Cloud Tenders
Philippine Health Insurance Corporation Tender
Furnitures and Fixtures
Philippines
Details: Description 1. The Philhealth Regional Office Xii, Through The Corporate Operating Budget For Cy 2025 Intends To Apply The Sum Of Two Million Two Hundred Eighty-six Thousand Nine Hundred Six Pesos Only (p2,286,906.00) Being The Abc To Payments Under The Contract For The Item In The Procurement Of Various Semi-expendable Furniture And Fixture For Cy 2025 With Invitation To Bid No. Bac-pb-2025-001. Bid Received In Excess Of The Abc For The Item Shall Be Automatically Rejected At Bid Opening. 2. The Philhealth Regional Office Xii Now Invites Bids For The Above Procurement Project. Item No. Product/service Name Item Description Quantity Unit Approved Budget (php) 1. Chair Clerical Chair For Jg 10 (sg 17) And Below, Ergonomic Designed Office Chairs With Armrest, Adjustable Seat Height Using Gas-lift Mechanism, With At Least 50mm Thick Seat And Back Cushion Made Up Of High Density Foam In Fully Upholstered Black Fabric, 5-pronged Nylon Base On Heavy Duty Nylon Casters, Backrest Shall Be Bolted With The Sit And Not Welded, Can Swivel 360 Degrees, Meets Ansi/bifma X5.1-2011 (american National Standard For Office Furnishing – General Purpose Office Chair) Standards. Minimum Dimensions: Overall Height, 35”; Seat Size, 19” W X 17” D; Back Size, 19” W X 20” H; Seat Height, 15” 34 Units 306,000.00 2. Chair Conference Chair, Ergonomic Designed Chairs With Armrest, Lockable Rocking/tilting And Adjustable Seat Height Using Gas-lift Mechanism, With At Least 50mm Thick Seat Cushion Made Up Of High Density Foam In Fully Upholstered Black Fabric, Backrest Made Up Of Mesh Fabric, 5-pronged Nylon Base On Heavy Duty Nylon Casters, Backrest Shall Be Bolted With The Sit And Not Welded, Can Swivel 360 Degrees, Meets Ansi/bifma X5.1-2011 (american National Standard For Office Furnishing – General Purpose Office Chair) Standards. Minimum Dimensions: Overall Height, 35”; Seat Size, 19" W X 16" D; Back Size, 19" W X 20" H; Seat Height, 15” 10 Units 150,000.00 3. Chair Junior Executive Chair For Jg 11-12 (sg 18-23), Ergonomic Designed Office Chairs With Armrest, Lockable Rocking/tilting And Adjustable Seat Height Using Gas-lift Mechanism, With At Least 50mm Thick Seat And Back Cushion Made Up Of High Density Foam In Fully Upholstered Black Fabric, 5-pronged Polished Aluminum Base On Nylon Casters, Backrest Shall Be Bolted With The Sit And Not Welded, Can Swivel 360 Degrees, Meets Ansi/bifma X 5.1-2011 (american National Standard For Office Furnishing – General Purpose Office Chair) Standards. Minimum Dimensions: Overall Height, 39”; Seat Size, 19" W X 17" D; Back Size, 19" W X 22" H; Seat Height, 17” 17 Units 212,500.00 4. Filing Steel Cabinet Steel Drawer, 4-drawer Filing Cabinet, Made Of Gauge No. 20 Steel Sheets, Powder-coated Color Light Gray Finish, Each Drawer Is Equipped With A Slotted-type File Divider, Heavy Duty Bearings And Rollers For Smooth Drawer Operation, Fit For Legal Size Folders, All Drawers Shall Be Controlled By A Centralized Lock, Detachable Drawers, With Handles And Card Holder. Minimum Dimension: 52" H X 18" W X 28" D 18 Units 450,000.00 5. Information Desk Portable, Item Description: Pop-up Table, Collapsible, Lightweight And Easy To Assemble With Solid Surface On Top Dimension: 2.83 Ft X 7.1 Ft 5 Units 176,000.00 6. Roll Up Sunscreen Manually Operated Retractable Roll-up Sunscreen In White Gray Color Using Heavy Duty Plastic Chain With 0% Openness Factor, Combination Of Polyester And Pvc Material, Thickness Shall Not Be Less Than 1.00mm., Flammability Test Meets Nfpa 701 Standard, Aluminum Powder Coated Finish Head Rail, Complete With Heavy Duty Accessories, With Greenguard Certification. Note: Bidders/suppliers Are Required To Take An Actual Measurement Of Windows/spaces Prior To Costing, Fabrication, Assembly And/or Purchase 3,497 Sq.ft. 874,250.00 7. Table Clerical Table For Jg 10 (sg 17) And Below, Main Desk: “l - Shape” At Least 25mm. Thick Hdf Board With Light Gray Hpl Finish, Post Formed Front With Dark Gray Pvc/rubber Edge Sidings And Inner Grommet, Panel Legs With Adjustable Glider Footings And 20mm. Thick Modesty Panel. Size: 1200mm.w X 600mm.d X 750mm.h. Side Table: Attached To Main Table Using 25mm. Thick Hdf Board With Hpl Finish In Light Gray Finish, With Three (3) Side Drawers With Overall Dimension Of 400mm.hx300mmw, Post Formed Front And Back With Dark Gray Pvc/rubber Edge Sidings, Panel Leg With Adjustable Glider Footings And 20mm. Thick Modesty Panel. Size: 900mm.w X 450mm.d X 750mm.h. Mobile Pedestal: Made Of Gauge No. 20 Cold Rolled Steel Sheets, Powder-coated Finish, Color Light Gray, Three Drawer Pull-out With Replaceable Central Locking System, Base Shall Have Anti-tip Supports (front And Back), With Nylon Casters. Size: W400mm X D560mm X H650mm 20 Units 90,700.00 8. Table Monobloc, Size, Min.: 35" X 35" Capacity: Four (seater), Application: For Indoor And Outdoor Use 20 Pieces 27,456.00 Total P2,286,906.00 Delivery Of The Goods Is Required For A Period Of Thirty (30) Days Commencing From The Time Of Receipt By The Winning Supplier Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years (april 23, 2023 – April 22, 2025) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Philhealth Regional Office Xii – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am - 5:00 Pm From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 3,2025 – April 22, 2025 (8:00 Am – 4:00 Pm, During Weekdays Only) And On April 23, 2025 (8:00 Am – 9:30 Am), From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb: Approved Budget For The Contract Maximum Cost Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,00 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Philhealth Regional Office Xii Will Hold A Pre-bid Conference At 10:00 Am Onwards On April 11, 2025 At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below Or Online Or Electronic Submission As Indicated Below (bidders Maybe Requested To Submit Hard Copies Of The Bidding Documents During Bid Evaluation Stage Of The Procurement) On Or Before 10:00 Am On April 23, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 23, 2025 At 10:00 Am Onwards At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Shall Submit Their Electronic Bids Using A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual Bid Opening On April 23, 2025 At 10:00 Am. Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions Is Allowed. 11. The Philhealth Regional Office 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Sharon Rose B. Ysmael/mark Vincent N. Romero Bac Secretariat Philhealth Regional Office Xii 4th Floor, Csa I Building Corner Zulueta Street - General Santos Drive, City Of Koronadal, South Cotabato Bac.pro12@philhealth.gov.ph Telephone No. (083) 228-9731 To 35 Loc. 6406 Www.philhealth.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Https://www.philhealth.gov.ph/suppliers/iaeb/index.htm For Online Bid Submission: Bac.pro12@philhealth.gov.ph Issued This 3rd Day Of April 2025. ______(sgd.)_______________ Lorelie G. Bonilla Chairperson, Bids And Awards Committee Noted: ______(sgd.)_______________________ Hector Zenon Leonardo P. Malate, Md Head Of The Procuring Entity
Closing Date23 Apr 2025
Tender AmountPHP 2.2 Million (USD 40.3 K)
City Of Ozamis, Misamis Occidental Tender
Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Sf-good-05 Invitation To Bid The Local Government Of Ozamiz City, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project/description & Location: Extension Of The Coverage Of The Electronic Surveillance System (command Center) Of Ozamiz City 1 Lot Ipc Surveillance Network - Approved Budget For The Contract (php) : 3,850,000.00 Inclusive Of: 24 Units Full-color Vari-focal Warm Led Bullet Motorized Lens Network Camera (specification: 24hr Full Color, 4mp 1/1.8" Cmos Image Sensor, Low Illuminance, High Image Definition, Built-in Warm Illuminator, And The Max. Illumination Distance Is 70 M, Roi, Svc, Smart H.264 +/h.265+, Ai H.264/h.265,flexible Coding, Applicable To Various Bandwidth And Storage Environments, Rotation Mode, Wdr, 3d Nr, Hlc, Blc, Digital Watermarking, Applicable To Various Monitoring Scenes, Alarm: 1 In, 1 Out; Audio: 1 In, 1 Out; Supports Max. 256 G Micro Sd Card, Built-in Mic And Speaker, Support Two-way Talk, Intelligent Video Surveillance (ivs) Perimeter Protection - Tripwire; Intrusion; Fast Moving Detection Of Vehicle And Human; Loitering Detection, Face Capture - Face Detection; Snapshot; Face Exposure; Face Attributes Extraction Including 6 Attributes And 8 Expressions, 12v Dc/poe Power Supply, Epoe, Ip67 Protection, Smd 3.0, Water Proof Junction Box With 1-year Warranty On Labor And Parts); 24 Units Pole Mount Bracket; 2 Units Hydrological Monitoring Network Camera (specification: 1/1.8" Megapixel Cmos, Powerful 40x Optical Zoom, Ir Distance Up To 250m, Max. 25/30 Fps@4k, Water Level Marker Detection And Calibration, Water Level Marker Joining, Bot Detection, Ip67 With 1 Year Warranty On Labor And Parts); 2 Units Wall Mount Bracket (for Hydrological Monitoring Network Camera); 2 Units 4mp 24x Ir Network Panoramic + Ptz Camera (specifications: 4 Megapixel Cmos, 24× Optical Zoom, 16× Digital Zoom, Max. 25/30 Fps@4 Mp, Ir Distance Up To 150 M, Auto-tracking, Perimeter Protection, Round And Light Alarm, Pole Mount Bracket, With 1-year Warranty On Labor And Parts); 2 Units Pole Mount Bracket (for 4mp 24x Ir Network Panoramic + Ptz Camera); 11 Units Fabricated Outdoor Enclosures; 12 Units 10-port Gigabit Layer 2 Cloud Managed Poe Switch (specification: 10-port Gigabit Layer 2 Managed Poe Switch, Enterprise-class Quality Ensures High Performance, Ip Camera Recognition, Unique Value For Cctv Network With 1-year Warranty On Labor And Parts); Network Lay-out And Cabling Materials; Grounding And Electrical Works; Labor, Installation, Fabrication, Setup And Configuration; 1 Lot Fiber Optic Cable Network - Approved Budget For The Contract (php) : 1,540,000.00 Inclusive Of: 1.25gbps Single Module Single Fiber Transceiver (15 Units), 8-port Fiber Distribution Box (8 Units), Fiber Lay-out And Cabling Materials; Labor, Installation And Signal Testing End-to-end 1 Lot Wireless Radio Network - Approved Budget For The Contract (php) : 3,000,000.00 Inclusive Of: 3 Units Wireless Radio Network (specifications: Ultra-high Throughput Wireless Surveillance Backhauling Application, Point To Point, Point To Multi-point, Daisy-chain, Ring, Full Mesh, Supports Up To 2 X 1,201mbps Data Rate, 20/40/80mhz Channel, Greater Than 30 Hops Backhauling With Deployment Flexibility, 2x5 Ghz Radio, Poe Or Dc Input, Ip 67 Weatherproof, 2kv Surge Protection, Supports A-os, Parts Included: (8) Rf :lightning Arrester With Rf Cable, (2) Parabolic Antenna, (2) Fabricated Outdoor Enclosure, (2) 10-port Switch With 8-port Poe 2 Sfp Port (managed With Power Supply); (2) Fabricated Pole With (one (1) Year Warranty On Labor And One (1) Year Replacement Warranty On Parts; Installation, Setup, Configuration, Commissioning, Testing, Troubleshooting And Turn-over; 1 Lot Engineering Works, Programming/commissioning Approved Budget For The Contract : (php) 2,110,000.00 Engineering Services To Include The Deployment Of Manpower On-site, Project Site Inspection, Project Planning And Design, Programming Testing And Commissioning And The Submission Of Site Development Plan. Scope Of Work • Installation Of Outdoor Cameras, Facial Recognition Camera And Ptz Camera At Agreed Locations • Installation Of Water Proof Junction Box To Secure Surveillance Camera • Installation Of Pole Mount Bracket To Secure Surveillance Camera • Fabrication Of Customized Components Such As Poles, Brackets Etc. • Installation Of Fabricated Extended Bracket To Secure Surveillance Camera • Installation Of Fabricated Enclosures On-site. Includes Cabling Layout, Weather Proofing, And Grounding • Installation Of Poe Switches On Location. Includes Cabling, Termination, Setup, And Configuration • Layout Fiber Cabling With Termination And Signal Testing End - To - End • Installation Of Horizontal Cable Manager Inside Data Cabinet • Installation, Setup And Configuration Of The Network Video Recorder • Install And Configure The Outdoor Surveillance Camera And Ptz Camera In The Network Video Recorder • Setup Required Surveillance Camera And Lpr Analytics In Video Surveillance Server • Configure Recording Retention Time Of Surveillance Video Recordings In Nvr As Required By Customer • Installation And Setup Of Video Management System Server • Installation And Setup Of Desktop Network Time Server • Installation And Setup Of Video Wall • Installation And Setup Of Backup Storage • Commission, Testing, Training, And Turn-over System General Requirement • All Materials, Equipment, Components And Devices Shall Be New And Unused. • All Materials, Equipment, Components And Devices Shall Be Clearly Marked And Be Suitable For The Electrical Power Supply System To Which It Will Be Connected. • Surveillance Cameras Should Have Iso Certifications To Ensure Quality Standards Of Products Offered To End-user Supplier Requirements • Contractor Must Have Completed At Least 1 Similar Project Within The Last 3 Years. • Contractor Should Have Been Operating In The Philippines For At Least Five (5) Years And Is Registered With Sec And/or Dti. • Contractor Should Provide Manufacturer’s Letter Of Support Stating That The Contractor Is Authorized To Bid And Sell The Brands To Be Offered. • Contractor Should Provide Certification Compliance From Manufacturer Or Brand ✓ Iso/iec 20000-1:2018 Information Technology Service Management ✓ Iso 9001:2015 Quality Management Systems ✓ Iso 14001:2015 Environmental Management Systems ✓ Iso 45001:2018 Occupational Health And Safety Management Systems ✓ Manufacturer Certification • Contractor Should Have At Least Five (5) Certified Engineers Who Will Oversee Implementation Of The Project • Contractor Should Have At Least Ten (10) Years Of Experience In The It & Security Industry Projects • Bid Should Be Inclusive Of On-site Basic Users Training For The Staff/end-user (operation And Troubleshooting) • Contractor Should Have An Existing Office And Available Manpower Within The Province / City For Support And Immediate Response When Any Issue Should Arise During The Warranty Period Warranty And Support Services • One (1) Year Warranty On Labor And It Components • Warranty Does Not Cover Components/parts Supplied By Customer During Project Implementation. • Warranty Does Not Cover Malfunction Of System Due To Malicious Attack To Application/s And Or Operating System Such As But Not Limited To Virus, Spyware, Adware, Malware, Worms, Trojan, Etc. Reformat Of Hard Drive Or Re-installation Of Application/s Due To Forgotten Password Or Security Codes Are Not Covered By The Free Service Offered Within The Warranty Period. Contractor Will Only Be Responsible For The Restoration And/or Repair Of The System Where Separate Billing May Be Issued Upon Prior Consent From The Client. • Warranty Does Not Cover Repair Or Replacement For Items That Are Considered Supplies Such As But Not Limited To Consumable Items And Back-up Spare Part/s. • Whereas, Warranty Shall Be Considered Null And Void For The Following Conditions; O Warranty Seal Is Tampered, Missing Or Damaged In Any Way. O The Device/system Has Been Repaired, Serviced Or Altered In Any Way By People Not Authorized By Contractor. O The Device/system Has Been Damaged Caused By; ▪ Improper Use Or Use Of Improper Tool To Perform Correct Operation Of Device/system ▪ Neglect Or Inability To Take Care Of The Device/hardware. ▪ Natural Disasters (“acts Of God”) Such As But Not Limited To Typhoon, Earthquake, Flashflood, Volcanic Eruption, Tsunami, Hurricane, And The Likes. ▪ Man-made Situations Such As But Not Limited To Explosions, Fires, Acts Of Terrorism, Hacking, Robbery, Vandalism, And The Likes. ▪ Animal-made Situations (infestation) Such As But Not Limited To Insects, Rodents, And Other Pests. ▪ Any Fortuitous Or Misconduct Behavior Of Any Person Or Third Party Group Which Results To The Damage, Destruction, And Malfunction Of The Hardware Or System. • The Contractor Or Its Business Partners Reserve Its Right To Object Or Reject Client’s Claim For Warranty After Such Evaluation Of The Product Subject For Claim/s. Trainings And Documentation • Lgu Will Assign Authorized And Capable Technical Personnel And Operators For Training And Turn-over • Training To Include Administration Operation, Troubleshooting, Calibration, Programming And Repair Of The Surveillance Cameras Installed • Training Materials/handout Manuals Shall Be Provided • Manuals And Technical Documents Shall Be Provided Upon Turnover. Grand Total: 10,500,000.00 Contract Duration/delivery Period (maximum): 240 Cd Project Reference No.: G-hfo-002-25 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulation (irr). Issuance Of Bid Documents: February 11, 2025 To March 4, 2025 At 1:59 P.m. Pre-bid Conference: February 18, 2025 At 3:30 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Opening Of Bids: March 4, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: March 5, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: March 6, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Local Government Of Ozamiz Cashier. The Local Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/acting City General Services Officer Date: February 11, 2025
Closing Date4 Mar 2025
Tender AmountPHP 10.5 Million (USD 181 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0052 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Osmena – Pilar Rd (s00023sg) – K0009+000 – K0011+000 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0053 Contract Name : Preventive Maintenance – Tertiary Roads Asphalt Overlay Along Jct Del Carmen – Sta. Monica – San Isidro Rd (s00009sg) – K0026+300 – K0028+500 Location Of The Contract: Del Carmen, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 3. Contract Id : 25nf0054 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0030+306 - K0032+800 Location Of The Contract: San Benito, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0055 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0036+100 – K0038+587 Location Of The Contract: Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0056 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0029+944 – K0031+874 Location Of The Contract: San Isidro, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 6. Contract Id : 25nf0057 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0035+000 - K0036+804, K0037+462 - K0037+990 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 7. Contract Id : 25nf0058 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd Phase 2 (s00022sg) K0031+874 – K0033+000, K0036 + 410 – K0037+500, K0039+000 – K0039+054 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0052, 25nf0053, 25nf0054, 25nf0055, 25nf0056, 25nf0057 & 25nf0058, Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 188, 188, 188, 188, 188, 188 & 188 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On March 5, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 18, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 26, 2025 To March 18, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On March 5, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 18, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 18, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 18, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 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 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 25, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 26, 2025 – March 4, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date18 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0052 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Osmena – Pilar Rd (s00023sg) – K0009+000 – K0011+000 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0053 Contract Name : Preventive Maintenance – Tertiary Roads Asphalt Overlay Along Jct Del Carmen – Sta. Monica – San Isidro Rd (s00009sg) – K0026+300 – K0028+500 Location Of The Contract: Del Carmen, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 3. Contract Id : 25nf0054 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0030+306 - K0032+800 Location Of The Contract: San Benito, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0055 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0036+100 – K0038+587 Location Of The Contract: Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0056 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0029+944 – K0031+874 Location Of The Contract: San Isidro, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 6. Contract Id : 25nf0057 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0035+000 - K0036+804, K0037+462 - K0037+990 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 7. Contract Id : 25nf0058 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd Phase 2 (s00022sg) K0031+874 – K0033+000, K0036 + 410 – K0037+500, K0039+000 – K0039+054 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0052, 25nf0053, 25nf0054, 25nf0055, 25nf0056, 25nf0057 & 25nf0058, Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 188, 188, 188, 188, 188, 188 & 188 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On March 5, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 18, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 26, 2025 To March 18, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On March 5, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 18, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 18, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 18, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 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 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 25, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 26, 2025 – March 4, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date18 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0052 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Osmena – Pilar Rd (s00023sg) – K0009+000 – K0011+000 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0053 Contract Name : Preventive Maintenance – Tertiary Roads Asphalt Overlay Along Jct Del Carmen – Sta. Monica – San Isidro Rd (s00009sg) – K0026+300 – K0028+500 Location Of The Contract: Del Carmen, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 3. Contract Id : 25nf0054 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0030+306 - K0032+800 Location Of The Contract: San Benito, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0055 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0036+100 – K0038+587 Location Of The Contract: Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0056 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0029+944 – K0031+874 Location Of The Contract: San Isidro, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 6. Contract Id : 25nf0057 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0035+000 - K0036+804, K0037+462 - K0037+990 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 7. Contract Id : 25nf0058 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd Phase 2 (s00022sg) K0031+874 – K0033+000, K0036 + 410 – K0037+500, K0039+000 – K0039+054 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0052, 25nf0053, 25nf0054, 25nf0055, 25nf0056, 25nf0057 & 25nf0058, Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 188, 188, 188, 188, 188, 188 & 188 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On March 5, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 18, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 26, 2025 To March 18, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On March 5, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 18, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 18, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 18, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 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 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 25, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 26, 2025 – March 4, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date18 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Civil Service Commission Tender
Telecommunication Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq 2025-05-059 15 May 2024 The Civil Service Commission - National Capital Region (csc-ncr), Through Its Bids And Awards Committee (bac), Will Undertake A Small Value Procurement For The Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 In Accordance With Section 35.13 Of The Republic Act (ra) No. 12009 Otherwise Known As The New Government Procurement Act And Its Implementing Rules And Regulations, As Follows: Name Of Project: Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 Deadline For Submission: Quotations Must Be Submitted Not Later Than 10:00 Am Of 02 June 2025 Place Of Submission: For Manual Submission Of Quotation – Civil Service Commission National Capital Region No. 25 Kaliraya St., Barangay Doña Josefa Quezon City For Electronic/online Submission Of Quotation – Cscncrbac@gmail.com I. Specific Deliverables Quantity Unit Description Supplier’s Product Specifications Unit Bid Price Total Bid Amount Bidder’s Statement Of Compliance 5 Licenses "video Conferencing Application Subscription For Cy 2025 To 2026 (please See Technical Specifications And Terms And Conditions In This Request For Quotation)" "instructions: 1. Interested Contractors Shall Agree To Conform To The Attached Technical Specifications And Terms And Conditions Indicated In This Request For Quotation And Must State Its Conformity Thereof By Placing “comply” Or Any Equivalent Term In The Column For Bidder’s Compliance. 2. Interested Contractor And/or Its Authorized Representatives Shall Sign Its Conformity At The Last Page Of This Request For Quotation." Delivery Period: The Subscription Of Licenses Shall Commence From June 2025 And Only After Receipt Of The Issuance Of The Notice To Proceed Issued By The Csc-ncr. Total Delivery Period: The Supply Of Pest Control Services For Csc Ncr Shall Commence From ______ And Only After Receipt Of The Issuance Of The Notice To Proceed Issued By The Csc-ncr. Ii. Approved Budget For The Contract Total The Approved Budget For The Contract (abc) Is One Hundred Forty – Six Thousand Seven Hundred Twenty – Nine Pesos Only (php146,729.00). Iii. Technical Specifications A. Project Title Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 B. Objective To Provide A Platform For Meetings And Webinars That Can Handle 500 Participants That Can Empower Csc-ncr Officials And Employees To Organize Their Work, Collaborate, Plan, And Work Efficiently. C. Duration Of The Contract The Contract Duration For The Subscription Of Licenses For Video Conferencing Application Shall Be One (1) Year Reckoned From The Date Indicated In The Notice To Proceed (ntp) To Be Issued By The Csc-ncr. D. Scope Of Work And Services 1. The Contractor Shall Provide The Subscription Of Licenses For Video Conferencing Application And Support Services For The Five (5) Host Licenses For A Contract Duration Of One (1) Year Reckoned From The The Date Indicated In The Notice To Proceed (ntp). 2. The Contractor Shall Provide Licenses And Support Services For The Following Video Conferencing Application Features: A. Minimum Of 5 Licenses For The First Purchase B. Basic + Additional Features C. Can Cater To 100 Participants For Meetings D. Ai Comparison E. With A Meeting Duration Of Up To Thirty (30) Hours F. Custom Personal Meeting Id G. Assign Scheduler H. Provision For Online And Local Customer Support I. Video And Web Conferencing Features J. Group Collaboration K. Five (5)gb Of Mp4/m4a Cloud Recording Storage (per License) L. With User Management And Admin Feature Controls M. With Breakout, Polling, And Reporting Features N. Virtual Background O. Zoom Whiteboards Add-ons: Large Meeting 500 Participants (1 License) User/admin Training For Fifteen (15) Users 3. The Contractor Shall Be Able To Provide Twenty-four (24) Hours A Day, Seven Days A Week (24x7) Technical Support Service. The Modalities For The Rendition Of Technical Support By The Contractor Can Be Through Telephone Call, Electronic Mail, Online And/or On-site Support Or Other Appropriate Means, Depending On The Needs Of The Csc-ncr. 4. The Contractor Shall Resolve Any Report For Technical Support And/or Request For Problem Resolution By The Csc Ncr On Any/all Video Conferencing Application License Components Within Four (4) Hours After Request By The Csc-ncr. E. Warranties And Undertaking Of The Contractor 1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Request For Quotation. 2. The Contractor Warrants, Represents And Undertakes Reliability Of The Services And That Their Manpower Complement Is Qualified And Dedicated To Do The Service Required To The Satisfaction Of The Csc-ncr. 3. The Contractor In The Performance Of Its Services Shall Secure And Maintain At Its Own Expense All Registration, Licenses Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And The National Government. 4. The Contractor Warrants That It Has Been Granted The Necessary Certification/authorization To Represent The Original Product Manufacturer/authorized Reseller Of The Video Conferencing Application. 5. The Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Under This Contract. 6. The Contractor Warrants That Its Quotation To Be Submitted To The Csc Ncr Shall Be Inclusive Of All Taxes Required To Be Paid By The Government Such As Final Withholding Value Added Tax (services) Of Five Percent (5%), And Expanded Withholding Tax Of Two Percent (2%), And Such Other Taxes As May Be Required By The Government. 7. The Contractor Warrants That The Price Indicated In Its Quotation/contract Shall Be Fixed And Is Not Subject To Any Price Escalation For The One (1) Year Duration Of The Contract. F. Terms Of Billing And Payment 1. The Contractor Shall Be Paid By The Csc Ncr Upon Provision Of The Licenses For This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%). 2. The Contractor Shall Send To The Csc Ncr Its Billing Statement On A Monthly Basis For The Duration Of This Contract 3. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules And Regulations: (i) Sales Invoice/billings; And (ii) Certificate Of Acceptance Issued By The Csc Ncr. 4. No Advance Payment Shall Be Allowed Pursuant To Section 88 Of Presidential Decree No. 1445[1] Which Prohibits Against Advance Payment On Government Contracts. G. Other Terms And Conditions: 1. The Contractor Shall Provide Correct And Accurate Information Required To Be Submitted In This Request For Quotation, As Well As Those Required Under Relevant Laws, Rules And Regulations. 2. The Price Quotation To Be Submitted By The Contractor Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission Thereof. 3. The Price Quotation To Be Submitted By The Contractor Shall Be Denominated In Philippine Peso And Is Understood To Include All Taxes, Duties, And/or Levies Payable, Or Other Fees As May Be Required By The Government. 4. The Quotations Submitted By The Contractor Exceeding The Abc Shall Be Rejected Disqualified. 5. The Award Of Contract Shall Be Made To The Contractor Who Submitted The Lowest Calculated And Responsive Quotation Which Complies With The Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Contractor Or Any Of Your Duly Authorized Representative/s. 7. The Subscription Of Licenses For The Video Conferencing Application Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Of The Contract. 8. The Csc-ncr Shall Have The Right To Inspect And/or Test The Services To Guarantee Its Conformity To The Technical Specifications And Other Terms And Conditions Of The Contract. 9. In Case Two Or More Contractors Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Csc-ncr Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Government Procurement Policy Board Circular (gppb) 06-2005. 10. The Implementation Of The Contract Shall Be In Accordance With The Provisions Of Ra No. 12009, Its Irr, And Other Related Issuances. Iv. Documentary Requirements All Interested Contractors Shall Submit The Following Documents Not Later Than 10:00am Of May 21, 2025: 1. Philgeps Registration Number; 2. 2025 Business/mayor’s Permit; 3. Income Or Business Tax Return (to Be Submitted Before Award Of Po/contract); 4. Notarized Omnibus Sworn Statement (sample Attached) (to Be Submitted Before Award Of Contract); 5. Certification From The Service Provider Of The Video Conferencing Application That The Contractor Is An Authorized Distributor/reseller Of The Video Conferencing Application 6. The Csc-ncr, After Notice, May Require The Contractor To Submit Completed Contracts For The Conduct Of The Post-qualification Procedure In Accordance With Ra No. 12009, Its Irr And Other Gppb Related Issuances. For Further Inquiries, You May Directly Coordinate With Ms. Maybelline N. Galang At Tel. No. 02-87416097. The Quotation May Be Submitted Through E-mail At Cscncrbac@gmail.com Or Deliver Sealed Quotation To The Address Below: Bids And Awards Committee No. 25 Kaliraya Street, Barangay Doña Josefa Quezon City The Csc-ncr Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein. To Annul The Bidding Process, At Any Time Prior To The Issuance Of The Purchase Order/contract, Without Thereby Incurring Any Liability To The Affected Supplier/bidder, And To Accept Only The Offer That Is Most Advantageous To The Government. The Csc-ncr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Suppliers/bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Atty. Vlademir E. Villacorta Chairperson, Bids And Awards Committee Contractor’s Conformity I Hereby Certify To Comply And Deliver The Services Stated In This Request For Quotation Subject To Its Technical Specifications And Other Terms And Conditions Thereof. _______________________ _____________________________ ________________ Name Of Company/bidder Signature Over Printed Name Of Date Representative [1] Government Auditing Code Of The Philippines. 5. Notarized Omnibus Sworn Statement (sample Attached) (to Be Submitted Before Award Of Contract); 6. Latest Copy Of Certification Issued By The Food And Drug Administration (fda) That All Chemicals To Be Used Are Registered With Fda; 7. Certificate Of Membership From The Pest Control Association Of The Philippine, Inc. (pcapi); 8. Certificate Of Accreditation From Philippine Federation Of Pest Management Operator’s Association, Inc. (pfpmoai) And/or Fertilizer And Pesticides Authority (fpa) And Other Related Pest Control Associations Duly Accredited By The Philippine Government; 9. The Csc-ncr, After Notice, May Require The Service Provider To Submit Completed Contracts For The Conduct Of The Post-qualification Procedure In Accordance With Ra No. 12009, Its Irr And Other Gppb Related Issuances. For Further Inquiries, You May Directly Coordinate With Ms. Maybelline N. Galang At Tel. No. 02-87416097/0998-964774. The Quotation May Be Submitted Through E-mail At Cscncrbac@gmail.com Or Deliver Sealed Quotation To The Address Below: Bids And Awards Committee No. 25 Kaliraya Street, Barangay Doña Josefa Quezon City The Csc-ncr Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein. To Annul The Procurement Process, At Any Time Prior To The Issuance Of The Purchase Order/contract, Without Thereby Incurring Any Liability To The Affected Supplier/bidder, And To Accept Only The Offer That Is Most Advantageous To The Government. The Csc-ncr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Suppliers/bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Atty. Vlademir E. Villacorta Chairperson, Bids And Awards Committee Contractor’s Conformity I Hereby Certify To Comply With And Deliver The Services Stated In This Request For Quotation Subject To Its Terms Of Reference And Other Terms And Conditions Thereof. _______________________ _____________________________ ________________ Name Of Company/bidder Signature Over Printed Name Of Date Representative [1] Government Auditing Code Of The Philippines. [2] Under Gppb Circular No. 01-2015 Dated January 30, 2015
Closing Date2 Jun 2025
Tender AmountPHP 146.7 K (USD 2.6 K)
TOLL REGULATORY BOARD Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description Detailed Technical Specifications 1.0 Project Title Procurement Of Information Communication Technology Equipment (desktop Computers, Tablet Computer With Keyboard, Scanners, And Heavy-duty Scanner) 2.0 Objective To Augment The Ict Equipment Of The Trb Office. 3.0 Ict Equipment Requirements 3.1 Four (4) Units Of Desktop Computers 3.1.1 Processor 3.1.1.1 At Least 20 Mb Cache 3.1.1.2 At Least 10 Cores 3.1.2 Memory (ram) 3.1.2.1 Minimum Of 16 Gb 3.1.3 Hard Drive 3.1.3.1 256 Gb Ssd With 1tb Hdd Or 512 Gb Ssd 3.1.4 Operating System 3.1.4.1 Windows 11 3.1.5 Display 3.1.5.1 At Least 24” With 1920*1080 Resolution 3.1.6 Communication Peripherals 3.1.6.1 Bluetooth Capability 3.1.6.2 Wireless Lan (dual Band) 3.1.6.3 Usb A (4 Ports) 3.1.6.4 Usb C (1 Port) 3.1.6.5 Audio And Microphone 3.1.6.6 3.5 Mm Headphone Jack 3.1.7 Other Accessories 3.1.7.1 With Included Office Subscription 3.1.7.2 Power Adapter 3.1.8 Manufacturer’s Warranty 3.1.8.1 Three (3) Years 3.2 Six (6) Units Of Laptop Computers 3.2.1 Processor 3.2.1.1 At Least 4.5ghz Clock Speed 3.2.1.2 At Least 6 Cores, 12 Threads 3.2.2 Memory (ram) 3.2.2.1 Minimum Of 16 Gb Ddr5 4800mt/s 3.2.3 Hard Drive 3.2.3.1 512 Gb Ssd M.2 2242 Pcie Gen4 Or Above 3.2.4 Operating System 3.2.4.1 Windows 11 Pro 3.2.5 Display 3.2.5.1 14” With 1920*1080 Resolution Or Above 3.2.6 Battery 3.2.6.1 Minimum 3 Cell Li-polymer 57 Wh 3.2.7 Communication Peripherals 3.2.7.1 Bluetooth Capability (v5.1 Or Above) 3.2.7.2 Wireless Lan (wi-fi 6 Minimum) 3.2.7.3 Usb A (2 Ports, Usb 10gbps) 3.2.7.4 Usb C (1 Port) With Pd/dp 1.4 3.2.7.5 Audio And Microphone 3.2.7.6 3.5 Mm Headphone/microphone Jack Combo 3.2.8 Other Accessories 3.2.8.1 With Laptop Bag 3.2.8.2 Power Adapter 3.2.8.3 With Usb-c To Hdmi Adapter 3.2.9 Manufacturer’s Warranty 3.2.9.1 Three (3) Years 3.3 Four (4) Units Of Tablet Computer With Keyboard 3.3.1 Processor 3.3.1.1 2.4ghz, 2ghz Clock Speed 3.3.1.2 Octa-core 3.3.2 Memory (ram) 3.3.2.1 8gb 3.3.3 Storage 3.3.3.1 128gb Or Above Built-in Storage 3.3.3.2 Microsd (up To 1tb) 3.3.4 Operating System 3.3.4.1 At Least Android 14 Or Higher 3.3.5 Display 3.3.5.1 At Least 12.4" (315.0mm) 3.3.5.2 2560 X 1600 (wqxga) Resolution 3.3.5.3 90hz Refresh Rate Or Higher 3.3.6 Battery 3.3.6.1 10090mah Or Better 3.3.7 Camera 3.3.7.1 Rear: 8.0 Mp + 8.0 Mp With A/f (auto-focus) 3.3.7.2 Front: 12.0 Mp 3.3.7.3 Recording Resolution: Uhd 4k (3840 X 2160) @ 30fps 3.3.8 Connectivity 3.3.8.1 Wwan Capability (5g Tdd Sub6, 5g Fdd Sub6, 4g Tdd Lte, 4g Fdd Lte, 3g Umts, 2g Gsm) 3.3.8.2 Dual Sim Capability (1 Physical Sim + 1 Esim) 3.3.8.3 Bluetooth Capability (v5.3 Or Above) 3.3.8.4 Wireless Lan (802.11 A / B / G / N / Ac / Ax 2.4g+ 5ghz, He80, Mimo, 1024-qam) 3.3.8.5 Location Technology: Gps, Glonass, Beidou, Galileo, Qzss 3.3.9 Other Accessories 3.3.9.1 With Included Pen That Is Compatible With The Device 3.3.9.2 Power Adapter And Usb-c Cable For Charging 3.3.9.3 With Included Slim Keyboard That Is Compatible With The Device (65 Keys, Book Cover) 3.3.10 Manufacturer’s Warranty 3.3.10.1 One (1) Year Minimum Manufacturer’s Warranty 3.4 Five (5) Units Of Scanners 3.4.1 Scanner Type 3.4.1.1 A4 Sheet-fed, One-pass Duplex Colour Scanner 3.4.2 Sensor Type 3.4.2.1 Colour Contact Image Sensor (cis) X 2 3.4.3 Scan Speed 3.4.3.1 Adf Monochrome (simplex / Duplex): 200 Dpi: 45 Ppm / 90 Ipm 300 Dpi: 45 Ppm / 90 Ipm 600 Dpi: 12 Ppm / 24 Ipm 3.4.3.2 Adf Colour (simplex / Duplex): 200 Dpi: 45 Ppm / 90 Ipm 300 Dpi: 45 Ppm / 90 Ipm 600 Dpi: 12 Ppm / 24 Ipm 3.4.4 Resolutions 3.4.4.1 Optical Resolution: 600 X 600 Dpi 3.4.4.2 Output Resolution: 50 To 1,200 Dpi (in 1 Dpi Increments) 3.4.5 Interface/connectivity 3.4.5.1 Usb 3.2 Gen 1, Ethernet 1000base-t/100base-tx/10base-t) 3.4.5.2 Wi-fi (ieee 802.11 B/g/n), Wi-fi Direct (max 8 Connections), Usb 2.0 Host 3.4.5.3 Network: Ethernet (1000base-t/100base-tx/10base-t) 3.4.6 Features 3.4.6.1 Scan To Destination: Folder, Ftp/sftp, Sharepoint (webdav), Email, Usb, Cloud (proprietary Software) 3.4.7 Adf (automatic Document Feeder) Specifications 3.4.7.1 Min Document Size: 50.8 X 50.8 Mm 3.4.7.2 Max Document Size: 215.9 X 6,096 Mm 3.4.7.3 Adf Capacity: 100 Sheets (80 G/m2) 3.4.7.4 Automatic Duplex Scanning: Yes 3.4.8 Other Accessories 3.4.8.1 Power Adapter 3.4.8.2 Usb Cable 3.4.9 Manufacturer’s Warranty 3.4.9.1 One (1) Year Minimum Manufacturer’s Warranty 3.5 One (1) Unit Of Heavy-duty Scanner 3.5.1 Scanner Type 3.5.1.1 Adf (automatic Document Feeder), Duplex 3.5.2 Sensor Type 3.5.2.1 Colour Contact Image Sensor (cis) X 2 3.5.3 Scan Speed 3.5.3.1 Adf Colour/monochrome (simplex / Duplex): Simplex: 60 Ppm (200/300 Dpi) Duplex: 120 Ipm (200/300 Dpi) 3.5.4 Resolutions 3.5.4.1 Optical Resolution: 600 X 600 Dpi 3.5.4.2 Output Resolution: 50 To 1,200 Dpi (in 1 Dpi Increments) 3.5.5 Interface/connectivity 3.5.5.1 Usb 3.0 / Usb 2.0 / Usb 1.1 1000base-t/100base-tx/10base-t) 3.5.6 Expected Daily Volume 3.5.6.1 9,000 Sheets 3.5.7 Features 3.5.7.1 Multi Image Output, Automatic Color Detection, Blank Page Detection, Dynamic Threshold, Advanced Dtc, Sdtc, Error Diffusion, Dither, De-screen, Emphasis, Dropout Color (none/red/green/blue/white/saturation/custom), Srgb Output, Hole Punch Removal, Index Tab Cropping, Split Image, De-skew, Edge Filler, Vertical Streaks Reduction, Cropping, Static Threshold 3.5.8 Adf (automatic Document Feeder) Specifications 3.5.8.1 Min Document Size: 50.8 X 54 Mm (2 X 2.1 In.) 3.5.8.2 216 X 355.6 Mm (8.5 X 14 In.) 3.5.8.3 Adf Capacity: 80 Sheets (a4 80 G/m² Or Letter 20 Lb) 3.5.8.4 Automatic Duplex Scanning: Yes 3.5.9 Environmental Compliance 3.5.9.1 Energy Star®, Rohs 3.5.10 Other Accessories 3.5.10.1 Adf Paper Chute 3.5.10.2 Ac Cable, Ac Adapter 3.5.10.3 Usb Cable 3.5.10.4 Setup Dvd-rom 3.5.11 Manufacturer’s Warranty 3.5.11.1 One (1) Year Minimum Manufacturer’s Warranty 4.0 Delivery 4.1 The Supplier Shall Deliver The Various Ict Equipment To The Trb Office Within Forty-five (45) Calendar Days Upon Receipt Of The Notice To Proceed. 4.2 The Trb Shall Inspect The Various Ict Equipment In The Supplier’s Depot. 4.3 It Is Understood That The Trb Will Only Accept The Various Ict Equipment Upon Complete Delivery Of All The Above-mentioned Requirements. The Trb Reserves The Right Not To Accept The Various Ict Equipment If Found With Defect, Damage, Or Scratch Upon Complete Delivery And Submission Of All The Requirements.
Closing Date11 Jun 2025
Tender AmountPHP 1.1 Million (USD 20.9 K)
National Institutes Of Health Tender
Others
United States
Details: Sources Sought Notice Information
introduction
this Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; And (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice.
background
in 2019, To Advance Research And Development Of Promising New Influenza Vaccines That Provide Broader And More Durable Protection And Immunity, Niaid Supported A Coordinated Multi-disciplinary Effort Under Research Area 003 Of The Broad Agency Announcement (baa) Hhs-nih-niaid-baa2018 That Established The Niaid Collaborative Influenza Vaccine Innovation Centers (civics) Program. An Additional Contract Was Awarded Under Rfp-niaid-dait-nihai201800018 For The Civics Statistical, Data Management And Coordination Center (sdmcc) To Provide Statistical Analysis, Pre-clinical And Clinical Data Management, And Study Coordination Services.
the Overarching Goals Of The Civics Program Included: (1) Supporting Improvements In The Immunogenicity And Durability Of Seasonal Influenza Vaccines; (2) Developing Innovative Influenza Vaccine Approaches That Provide Robust, Durable, Broadly Protective Mucosal And Systemic Anti-influenza Immunity; And (3) Conducting Iterative Vaccine Design Based On Detailed Immunologic Assessment Of Influenza Vaccine Candidates Through Preclinical Animal Studies, Early Phase Clinical Trials, And Healthy Volunteer Controlled Human Infection Studies.
the Civics Program Made Significant Progress During The Current Funding Period, Including: Conduct Of Several Phase 1 Clinical Trials To Assess Vaccine Candidates; Conduct Of Clinical Trials Of Additional Human Influenza Challenge Viruses (dose-finding Studies); Gmp Manufacturing Of Additional Vaccine Candidates; Ongoing Process Development Studies With Several Phase 1 Trials Being Planned For 2025; And Pre-clinical Assessment Of Numerous Promising Influenza Vaccine Candidates.
sdmcc Accomplishments Include The Development And Launch Of:
the Civics Public Website: Https://www.niaidcivics.org.
development Of Data Standards And A Data Submission And Validation Pipeline For The Civics Program That Facilitated Submission Of Civics-generated Data To Public Repositories, Including Submission Of Over 22 Studies, Involving More Than 2,600 Subjects, To The Immport Public Repository (www.immport.org).
a Single Ecosystem, Termed The Sdmcc Private Portal, Which Provides A Single-sign-on (sso) Solution Infrastructure Connected It To A Nextcloud Collaboration Platform, Which Is Used By The Civics Investigators And Niaid For Sharing Internal Documents, Resources, And Reagents Across The Program.
civics Database Models For Collection And Sharing Of Civics-generated Research Data. This Database System Consists Of An Amazon Web Service (aws) Dynamodb, Which Is A Nosql Database That Supports Both Key Value And Document Data Models. Dynamodb Is Made Available Through Aws Cloud As A Fully Managed Serverless Service That Automatically Scales To Accommodate Demand.
civics Data Submission Portal, Which Is Part Of The Nextcloud Platform And Is Being Used By The Civics Investigators To Submit Research Data And Associated Meta-data.
civics Data Standards And Data Submission Templates. These Standards And Templates Are Based Upon Those Created And Used By The Immport Data Repository (https://www.immport.org ), Which Serves As The Primary Public Repository For Civics-generated Datasets.
the Civics Program Is Being Recompeted (niaid-dait-nihai201800018), With An Anticipated Award Date In Or Around July 2026.
the Renewed Civics Program Is Anticipated To Include At Least Four (4) Vaccine Centers That Are Responsible For Comprehensive Design, Development, And Immunologic Evaluation Of Candidate Influenza Vaccines. To Simplify The Civics Program, The Re-competition Will Not Include Separate Clinical Cores. These Activities Will Be Supported By Existing Clinical Infrastructure And Programs At Niaid. Furthermore, The Re-competition Will Not Support A Separate Manufacturing And Toxicology Core. Vaccine Centers Supported Under The Recompeted Baa Will Be Responsible For All Required End-to-end Activities Of The Vaccine Development Pipeline (excluding Clinical Trials). Therefore, Each Center Will Consist Of A Coordinated Multi-disciplinary Effort Of Guided Discovery, Iterative Vaccine Design, And Facilitated Product Development And Manufacturing, With The Goal Of Advancing Promising New Influenza Vaccines Into Early Phase Clinical Trials And Controlled Human Infection Model Studies Via The Existing Niaid/dmid Clinical Infrastructure.
the Civics Data Management And Coordination Center (dmcc) Is Being Renewed Under A Separate Solicitation, As Described In This Sources Sought Notice. Since The Civics Program Will Utilize Niaid’s Existing Clinical Trial Infrastructure, The Renewing Dmcc Program Will Not Be Responsible For Direct Data Management Of Civics-related Clinical Trials.
purpose And Objectives
this Solicitation Supports The Renewal Of The Civics Data Management And Coordination Center (dmcc). The Dmcc Will Support The Civics Program By Conducting The Following Activities:
i. Data Management, Analyses, And Sharing Across The Civics Program And With The Broader Research Community, Including Submission Of Civics Data And Meta-data To Niaid-designated Public Repositories.
ii. Maintenance And Further Development Of A Civics Public And Private Portal.
iii. Civics Program Coordination, Training, And Communication.
project Requirements
the Technical Requirements For Each Dmcc Component Are Summarized Below:
data Management, Analysis And Sharing
operation And Maintenance Of A Scalable, Flexible Data Management System For The Collection, Management, Storage, Quality Control, Analysis, Sharing, And Query/retrieval Of All Data And Relevant Meta-data Generated By The Civics Program. The System Must Be Interoperable With And Based On The Data Standards Used By Relevant Niaid-designated Databases/repositories (e.g., Immport (www.immport.org), Bioinformatics Resource Centers (www.fludb.org).
extensible System That Will Not Require Major Refactoring To Support New Data Types Generated By The Civics Program; Provides All Necessary Data Quality Controls (100% Verifications) And Protections (e.g., Federal Information Management Security (fisma), Hippa Requirements; And Follows Fair Data-sharing Guidelines.
establish Or Adopt/maintain/update (from The Current Contractor) A Civics Portal, Within 90 Calendar Days After The Effective Date Of The Contract, Capable Of Controlled Access For Sharing Research Data And Information With The Cor, Other Relevant Niaid Staff, And The Civics Program, And For Providing Public Access To Information About The Civics Program.
provide Coordination, Training, And Communication Across The Civics Program, Including:
product And Reagent/resource Tracking
formation And Operation Of Civics Working Groups And Subcommittees
logistical Support For The Organization And Execution Of The Civics Annual Meeting
a Secure Process Of Internal Niaid Review Of Civics Vaccine Candidates Or Pilot Projects
coordination Of The Civics External Advisory Group (eag) Activities
training Civics Investigators To Use Dmcc-supported Systems, Software, And Computing Resources
manage Communication Amongst Civics Investigators, Niaid, And/or With External Investigators
reporting Requirements Include
quarterly, Annual And Final Progress Reports
sops And Training Manuals
entity Relational Diagrams, Use Cases, And Graphical User Interfaces For All Portal Components
source Code And Documentation For All Data Analysis Tools And Data Management Systems And Portals Developed Or Implemented
all Information In The Dmcc Data Management Systems
anticipated Period Of Performance
niaid Anticipates Making One Term, Level-of-effort (loe), Severable Award For The Dmcc. The Total Performance Period, Comprised Of The Base And Any Options, Shall Not Exceed Seven (7) Years, In Alignment With The Civics Program. Awards Are Anticipated To Be Made In Or Around July 2026.
capability Statement / Information Sought
respondents Must Provide:
demonstrated Expertise, Including Availability And Experience With The Subject Matter
current In-house Capability And Capacity To Perform The Work
prior Completed Projects Of Similar Complexity And Size
corporate Experience And Management Capabilities
examples Of Prior Completed Government Contracts, References, And Other Related Information
page Limitations:
interested Qualified Small Business Organizations Should Submit A Tailored Capability Statement Not To Exceed 15 Pages, Excluding Resumes. Capability Statements Must Not Include Links To Internet Web Site Addresses (urls) Or Otherwise Direct Readers To Alternate Sources Of Information. Font Size Must Be 10 To 12 Points. Spacing Must Be No More Than 15 Characters Per Inch. Within A Vertical Inch, There Must Be No More Than Six Lines Of Text. Print Margins Must Be At Least One Inch On Each Edge Of The Paper. Print Setup Should Be Single Sided On Standard Letter Size Paper (8.5 X 11" In The U.s., A4 In Europe). All Proprietary Information Should Be Marked As Such.
required Business Information:
uei.
company Name.
company Address.
company Point Of Contact, Phone And Email Address
current Gsa Schedules And/or Government-wide Acquisition Contracts (gwacs) Appropriate To This Sources Sought.
do You Have A Government Approved Accounting System? If So, Please Identify The Agency That Approved The System.
type Of Company (i.e., Small Business, 8(a), Woman Owned, Veteran Owned, Etc.) As Validated Via The System For Award Management (sam) Located At Https://www.sam.gov/sam/pages/public/index.jsf. This Indication Should Be Clearly Marked On The First Page Of Your Capability Statement (preferable Placed Under The Eligible Small Business Concern’s Name And Address).
number Of Copies:
please Submit One (1) Electric Copy Of Your Response As Follows:
all Capability Statements Sent In Response To This Small Business Sources Sought Notice Must Be Submitted Electronically (via E-mail) To Maribel Miranda, Contracting Officer, At Maribel.miranda@nih.gov Ms Word Or Adobe Portable Document Format (pdf). The E-mail Subject Line Must Specify Nih-niaid(ai)-sbss-75n93025r00002. Facsimile Responses Will Not Be Accepted.
common Cut-off Date:
electronically Submitted Tailored Capability Statements Are Due No Later Than 3:00pm (eastern Prevailing Time) On 1/23/2025. Capability Statements Received After This Date And Time Will Not Be Considered.
disclaimer And Important Notes
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published At Beta.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality
no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”
Closing Date23 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0052 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Osmena – Pilar Rd (s00023sg) – K0009+000 – K0011+000 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0053 Contract Name : Preventive Maintenance – Tertiary Roads Asphalt Overlay Along Jct Del Carmen – Sta. Monica – San Isidro Rd (s00009sg) – K0026+300 – K0028+500 Location Of The Contract: Del Carmen, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 3. Contract Id : 25nf0054 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0030+306 - K0032+800 Location Of The Contract: San Benito, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0055 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0036+100 – K0038+587 Location Of The Contract: Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0056 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0029+944 – K0031+874 Location Of The Contract: San Isidro, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 6. Contract Id : 25nf0057 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0035+000 - K0036+804, K0037+462 - K0037+990 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 7. Contract Id : 25nf0058 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd Phase 2 (s00022sg) K0031+874 – K0033+000, K0036 + 410 – K0037+500, K0039+000 – K0039+054 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0052, 25nf0053, 25nf0054, 25nf0055, 25nf0056, 25nf0057 & 25nf0058, Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 188, 188, 188, 188, 188, 188 & 188 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On March 5, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 18, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 26, 2025 To March 18, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On March 5, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 18, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 18, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 18, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 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 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 25, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 26, 2025 – March 4, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date18 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0052 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Osmena – Pilar Rd (s00023sg) – K0009+000 – K0011+000 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 2. Contract Id : 25nf0053 Contract Name : Preventive Maintenance – Tertiary Roads Asphalt Overlay Along Jct Del Carmen – Sta. Monica – San Isidro Rd (s00009sg) – K0026+300 – K0028+500 Location Of The Contract: Del Carmen, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 3. Contract Id : 25nf0054 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0030+306 - K0032+800 Location Of The Contract: San Benito, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 4. Contract Id : 25nf0055 Contract Name : Preventive Maintenance – Tertiary Roads – Jct Del Carmen-sta Monica-san Isidro Rd Phase 2 (s00009sg) – K0036+100 – K0038+587 Location Of The Contract: Sta. Monica, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 5. Contract Id : 25nf0056 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0029+944 – K0031+874 Location Of The Contract: San Isidro, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 6. Contract Id : 25nf0057 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd (s00022sg) K0035+000 - K0036+804, K0037+462 - K0037+990 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 7. Contract Id : 25nf0058 Contract Name : Preventive Maintenance – Tertiary Roads Jct. Cancohoy-pilar Rd Phase 2 (s00022sg) K0031+874 – K0033+000, K0036 + 410 – K0037+500, K0039+000 – K0039+054 Location Of The Contract: Pilar, Surigao Del Norte Brief Description : Roads: Construction–asphalt Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 188 Calendar Days Bid Document Fee : Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00, Php 96,500,000.00 & Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0052, 25nf0053, 25nf0054, 25nf0055, 25nf0056, 25nf0057 & 25nf0058, Respectively, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 188, 188, 188, 188, 188, 188 & 188 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00, Php 50,000.00 & Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On March 5, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 18, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 26, 2025 To March 18, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On March 5, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 18, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 18, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 18, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 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 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 25, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: February 26, 2025 – March 4, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date18 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
4791-4800 of 4942 archived Tenders