Electrical Tenders
Electrical Tenders
BARANGAY 146 ZONE 12 DISTRICT I MANILA Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Soon12 Mar 2025
Tender AmountPHP 530 K (USD 9.1 K)
Description: Instalaltion Of Solar Streetlights , Electrical Systems And Lighting Components ,barangay 146 Zone 12 District I Manila
City Of Cape Town Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Closing Soon12 Mar 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gh12500622 Title Test Block Clear Cover & 4mm B/sockets Description 38 Each X Test Block Clear Cover & 4mm B/sockets Specification* Test Block - Specification With Clear Cover And 4mm Safe Bananasockets Impulse 2.5kv Per 5 Seconds, 3kv With A 1.2/50 Us Impulse Rating Temperature 10-55º To Be Assessed With Temperature Rise Test Circuit 100a For 1s Torque Maximum And Pull Out Test Standard Bs En 60947-7-1 2009 Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". *********************** ************************* Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. Please Submit Technical Data Information With Your Quote Submission. ************************ The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/06/06 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address01 Melck Street, Ndabeni Contact Personyusriet Jacobs Telephone Number0214449987 Cell Number Closing Date2025/03/12 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressmonja.davids@capetown.gov.za Buyer Detailsm.thorpe Buyer Phone0214006752 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Municipality Of Cabagan, Isabela Tender
Others...+1Electrical and Electronics
Philippines
Closing Date21 Mar 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Description: Installation Of Aerial Street Lights At Various Barangays , Electrical Systems And Lighting Components ,municipality Of Cabagan, Isabela
National Irrigation Administration Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 165.1 Million (USD 2.8 Million)
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zambasulta Rso Projects (cluster 4) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-egpipcluster42025-067 (infra) Project Name : Zambasulta Rso Projects Contract Location : Zamboanga City, Basilan, Sulu, Tawi-tawi Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zambasulta Rso Projects (cluster 4) Approved Budget For The Contract (abc) : Php 165,159,873.81 Contract Duration : 220 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : March 5 – 24, 2025 At 8:30 Am Pre-bid Conference : March 12, 2025 At 1:00 Pm Submission Of Bids : March 24, 2025 At 8:30 Am Opening Of Bids : March 24, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting March 5 – 24, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 12 March 2025 At 1:00 Pm At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 24 March 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/ssm-jysj-jdr Opening Of Bids : Https://meet.google.com/zoj-expr-urj 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Category: “b” With Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works), Size Range “medium A” – Irrigation And Flood Control. Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 3 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 11 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 3 Geodetic Engineer 3 Years A Licensed Geodetic Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 11 Compressor 50 Hp 11 Generator Set 15kva 11 Water Pump (for Pump Testing) 15hp 11 Dump Truck 10 Cu.m. 11 Dump Truck 4 Cu.m. 11 Welding Machine 300a 11 Concrete Mixer 1-bagger 11 Concrete Vibrator 5hp 11 Butt Fusion Machine Up To 8” Diameter 11 Service Vehicle 4x4 Pick-up 6 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 3 Survey Instrument 6 Sets Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 11 Dump Truck 10 Cu.m. 11 Dump Truck 4 Cu.m. 11 Service Vehicle 4x4 Pick-up 6 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 3 Survey Instrument 6 Sets The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Department Of Public Works And Highways - DPWH Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 7.3 Million (USD 125.9 K)
Description: 24gfe0026 - Procurement Of Photovoltaic Solar Panel System With 6kw And 12kw 5th Generation Hybrid Inverter And Li-ion Battery , Electrical Supplies ,department Of Public Works And Highways - Camarines Sur 2nd Deo
Public Works Department - PWD Tender
Others...+1Electrical and Electronics
Bangladesh
Closing Soon16 Mar 2025
Tender AmountRefer Documents
Description: Pwd/syl/2024-2025/nr/egp-81 Supply Of Necessary Electrical Materials For Daily Maintenance Of Various Structures Of Sylhet Judge Court. Financial Year: 2024-2025.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Date25 Mar 2025
Tender AmountPHP 9.9 Million (USD 170.6 K)
Details: Description Invitation To Bid 1. The Dpwh-isabela 1st District Engineering Office, City Of Ilagan, Isabela, Through The Dpwh General Appropriation Act 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-isabela 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id: 25be0051 Contract Name: Convergence And Special Support Program – Basic Infrastruture Program (bip) – Bip - Access Roads And/or Bridges From The National Road/s Leading To Major / Strategic Public Buildings/facilities – Construction Of Road, Brgy. Cabannungan 2nd To Brgy. Siffu, Ilagan City, Isabela Contract Location: Ilagan City, Isabela Brief Description: Road Concreting: L= 1.473 Km (2.946 Lane Km), W=6.10m, Thk = 0.23m Stone Masonry: Area = 243.00 Sq.m. (l=90.00m, Ave. H=2.70m), Open Canal W/ Wheelguard: L=412.00m Approved Budget For The Contract (abc) = Php19,800,000.00 Contract Duration: 105 Calendar Days Cost Of Bidding Documents: Php25,000.00 Contract Id: 25be0052 Contract Name: Convergence And Special Support Program – Basic Infrastruture Program (bip) – Bip - Access Roads And/or Bridges From The National Road/s Leading To Major / Strategic Public Buildings/facilities – Construction Of Road, Brgy. Cabannungan 2nd, Ilagan City, Isabela Contract Location: Ilagan City, Isabela Brief Description: Road Concreting: L= 1.10 Km (2.20 Lane Km), W=5.00m, Thk = 200 Mm Stone Masonry: Area=195.00 Sq.m. (l=130.00m, Ave.h=1.5m) Approved Budget For The Contract (abc) = Php9,900,000.00 Contract Duration: 59 Calendar Days Cost Of Bidding Documents: Php10,000.00 Contract Id: 25be0053 Contract Name: Convergence And Special Support Program – Special Road Fund – Motor Vehicle User’s Charge (mvuc) As Per R.a. 11239 –installation Of Integrated Solar Street Lights Along Ilagan-bigao-palanan Rd And Jct. Nat’l-sta. Victoria Rd, City Of Ilagan, Isabela Contract Location: City Of Ilagan, Isabela Brief Description: Road Safety: Roadway Lighting = 464 Number Of Units Approved Budget For The Contract (abc) = Php97,831,700.00 Contract Duration: 235 Calendar Days Cost Of Bidding Documents: Php50,000.00 Contract Id: 25be0054 Contract Name: Convergence And Special Support Program – Special Road Fund – Motor Vehicle User’s Charge (mvuc) As Per R.a. 11239 –installation Of Integrated Solar Street Lights Along Ilagan-delfin Albano-mallig Rd (s00733lz), Jct Delfin Albano Rd, And Tumauini Bypass Rd (s05657lz, S05658lz And S05659lz), Isabela Contract Location: City Of Ilagan, Delfin Albano And Tumauini, Isabela Brief Description: Road Safety: Roadway Lighting =503 Number Of Units Approved Budget For The Contract (abc) = Php111,505,750.00 Contract Duration: 284 Calendar Days Cost Of Bidding Documents: Php50,000.00 Contract Id: 25be0055 Contract Name: Convergence And Special Support Program – Special Road Fund – Motor Vehicle User’s Charge (mvuc) As Per R.a. 11239 –installation Of Integrated Solar Street Lights Along Tuguegarao Rd And Cabagan-sta. Maria Rd (s00759lz And S04760lz), Cabagan To Santa Maria, Isabela Contract Location: Cabagan And Sta. Maria, Isabela Brief Description: Road Safety: Roadway Lighting =503 Number Of Units Approved Budget For The Contract (abc) = Php107,597,500.00 Contract Duration: 255 Calendar Days Cost Of Bidding Documents: Php50,000.00 Contract Id: 25be0056 Contract Name: Convergence And Special Support Program – Basic Infrastruture Program (bip) – Bip - Access Roads And/or Bridges From The National Road/s Leading To Major / Strategic Public Buildings/facilities- Construction Of Road From Barangay San Vicente To Barangay Namnama, Tumauini, Isabela Contract Location: Tumauini, Isabela Brief Description: Road Concreting: L=4.166 Km (8.332 Lane Km), W=6.10m, Thk = 230 Mm Open Canal With Wheelguard: L=540.00m Approved Budget For The Contract (abc) = Php49,500,000.00 Contract Duration: 154 Calendar Days Cost Of Bidding Documents: Php50,000.00 Contract Id: 25be0057 Contract Name: Convergence And Special Support Program – Basic Infrastruture Program (bip) – Bip – Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building Barangay Poblacion, San Pablo, Isabela Contract Location: Barangay Poblacion, San Pablo, Isabela Brief Description: Earthworks And Concrete Works For Transformer Pad And Rc Gutter, Finishing Works (tileworks, Plastering, Painting, Aluminum Framed Windows), Roofing System, Sanitary Works, Electrical Works, Mechanical Works (oscillating Fan) Approved Budget For The Contract (abc) = Php19,800,000.00 Contract Duration: 252 Calendar Days Cost Of Bidding Documents: Php25,000.00 Contract Id: 25be0058 Contract Name: Convergence And Special Support Program – Basic Infrastruture Program (bip) – Bip – Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building, Santa Maria Central Elementary School, Barangay Poblacion I, Santa Maria, Isabela Contract Location: Barangay Poblacion I, Santa Maria,isabela Brief Description: Earthworks, Concrete Works, Finishing Works, Roofing System, Sanitary Works, Electrical Works For 5 Bays Approved Budget For The Contract (abc) = Php9,900,000.00 Contract Duration: 202 Calendar Days Cost Of Bidding Documents: Php10,000.00 Contract Id: 25be0059 Contract Name: Convergence And Special Support Program – Basic Infrastruture Program (bip) – Bip – Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building, Mozzozzin Elementary School, Barangay Mozzozzin Sur, Santa Maria, Isabela Contract Location: Barangay Mozzozzin Sur, Santa Maria,isabela Brief Description: Earthworks, Concrete Works, Finishing Works, Roofing System, Sanitary Works, Electrical Works For 5 Bays Approved Budget For The Contract (abc) = Php9,900,000.00 Contract Duration: 202 Calendar Days Cost Of Bidding Documents: Php10,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B, Medium A To Medium B. 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 Contract Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15 – 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From Dpwh-isabela 1st District Engineering Office And Inspect The Bidding Documents At Procurement Staff, Dpwh-isabela 1st District Engineering Office, City Of Ilagan, Isabela During Weekdays From 8:00 Am To 5:00 Pm. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 5, 2025 To March 25, 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. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Abovementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh-isabela 1st District Engineering Office Will Hold A Pre-bid Conference On March 12, 2025 At 9:00 Am At The Dpwh-ifdeo Conference Hall, City Of Ilagan, Isabela, And/or Through Webcasting Via Youtube Channel (dpwh Isabela 1st Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission Maybe Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Unit, Dpwh-isabela 1st District Engineering Office, City Of Ilagan, Isabela Or At Electronicbids_isabela1st@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before March 25, 2025 At 2:00 P.m. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On March 25, 2025 Immediately After The Deadline Of The Receipt Of Bids At The Dpwh-ifdeo Conference Hall, City Of Ilagan, Isabela. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. 15. The Dpwh-isabela 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites: For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@ Dpwhisabela1stdeo For Online Bid Submission: Electronicbids_isabela1st@dpwh.gov.ph 17. For Further Information, Please Refer To: John Philip M. Rivera, Dpa Engineer Iii Head, Bac Secretariat/procurement Unit Dpwh-lsabela 1st District Engineering Office City Of Ilagan, Isabela Email At: Dpwhisabela1stdeo@gmail.com Approved By: Restituto A. Bentero Chief, Maintenance Section Bac Chairman Noted: Deoferio P. Vehemente, Jr. District Engineer Dates Of Posting: Dpwh And Philgeps Websites: March 5, 2025 To March 11, 2025 Conspicuous Place (procurement Bulletin Board): March 5, 2025 To March 11, 2025
2321-2330 of 9191 active Tenders