Consultant Tenders

Makhado Local Municipality Tender

Civil And Construction...+1Civil Works Others
South Africa
Description: Appointment Of A Service Provider/ Consultants To Render Assignment For Internal Audit Unit For Makhado Municipality For The Period Of Three (03) Years
Closing Date17 Jun 2025
Tender AmountRefer Documents 

Forests And Environment Department Tender

Works
Other Consultancy Services...+1Consultancy Services
India
Description: Invitation For Project Management Consultants (pmc) At Forest Division Patan Dist : Patan
Closing Date11 Jun 2025
Tender AmountRefer Documents 

Department Of Economic Affairs, Ministry Of Finance Tender

Environmental Service
India
Description: Ta 10457-ind: Creating Green, Inclusive, Sustainable, And Resilient Amaravati Capital City - Safeguards Consultant (environmental)
Closing Soon30 May 2025
Tender AmountUSD 20 K 

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A) The Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B) The Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: O The Pr # Shall Be Reflected In The Omnibus Sworn Statement O One (1) Original Copy Must Be Submitted O The Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. O The Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 • For Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner • For Corporation – Duly Notarized Secretary’s Certificate • For Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: O The Pr # Shall Be Reflected In The Authority Of The Signatory O One (1) Original Copy Must Be Submitted O The Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1) Do Not Alter The Contents Of This Form In Any Way. (2) The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3) All Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4) Quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5) Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: • Bidders Shall Provide Correct And Accurate Information Required In This Form. • Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. • Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. • Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. • In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. • Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. • Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. • Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 1/lot Trucking, Hauling, And Delivery Of Scrap Materials Of Ritm To The Los Banos Site Vehicle Type: Elf (drop Side) Inclusive Of Toll Fee & Fuel Delivery Route: Ritm To Los Banos Site (eafa) Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 1/lot Trucking, Hauling, And Delivery Of Scrap Materials Of Ritm To The Los Banos Site Vehicle Type: Elf (drop Side) Inclusive Of Toll Fee & Fuel Delivery Route: Ritm To Los Banos Site (eafa) 57,500.00 Delivery Period: 30 Cd Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Soon2 Jun 2025
Tender AmountPHP 57.5 K (USD 1 K)

American Chamber Of Commerce In Egypt Tender

Egypt
Description: Alexandria Library Authority Is Seeking Consultants For The Implementation Of The Bibliotheca Alexandria's New Project.
Closing Date24 Jun 2025
Tender AmountRefer Documents 

Credit Information Corporation Tender

Others
Philippines
Details: Description May 28, 2025 Request For Quotation No.: 2025-cims(022)-npsvp-0026 Procurement Of Consultancy Services For New Advance Tier (at) Proposals And Existing At Systems Monitoring And Evaluation (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Group Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Contract Duration: Six (6) Months Delivery Schedule: Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed Delivery Site: 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than June 2, 2025, 5:00 Pm 1. Philgeps Certificate/number; 2. Mayor’s/business Permit For The Current Year; 3. Latest Income/business Tax Returns; 4. Notarized Omnibus Sworn Statement (annex C); And 5. For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation) Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year ; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Rfq No .2025-cims(022)-npsvp-0026 Page 1 Of 15 Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php Procurement Of Consultancy Services For New Advance Tier (at) Proposals And Existing At Systems Monitoring And Evaluation 1 Lot 1,000,000.00 1,000,000.00 Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Rfq No. 2025-cims(022)-npsvp-0026 Page 2 Of 15 Annex "a" Price Proposal Form Date: _________________ Administration Unit Credit Information Corporation 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(022)-npsvp-0026, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. Rfq No. 2025-cims(022)-npsvp-0026 Page 3 Of 15 Particulars Qty Uom Unit Price (in Php) Bid Price In Php (inclusive Of Vat) Procurement Of Consultancy Services For New Advance Tier (at) Proposals And Existing At Systems Monitoring And Evaluation 1 Lot We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Rfq No. 2025-cims(022)-npsvp-0026 Page 4 Of 15 Annex "b" Compliance Form ______________________________________________________________ Terms Of Reference Procurement Of Consultancy Services For New Advance Tier (at) Proposals And Existing At Systems Monitoring And Evaluation 1. Overview The Credit Information Corporation (cic) Is Strengthening Its Collaboration With Special Accessing Entities (sae) In Good Standing That Currently Hold Basic Tier Accreditation And Are Aiming To Secure Or Upgrade To Advanced Tier Special Accessing Entities (atsae) Status, As Well As With Qualified Entities Seeking Accreditation As Advanced Outsourced Entities (aoe). To Support This Initiative, The Cic Is Engaging A Consultancy Service Provider (sp) With Specialized Technical Expertise. This Sp Will Assess Technical Proposals Submitted In Accordance With Cic Circular No. 2022-01, Series Of 2022, Titled "accreditation Of Advanced Tier Special Accessing Entities (atsae) And Advanced Outsourced Entities (aoe) To The Credit Information System." Additionally, The Sp Will Provide Recommendations And Strategic Guidance To The Cic Technical Working Group, Management, And Board To Ensure Informed Decision-making On These Proposals. The Sp Will Also Assist In Updating Its Current Accreditation Guidelines, Reaccreditation Processes, And Subscription Agreements. The Chosen Service Provider (sp) Will Play A Vital Role In Ensuring That Advanced Tier Special Accessing Entities (atsae) And Advanced Outsourced Entities (aoe) Comply With The Established Guidelines. Additionally, The Sp Will Ensure That Both Existing And New Advanced Tier (at) Applicants Adhere To The Strict Regulations Set By The Credit Information Corporation (cic). This Role Includes Providing Comprehensive Compliance Assistance, Supporting The Preparation And Submission Of Required Documentation, And Facilitating A Smooth Transition Through The Accreditation And Reaccreditation Processes. The Sp’s Expertise Will Be Crucial In Upholding The Cic's High Standards While Ensuring The Seamless Onboarding, Accreditation, Deployment, And Implementation Of At Systems. 2. Purpose The At Consultancy Service Provides Monitoring And Evaluation Of The At System, Along With Updates To Existing At Proposals And Checklist Monitoring. This Ensures That All Technology Stacks Remain Up To Date, Serving As A Basis For It Audits, Evaluations, And Monitoring, Particularly For New At Applicants. The Technical Expertise Of The Service Provider (sp) Is Essential For Monitoring, Evaluating, And Auditing The Deployed Advanced Tier (at) System. Additionally, The Sp Is Responsible For Updating Existing At Proposals, Monitoring Checklists, And Atsae And Aoe Agreements For New At Applicants. The Sp Shall Also Submit Corresponding Reports With Recommendations And Guidance To The Cic Ata Technical Working Group, Management, And Board Regarding These Matters. Furthermore, The Sp Shall Take All Necessary Steps, Implement Suitable Strategies, And, If Needed, Provide Appropriately Equipped Personnel For All Phases Of The Engagement. Rfq No. 2025-cims(022)-npsvp-0026 Page 5 Of 15 The Sp Shall Submit The Corresponding Inception Report, Intermediary Reports, At System Enhancements And Customizations, And Training Plan, Along With Recommendations And Guidance, To The Cic Ata Technical Working Group And Cic Management. 3. Scope Of Work The Engagement Of The Sp Is For A Period Of Six (6) Months, With Direct Reporting To The Ata-twg Chairperson For Administrative Supervision. However, All Technical Reports And Outputs Must Be Reviewed And Endorsed By The Cic-advanced Tier Technical Working Group (ata-twg) Prior To Submission. The Scope Of Work Involves The Review And/or Evaluation Of The At System For The Current And Existing Atsaes And Aoes, To Be Submitted To The Ata-twg, And The Updating Of The Existing Ata Proposals For New Ata Applicants And For The Renewal Of Their Subscription As Ata. This Will Support The Attainment Of The Cic’s Vision To Be The Only Sustainable Source Of Reliable, Comprehensive, Timely, And Internationally Accepted Credit Information System In The Country. The Work Should Cover All The Components Of The Review And Provisions Of Appropriate Recommendations To The Ata-twg Such As But Not Limited To The Following: 1. Revisit Phases 0-4 And At Monitoring Checklist; 2. Monitoring Of At System Updates, Enhancements, Customization And Remediation 3. Continuous Intermediary Monitoring Are Fully Laid Out In The Technical Requirements, And Monitoring Checklist For Existing Atsae And Aoe, , Including Data To Be Transmitted; And 4. Ensure Adherence Of Atsae/aoe On The Technical Requirements Of The Atsae/aoe Agreement; And; 5. Update The Monitoring Checklist For New Atsae And Aoe Application Proposals, And Recommend Amendments To The Existing Ata Accreditation Cic Circular And; 6. Conduct Of Capacity Building / Training And Knowledge Transfer Of The Following: ● It Audit Logs ● Technical Expertise In Cloud ● Ict Project Management 4. Responsibilities Of The Cic Cic’s Responsibilities With Respect To This Project Are As Follows: 1) Grant The Service Provider’s Or Its Authorized Representative Access To The Cic Premises, Equipment And Facilities Located Therein To Perform Its Obligations, Provided That He/she Will Be Accompanied By A Duly Assigned Personnel Of The Cic. 2) Secure The Necessary Access Pass And Building Permit Required By The Facility Administrator And Assume Responsibility For The Safe Custody And Use Of The Equipment Installed By The Service Provider If Any. 3) Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Service Provider. 4) Issuance Of A Certificate Of Inspection And Acceptance To The Service Provider Upon Successful Completion Of The Testing Certifying That The Service Provider Conforms To All Requirements Stipulated In This Document. 5) Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Rfq No. 2025-cims(022)-npsvp-0026 Page 6 Of 15 Service Provider And The Range Of Services It Offers Against Other Service Providers In The Area If Needed; And 6) Facilitate Communication Between The Service Provider And The Atsaes / Aoes. 5. Minimum Qualification Of The Service Provider The Minimum Qualifications Of The Sp Shall Follow The List Of The Qualification Requirements As Enumerated Below: 1. The Sp Must Be In The Business Of Providing Professional Services For A Minimum Of Five (5) Years In Audit, Design And Development Of Information Systems Experience Relating To Data Management, Processing, Analytics, Privacy And Security In Both On-premise And/or Cloud Environments Prior To The Deadline For The Submission Of Bids. 2. The Sp Must Have A Minimum Of Five Years Relevant Experience In Any Or A Combination Of The Following Fields :(i) It Project Management Or Agile Project Management, (ii) Cybersecurity Risk Management In A Cloud Environment, (iii) Privacy And Data Protection, And (iv) Data Quality Management. 3. Capacity To Work On The Project At Least Four (4) Hours Per Day During The Duration Of The Project. 4. The Sp Shall Have Strong Interpersonal And Communication Skills In Both Written And Spoken English And Have Proven Ability In Report Writing For Professional Purposes. 5. The Sp Shall Have Or Employ Personnel With A University Degree In Information Technology, Computer Science, Computer Engineering Or Related Fields. Preferably, The Same Must Have Professional Certifications In Any Of The Following Fields: Cloud Computing System (such As Ali Cloud / Aws / Azure), Information Systems Audit, Cybersecurity, And Data Privacy And/or Technical Certifications In Project Management, Networking And Cloud Security Such As Pmi Agile Certified Practitioner (pmi-acp), Certificate Of Cloud Security Knowledge (ccsk) And/or Cisco Certified Network Associate (ccna) Among Others Is Also Preferred. 6. Minimum Qualifications Of Consulting Firm’s Team Members Key Personnel Educational Qualification Experience One (1) Lead Evaluator Bachelor’s Degree In Information Technology, Computer Science, Computer Engineering Or Related Fields At Least Five (5) Years Of Relevant Experience In The Following Field: Audit, Design And Development Of Information Systems Experience Relating To Data Management, Processing, Analytics, Privacy And Security In Both On-premise And/or Cloud Environments Prior To The Deadline For The Submission Of Bids Rfq No. 2025-cims(022)-npsvp-0026 Page 7 Of 15 Other Additional Documents: Copy Of Diploma Copy Of Coe And With At Least Five (5) Years Of Supervisory Or Management Experience And At Least One Training Certification Relevant To Technical / Professional Experience At Least One (1) Member Evaluator Bachelor’s Degree In Information Technology, Computer Science, Computer Engineering Or Related Fields At Least Five (3) Years Of Relevant Experience In The Following Field : Audit, Design And Development Of Information Systems Experience Relating To Data Management, Processing, Analytics, Privacy And Security In Both On-premise And/or Cloud Environments Prior To The Deadline For The Submission Of Bids Other Additional Documents: Copy Of Diploma Copy Of Coe And At Least One Training Certification For Ccsk And Pmi-acp 7. Activities And Location The Technical Evaluation Is Preferably At The Cic’s Headquarters In The 6th Floor, Exchange Corner Building 107 V.a. Rufino Street Corner Esteban Street Legaspi Village, Makati City. The Service Provider May Need To Spend Time On-site Or Relevant Locations Of The Applicant, When Practicable, They May Also Opt To Work Off-site Or Virtual Meeting For Non-sensitive Activities. 8. Deliverables The Service Provider Shall Perform The Following Based On The Scope Of Work, And In Accordance With The Timeline: I. Actual Monitoring And Review Of The Atsae And Aoe Systems, As Described In The Strategy Presentation, Project Plan And Inception Report, Ii. Tabulation Of Results Into The At Monitoring Worksheet Iii. Updating For New Atsae And Aoe Application Proposals, Cic Circular And Iv. Creation Of Post At Monitoring Checklist After Go-to-live Monitoring Checklist V. Submission And Presentation Of Monitoring Reports And Interim Reports To The Cic Ata Twg As Scheduled And As Required; Vi. Submission Of The Final Report With Analysis And Recommendation Particularly Inputs For Policy Formulation To The Cic Including The Compilation Of All Reports And Materials Related To The Advance Tier Project. Vii. Submission Of Compilation Of All Reports And Knowledge Transfer Sign Off Or Clearance Rfq No. 2025-cims(022)-npsvp-0026 Page 8 Of 15 9. Project Timeline The Cic Shall Engage The Services Of The Service Provider For An Estimated Period Of Six Months Subject To Adjustments Based On The Availability Of Atsae And Aoe Submission. Any Amendment/modification Of The Work Schedules Shall Be Made Only Upon Prior Written Endorsement Of A Clockdown Request , Including The Basis And Reference Of Such Request For Cic Ata-twg Review And Approval, In Which Case, The Engagement Shall Be Correspondingly Extended And Or Freeze For Such Period Called For By The Amendment/modification Under The Same Terms, With No Additional Cost On The Part Of Cic. Below Is The Provisional Timeline Of The Project For The Guidance Of The Service Provider Which May Change Upon Recommendation Of The Service Provider Subject To Approval Of Cic Ata-twg. Rfq No. 2025-cims(022)-npsvp-0026 Page 9 Of 15 Activities Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 1. At Inception Report Containing The Project Plan For A. At System Monitoring And At Post Monitoring B. At Proposals Updating For New Applicant 2. Continuation Of Setup Phase Monitoring Report (interim Report 1) 3. Continuation Of Setup Phase Monitoring Report (interim Report 2) 4. Continuation Of Setup Phase Monitoring Report (interim Report 3) 5. At Final Report 6. Closure, Knowledge Transfer And Clearance 10. Schedule Of Delivery The Service Provider Shall Commence Activities Within 15 Calendar Days Upon Receipt Of The Notice To Proceed. 11. Terms Of Payment Acceptance Of The Deliverables Will Be Subjected To An Inspection By The Cic At-twg. Payment Is Expected To Be Done On Milestones Basis And Will Be Discussed And Agreed During Contract Negotiation. An Indicative Schedule Of Milestones Is Provided Below: Milestones/activities Deliverables Timeline Payment 1. At Inception Report Containing The Project Plan Inception Report - Project Plan - At System Monitoring - At Proposals Updating For New Applicant Presented To Ata Twg Within 15 Calendar Days Of Contract Signing. 15% 2. Continuation Of Setup Phase Monitoring Report And Interim 1 - Monitoring Report Of The 1st Month Of Atsae/aoe Deployment Activities Such As Enhancement And Updates, Bug Fixes, Patches Of At System - Interim Report 1 For At Proposals Update Presented To Ata Twg Upon Completion Of 1st Milestone And Activities Of The 1st Month 15% 3. Continuation Of Setup Phase Monitoring Report And Interim 2 Monitoring Report Of The 2nd Month Of Atsae/aoe Deployment Activities Such As Enhancement And Updates, Bug Fixes, Patches Of At System - Interim Report 2 For At Proposals Update Presented To Ata Twg Upon Completion Of The 1st And 2nd Milestone Activities Of The 2nd Month 15% 4. Continuation Of Setup Phase Monitoring Report And Interim 3 -monitoring Report Of The Final Month - Atsae/aoe Deployment Activities Such As Enhancement And Updates, Bug Fixes, Patches Of At Upon Completion Of The 1st, 2nd And 3rd Milestone Activities Of The 3rd Month 15% Rfq No. 2025-cims(022)-npsvp-0026 Page 10 Of 15 System Presented To The Cic Management 5. Submission Of Final Report -final Report Upon Completion Of The 1st, 2nd, 3rd And 4th Milestone Activities Of The 4th Month 25% 6. Closure, Knowledge Transfer And Clearance -terminal Report With Compilation Of All Reports Upon Completion Of The 4rd Milestone Activities Of The 5rd Month 15% Total: 100% 13. Ownership All Creative Concepts And Original Materials Formulated And Designed In Conjunction With The Project Shall Be Owned By The Cic Solely, With Full And Exclusive Rights On Future Use Thereof Both In The Philippines And Internationally. 14. Liquidated Damages Where The Consultant Refuses Or Fails To Satisfactorily Complete The Work Within The Specified Contract Time, Including Time Extensions Duly Granted, He Or She Shall Be Declared In Default Under The Contract. The Consultant Shall Be Obligated To Pay The Cic Liquidated Damages An Amount, As Provided In The Conditions Of Contract, Equal To At Least One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion Of The Works For Every Day Of Delay. To Be Entitled To Such Liquidated Damages, The Cic Does Not Have To Prove That It Has Incurred Actual Damages. Such Amount Shall Be Deducted From Any Money Due Or Which May Become Due The Consultant Under The Contract And/or Collect Such Liquidated Damages From The Retention Money Or Other Securities Posted By The Consultant, Whichever Is Convenient To Cic, Without Prejudice To Other Reliefs And Remedies It May Have Under The Law. 15. Termination Of Contract Both Parties Have The Option To Terminate The Contract Based On The Philippine Government Procurement Reform Act, New Government Procurement Act, And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To The Aforementioned Laws And Issuances, The Cic Reserves The Right To Terminate The Project On The Following Grounds: Rfq No. 2025-cims(022)-npsvp-0026 Page 11 Of 15 A. Termination By Default: The Procuring Entity Shall Terminate A Contract For Default When Any Of The Following Conditions Attend Its Implementation: 1) Outside Of Force Majeure, The Consultant Fails To Deliver Or Perform The Outputs And Deliverables Within The Period(s) Specified In The Contract, Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Consultant Prior To The Delay; 2) As A Result Of Force Majeure, The Consultant Is Unable To Deliver Or Perform A Material Portion Of The Outputs And Deliverables For A Period Of Not Less Than Sixty (60) Calendar Days After The Consultant’s Receipt Of The Notice From The Procuring Entity Stating That The Circumstance Of Force Majeure Is Deemed To Have Ceased; Or 3) The Consultant Fails To Perform Any Other Obligation Under The Contract. B. Termination For Convenience: In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. C. Termination For Insolvency: If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. D.termination For Unlawful Acts: In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Rfq No. 2025-cims(022)-npsvp-0026 Page 12 Of 15 Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; Rfq No. 2025-cims(022)-npsvp-0026 Page 13 Of 15 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examine All Of The Bidding Documents; B. Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; And 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Rfq No. 2025-cims(022)-npsvp-0026 Page 14 Of 15 In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said
Closing Soon2 Jun 2025
Tender AmountPHP 1 Million (USD 17.9 K)

Philippine Commission On Women Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Description: Writer Consultant For The Development Of A Comprehensive Proposal On The Establishment Of The Asean Center For Excellence On Gender Equality And Women’s Empowerment (ace Gewe) , Consulting Services ,philippine Commission On Women
Closing Soon3 Jun 2025
Tender AmountPHP 200 K (USD 3.5 K)

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A) The Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B) The Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: O The Pr # Shall Be Reflected In The Omnibus Sworn Statement O One (1) Original Copy Must Be Submitted O The Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. O The Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 • For Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner • For Corporation – Duly Notarized Secretary’s Certificate • For Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: O The Pr # Shall Be Reflected In The Authority Of The Signatory O One (1) Original Copy Must Be Submitted O The Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1) Do Not Alter The Contents Of This Form In Any Way. (2) The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3) All Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4) Quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5) Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: • Bidders Shall Provide Correct And Accurate Information Required In This Form. • Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. • Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. • Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. • In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. • Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. • Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. • Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 1,500/kit Admission Kit, Contains: Soap, Toothbrush, Toothpaste, Tissue Roll, Shampoo, Towel, Medicine Cup, Disposable Spoon And Fork, Kit Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 1,500/kit Admission Kit, Contains: Soap, Toothbrush, Toothpaste, Tissue Roll, Shampoo, Towel, Medicine Cup, Disposable Spoon And Fork, Kit 495,000.00 Delivery Period: Thirty (30) Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Soon2 Jun 2025
Tender AmountPHP 495 K (USD 8.8 K)

Municipality Of Liloan, Cebu Tender

Others
Philippines
Description: Payment For Medical Consultant At Lmces , Consulting Services ,municipality Of Liloan, Cebu
Closing Soon3 Jun 2025
Tender AmountPHP 378 K (USD 6.7 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0210 : Repair/ Maintenance Of Cabalantian Creek Revetment, Brgy. Cabalantian, Bacolor, Pampanga 25cg0211 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, San Nicolas, Sta. Ana, Pampanga 25cg0212 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), San Juan, City Of San Fernando, Pampanga 25cg0213 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Sapang Maisac Elementary School, Mexico, Pampanga 25cg0214 : Construction Of Elementary And Secondary Classrooms: Construction Of School Building, Pampanga High School, City Of San Fernando, Pampanga 25cg0215 : Asset Preservation Program: Construction / Upgrading / Rehabilitation Of Drainage Along National Roads – Primary Roads – Jose Abad Santos Avenue (s01240lz) – K0079+ (-905) – K0080 + 095.5 25cg0216 : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Palaman River, Minalin, Pampanga 25cg0217 : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Bulac River, Minalin, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0210 2,000,000.00 Sr2025-03-007469 25cg0211 4,950,000.00 Sr2025-05-015172 25cg0212 6,930,000.00 Gaa 2025 25cg0213 34,650,000.00 Gaa 2025 25cg0214 69,650,000.00 Sr2025-04-011130 25cg0215 80,095,000.00 Gaa 2025 25cg0216 96,500,000.00 Sr2025-03-008346 25cg0217 97,500,000.00 Sr2025-03-008361 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works Contract Id No. : 25cg0210 Name Of Contract : Repair/ Maintenance Of Cabalantian Creek Revetment, Brgy. Cabalantian, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Repair/ Maintenance Of Revetment Approved Budget For The Contract : Php 2,000,000.00 Contract Duration : 66 Calendar Days Contract Id No. : 25cg0211 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, San Nicolas, Sta. Ana, Pampanga Locations : Sta. Ana, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 117 Calendar Days Contract Id No. : 25cg0212 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), San Juan, City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0213 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Sapang Maisac Elementary School, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 34,650,000.00 Contract Duration : 186 Calendar Days Contract Id No. : 25cg0214 Name Of Contract : Construction Of Elementary And Secondary Classrooms: Construction Of School Building, Pampanga High School, City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of School Building Approved Budget For The Contract : Php 69,650,000.00 Contract Duration : 240 Calendar Days Contract Id No. : 25cg0215 Name Of Contract : Asset Preservation Program: Construction / Upgrading / Rehabilitation Of Drainage Along National Roads – Primary Roads – Jose Abad Santos Avenue (s01240lz) – K0079+ (-905) – K0080 + 095.5 Locations : Sta. Ana, Pampanga Scope Of Works : Construction / Upgrading / Rehabilitation Of Drainage Approved Budget For The Contract : Php 80,095,000.00 Contract Duration : 219 Calendar Days Contract Id No. : 25cg0216 Name Of Contract : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Palaman River, Minalin, Pampanga Locations : Minalin, Pampanga Scope Of Works : Construction Of Slope Protection Structure Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 242 Calendar Days Contract Id No. : 25cg0217 Name Of Contract : Flood Management Program: Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Slope Protection Structure Along Bulac River, Minalin, Pampanga Locations : Minalin, Pampanga Scope Of Works : Construction Of Slope Protection Structure Approved Budget For The Contract : Php 97,500,000.00 Contract Duration : 330 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “b” For Contract Id No. 25cg0210 – 25cg0212 & Medium “a” For Contract Id No. 25cg0213 – 25cg0217. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. If At The Time Of The Post Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(li)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27, 2025 – June 17, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Contract Id No. Cost Of Bidding Documents (php) 25cg0210 5,000.00 25cg0211 5,000.00 25cg0212 10,000.00 25cg0213 25,000.00 25cg0214 50,000.00 25cg0215 50,000.00 25cg0216 50,000.00 25cg0217 50,000.00 8. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On June 04, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before June 17, 2025, 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On June 17, 2025 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh- Pampanga 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29
Closing Date17 Jun 2025
Tender AmountPHP 69.6 Million (USD 1.2 Million)
1-10 of 1595 active Tenders