: 90degree Angle Adjustment - With Necklace - Size: Fan Diameter: 188*90*46 Mm - Battery: 2500mah - Port: Type C - Battery Voltage: 3.7v - Charging Input: Dc5v-2a - Power: 2.5w - Charging Time: 4-6h - Digital Display - Colors: Black, Blue And White - With Logo Print Sticker (file Will Be Provided) - With Packaging Box Delivery: 30 Days Upon Receipt Of Po Payment Terms: Send Bill Arrangement Abc: 55,055.00 Sealed Quotation/proposal May Be Sent 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 March 11, 2025 At 11:00 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]
Closing Soon11 Mar 2025
Tender AmountPHP 55 K (USD 960)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Invitation To Bid For: 25cm0069: Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/facilities To Support Social Services, Construction Of San Marcelino Municipal Hall At San Marcelino, Zambales The Dpwh – Zambales 2nd 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. 25cm0069 Approved Budget For The Contract (abc) Php 24,749,932.85 Source Of Fund Gaa Fy 2025 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh – Zambales 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25cm0069 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/facilities To Support Social Services, Construction Of San Marcelino Municipal Hall At San Marcelino, Zambales Locations : San Marcelino, Zambales Scope Of Works : New Construction Approved Budget For The Contract : Php 24,749,932.85 Contract Duration : 240 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “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. 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. Interested Bidders May Obtain Further Information From The Dpwh – Zambales 2nd District Engineering Office And Inspect The Bidding Documents At San Nicolas, Castillejos, Zambales During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 8 - 27, 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. 25cm0069 Cost Of Bidding Documents Php 25,000.00 6. 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. 7. The Dpwh – Zambales 2nd District Engineering Office Will Hold A Pre-bid Conference On March 14, 2025, 10:00 Am At The Conference Room, 2nd Flr., Dpwh – Zambales 2nd Deo, San Nicolas, Castillejos, Zambales, Which Shall Be Open To Prospective Bidders. 8. 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zambales2@dpwh.gov.ph For Electronic Submission On Or Before March 27, 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. 10. Bid Opening Shall Be On March 27, 2025, 10:00 Am At The Conference Room, 2nd Flr., Dpwh – Zambales 2nd Deo, San Nicolas, Castillejos, Zambales 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. 11. The Dpwh – Zambales 2nd 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. “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.” 12. 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. 148 Series Of 2024) 13. For Further Information, Please Refer To: Marlene C. Sabado Head Procurement Unit (047) 610-92-33 Approved: John Jericho G. Ladringan Bac Chairperson (047) 610-92-33 Dates Of Publication: March 8 - 27, 2025 (philgeps & Dpwh Website)
Closing Date27 Mar 2025
Tender AmountPHP 24.7 Million (USD 431.5 K)

Environmental Management Bureau Tender

Philippines
Details: Description 2 Request For Quotation (rfq) Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Eirs Rfq No. Emb-pppdd-sisms-2025-03-039 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Environmental Information Repository System On March 31 To April 04, 2025. 79 Pax X 2,500.00 X 5 Days = 987,500.00 Room Accommodation: Twin Sharing/ (individual Beds) With Internet And Complete Amenities Meals Requirements: Buffet Breakfast Am Snack Pm Snack Buffet Dinner Function Room Requirements: Conference Room Se-up: Classroom Type 2 Lcd Projector With Wide Screen Sound System And Rostrum Space For Secretariat/ Registration 3 Units Of Microphone (wireless) With Stand With Free-flowing Coffee, Tea And Candies Backdrop & Welcome Streamer With Good Internet Speed, Download And Upload At Least 300mbps With In Metro Manila 79 Pax 2,500.00 987,500.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php987,500.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 02:00 P.m. Of March 12, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. 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/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Food, Venue And Accommodation For The Conduct Of Workshop On Eirs Under Rfq No. Emb-pppdd-sisms-2025-03-039 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract 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 Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser 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 Also 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 Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance Or Annual Income Tax Returns E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Food, Venue And Accommodation For Eirs Workshop Quantity: 79 Pax Country Of Origin: Brand/model: 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. Qty Uom Purchaser’s Specifications Bidder’s Specifications 79 Pax Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Environmental Information Repository System On March 31 To April 04, 2025. Room Accommodation: Twin Sharing/ (individual Beds) With Internet And Complete Amenities Meals Requirements: Buffet Breakfast Am Snack Pm Snack Buffet Dinner Function Room Requirements: Conference Room Se-up: Classroom Type 2 Lcd Projector With Wide Screen Sound System And Rostrum Space For Secretariat/ Registration 3 Units Of Microphone (wireless) With Stand With Free-flowing Coffee, Tea And Candies Backdrop & Welcome Streamer With Good Internet Speed, Download And Upload At Least 300mbps With In Metro Manila Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Food, Venue And Accommodation For The Conduct Of Workshop On Physical And Financial Performance Information System And Environmental Information Repository System On March 31 To April 04, 2025. Room Accommodation: Twin Sharing/ (individual Beds) With Internet And Complete Amenities Meals Requirements: Buffet Breakfast Am Snack Pm Snack Buffet Dinner Function Room Requirements: Conference Room Se-up: Classroom Type 2 Lcd Projector With Wide Screen Sound System And Rostrum Space For Secretariat/ Registration 3 Units Of Microphone (wireless) With Stand With Free-flowing Coffee, Tea And Candies Backdrop & Welcome Streamer With Good Internet Speed, Download And Upload At Least 300mbps With In Metro Manila Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 79 Pax 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ 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. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____
Closing Soon12 Mar 2025
Tender AmountPHP 987.5 K (USD 17.2 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Invitation To Bid For: 25cm0077: Convergence And Special Support Program, Rainwater Collector System, Castillejos, San Marcelino, Zambales 1. Del Pilar Elementary School, Del Pilar Castillejos, Zambales – 2 Units (p/ 395,642.08) 2. Kanaynayan Community School, Barangay San Pablo, Castillejos, Zambales – 3 Units (p/ 545,073.45) 3. Chiang Chio Te Memorial Aeta School Sitio Ibad, San Marcelino, Zambales – 3 Units (p/ 873,500.29) 4. President Ramon Magsaysay State University – San Marcelino Campus, Nagbunga, San Marcelino, Zambales – 2 Units (p/ 395,642.08) 5. San Marcelino Elementary School, Burgos, San Marcelino, Zambales – 2 Units (p/ 395,642.08) The Dpwh – Zambales 2nd 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. 25cm0077 Approved Budget For The Contract (abc) Php 2,605,499.98 Source Of Fund Fy 2025 Ra 12116 Regular 2025 Current Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh – Zambales 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25cm0077 Name Of Contract : Convergence And Special Support Program, Rainwater Collector System, Castillejos, San Marcelino, Zambales 1. Del Pilar Elementary School, Del Pilar Castillejos, Zambales – 2 Units (p/ 395,642.08) 2. Kanaynayan Community School, Barangay San Pablo, Castillejos, Zambales – 3 Units (p/ 545,073.45) 3. Chiang Chio Te Memorial Aeta School Sitio Ibad, San Marcelino, Zambales – 3 Units (p/ 873,500.29) 4. President Ramon Magsaysay State University – San Marcelino Campus, Nagbunga, San Marcelino, Zambales – 2 Units (p/ 395,642.08) 5. San Marcelino Elementary School, Burgos, San Marcelino, Zambales – 2 Units (p/ 395,642.08) Locations : Castillejos, San Marcelino, Zambales Scope Of Works : Installation Of Water Tank Approved Budget For The Contract : Php 2,605,499.98 Contract Duration : 60 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “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. 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. Interested Bidders May Obtain Further Information From The Dpwh – Zambales 2nd District Engineering Office And Inspect The Bidding Documents At San Nicolas, Castillejos, Zambales During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 8 - 27, 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. 25cm0077 Cost Of Bidding Documents Php 5,000.00 6. 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. 7. The Dpwh – Zambales 2nd District Engineering Office Will Hold A Pre-bid Conference On March 14, 2025, 10:00 Am At The Conference Room, 2nd Flr., Dpwh – Zambales 2nd Deo, San Nicolas, Castillejos, Zambales, Which Shall Be Open To Prospective Bidders. 8. 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zambales2@dpwh.gov.ph For Electronic Submission On Or Before March 27, 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. 10. Bid Opening Shall Be On March 27, 2025, 10:00 Am At The Conference Room, 2nd Flr., Dpwh – Zambales 2nd Deo, San Nicolas, Castillejos, Zambales 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. 11. The Dpwh – Zambales 2nd 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. “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.” 12. 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. 148 Series Of 2024) 13. For Further Information, Please Refer To: Marlene C. Sabado Head Procurement Unit (047) 610-92-33 Approved: John Jericho G. Ladringan Bac Chairperson (047) 610-92-33 Dates Of Publication: March 8 - 27, 2025 (philgeps & Dpwh Website)
Closing Date27 Mar 2025
Tender AmountPHP 2.6 Million (USD 45.4 K)

MINISTRY OF FINANCE AND BUDGET AND MANAGEMENT BARMM Tender

Philippines
Details: Description Proposed Office And Conference Room Renovation Of Office Of The Minister (1 Lot) Total Floor Area: Office Of The Minister - 26.31 Sq.m Conference Room - 17.64 Sq.m Location: Mfbm Main Building, Bangsamoro Government Center, Rosary Heights Vii, Cotabato City Description : I. Earth Works A) Removal Of Actual Structures B) Construction Safety And Health Ii. Carpentry Works Iii. Electrical Works Iv. Prefabricated Material A) Acrylic Logo With Led Back Lit V. Equipment Rental Vi. Indirect Cost Instruction: A) The Contractor Shall Provide The Actual Design In Accordance With The End-user's Desired Output B) It Is Recommended To Visit The Location And Discuss The Actual Works With The Mfbm Personnel Before The Final Quotation Is Made. C) Site Visitation And Conduct Of Civil Works Shall Be Coordinated With Mfbm Personnel. D) Review And Acceptance Of The Project By The End-user And The Mfbm Inspection Team Is Required Before The Final Payment Is Made. Note: Attached In This Pr Or The Bill Of Quantities For Reference
Closing Soon11 Mar 2025
Tender AmountPHP 988 K (USD 17.2 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 800(2) Clearing And Grubbing L.s. 1.00 801(1) Removal Of Structures And Obstruction L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 56.34 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 44.00 804(2)a Embankment From Borrow(common Soil) Cu.m. 83.89 804(7) Gravel Fill Cu.m. 13.17 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 59.08 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg. 11,245.22 903(2) Formworks And Falseworks Sq.m. 427.43 Total Cost (part B) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel)(100mm) Sq.m. 264.65 1010(2)a Doors (flush) Sq.m. 8.19 1010(2)b Doors (wood Panel) Sq.m. 6.30 1004(2) Finishing Hardware (lockset & Hinges) L.s. 1.00 1008(1)c Aluminum Glass Windows (awning Type) Sq.m. 39.06 1051(1)a Railing L.s. 1.00 1027(1) Cement Plaster Finish Sq.m. 508.29 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 81.60 1016(1)a Waterproofing (cement-base) Sq.m. 62.40 1032(1)c Painting Works(steel) Sq.m. 90.27 1013(2)a Fabricated Metal Roofing Accessory(gauge 26 (0.551mm), Ridge/hip Rolls) L.m. 15.60 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Long Span) Sq.m. 106.70 1047(8)a Structural Steel (trusses) Kg. 1,105.96 1047(8)b Structural Steel (purlins) Kg 829.79 1047(5)a Metal Structure Accessories (bolts And Rods) Kg. 40.85 1047(4)b Metal Structure Accessories (turnbuckle) Each 16.00 1047(5)c Metal Structure Accessories (cross Bracing) Kg. 116.42 1047(5)d Metal Structure Accessories (steel Plates) Kg 181.99 1047(5)b Metal Structure Accessories (sagrods) Kg. 24.29 1001(11) Septic Vault/tank (concrete/chb) L.s. 1.00 1001(9) Storm Drainage And Downspout L.s. 1.00 1001(8) Sewer Line Works L.s. 1.00 1002(4) Plumbing Fixtures L.s. 1.00 1002(24) Cold Water Lines L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D Electrical 1100(10) Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wire And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main And Branch Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php Part E Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part E) Carried To Summary Php
Closing Date28 Mar 2025
Tender AmountPHP 4.9 Million (USD 86.3 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 90.55 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 75.48 804(2)a Embankment From Borrow (common Soil) Cu.m. 38.40 804(7) Gravel Fill Cu.m. 42.71 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 74.37 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg. 4,236.36 903(2) Formworks And Falseworks Sq.m. 246.94 Total Cost (part B) Carried To Summary Php Part C Finishing And Other Civil Works 1003(11)a1 Fascia Board (12mm, Fiber Cement Board) M. 91.60 1032(1)a Painting Works (masonry/concrete) Sq.m. 153.44 1032(1)c Painting Works (steel) Sq.m. 344.35 1014(1)a2 Pre-painted Metal Sheets (above 0.427mm. Corrugated, Long Span) Sq.m. 514.80 1013(2)a Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Ridge/hip Rolls) Lm. 26.00 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) Lm. 39.60 1013(2)c Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Gutters) Lm. 52.00 1047(7) Structural Steel L.s. 1.00 1047(8)a Structural Steel (trusses) Kg. 5,653.74 1047(8)b Structural Steel (purlins) Kg. 5,520.50 1047(5)a Metal Structure Accessories (bolts And Rods) Kg 73.80 1047(5)d Metal Structure Accessories (steel Plates) Kg 397.29 1047(5)b Metal Structure Accessories (sagrods) Kg 210.95 1047(5)c Metal Structure Accessories (cross Bracing) Kg. 359.86 1047(4)b Metal Structure Accessories (turnbuckle) Each 24.00 1001(9) Storm Drainage And Downspout L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D Electrical 1100(10) Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php
Closing Date28 Mar 2025
Tender AmountPHP 4.9 Million (USD 86.3 K)

Bicol State College Of Applied Sciences And Technology Tender

Philippines
Details: Description Request For Price Quotation __________________________________________ (name Of External Provider) __________________________________________ (address) Please Quote Your Lowest Price On The Item Listed Below, Subject To The General Conditions On The Latter Part Of This Stating The Shortest Time Of Delivery And Subject Your Quotation Duly Signed By Your Representative Not Later Than March 13, 2025 At 12:00 Nn In The Return Envelope Attached Herewith. Conditions: 1. All Entries Must Be Legibly Written 2. Price Validity Shall Be For A Period Of 30 Calendar Days. 3. Delivery Should Be Made On 15 Days After Issuance Of Purchase Order. 4. Payment Shall Be Made Through Government Check _____ Days After Delivery. 5. The Approved Budget For The Contract For This Procurement Is P 98,675.60 (6%) Vat Inclusive & Freight Inclusive. 6. Posting Of Performance Bond Upon Receipt Of Notice Of Award In Either Of The Following Amount. Cash (5%) Bank Guarantee (10%) Surety Bond (30%) 7. Guide To Vat Inclusion On Total Price Quoted: Vat Registered 6% For Goods Non-vat Registered 4%(goods) 7% For Services 5%(services) 8. The Bidder Must Not Be “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; 9. The Bidder Must Not Be 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; 10. The Bidder Must Indicate The Brand Name And Model If Applicable. Analyn A. Madrid, Met Bac Chairperson Item No. Description Of Articles Qty. Unit Of Measure Unit Price Total Price Project Name: Procurement Of Various Materials - 1 Lot 1 Medals, Acrylic 3” X 3”, With Ribbon 648 Piece 2 Trophies, Acrylic, 12” 14 Piece 3 Trophies, Acrylic, 14” 6 Piece 4 Trophies, Acrylic, 16” 7 Piece 5 Trophies, Acrylic, 18” 1 Piece 6 Sash – 1.2 Meter Long, 6” Width, With Print 18 Piece 7 Flower Bouquet And Garland 5 Set 8 Tarpaulin Printing (10x6) 2 Piece Grand Total: ___________ Delivery Period _________________________ Warranty _________________________ Price Validity _________________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Price Above Indicated. ________________________________ *printed Name/signature ________________________________ *tel. No./cellphone No./e-mail Address ________________________________ *tin Number Documentary Requirements For Small Value Procurement: 1. Certificate Of Philgeps Registration/philgeps Reg. Number 2. Mayor’s/business Permit 3. Bir Certificate Of Registration 4. Dti/sec Certificate 5. Income/business Tax Return (for Abcs Above 500,000.00) *for Abcs Above 50,000.00 6. Original Copy Of Notarized Omnibus Sworn Statement Using The Gppb-prescribed Form/template Note: If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement, Subject To Compliance Therewith After Award Of Contract But Before Payment
Closing Soon13 Mar 2025
Tender AmountPHP 98.6 K (USD 1.7 K)
81-90 of 10000 active Tenders