Electrical Tenders

Electrical Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: The U.s. Army Corps Of Engineers (usace), Louisville District Intends To Issue Request For Proposal (rfp) W912qr25ra013for The Design-build Maintenance And Repair Army Reserve (mrar) On The Existing Equipment Concentration Site (ecs), B-56767, With 14,275 Square Feet (sf) On The Federally-owned Site Of North Fort Cavazos, Tx. This Project Will Repair And Construct An Addition To An Existing ~26,000 Square Feet Of The Maintenance Part Of The Equipment Concentration Site 64 (ecs-64), Maintenance Building 56767, That Is In A Failing Condition, Constructed In 23 July 2001, And Has Not Undergone Any Major Infrastructure Or System Repairs, Only Limited Maintenance And Repair Work Has Occurred. The Project Includes Repair Of Hvac And Electrical Systems, Remove Non-structural Interior Walls To Right-size Rooms And Create Open Flexible Workspace, Restore Inadequate And Non-code Compliant Bathrooms, Repair Light Fixtures With Code Compliant Units, Failed Flooring, Code Compliant Fire Alarm And Suppression System, Repair Electrical Conduit Distribution Throughout The Facility. Access For Individuals With Disabilities Will Be Provided To Include A Code Compliant Entrance Ramp. The Restored Facility Will Meet Minimum Dod Antiterrorism Standards. the Project Duration Is Currently Estimated At 913 Calendar Days (subject To Change) From Contract Notice To Proceed (ntp). this Award Is Subject To The Availability Of Funds (saf). type Of Contract And Naics: This Rfp Will Be For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 – Commercial And Institutional Building Construction. type Of Set-aside: Total Small Business Set-aside Procurement selection Process: This Is A Two-phase Design-build Procurement. The Proposals Will Be Evaluated Using A Best Value Trade-off (bvto) Source Selection Process. The Technical Information Contained In Each Offeror's Proposal Will Be Reviewed, Evaluated, And Rated By The Government. Potential Offerors Are Invited To Submit Their Past Performance, Technical, And Capability Information As Will Be Described In Section 00 22 16 And Section 00 22 18 Of The Solicitation For Review And Consideration By The Government. as Will Be Described In Section 00 22 16 Of The Solicitation, The Selection Process For Phase I Will Evaluate Such Factors As Past Performance (for Both The Prime Contractor And A/e Designer Of Record) And Technical Approach For Design-build. Pro-forma Information Such As Bonding And Financial Capability Will Also Be Required To Meet The Minimum Requirements Of The Solicitation. following The Completion Of The Evaluation Of Phase I Proposals, A Target Of Five (5) Of The Most Highly Qualified Offerors Will Be Invited To Participate In Phase Ii. The Selected Offerors Will Be Requested To Submit Additional Information As Will Be Described In Section 00 22 18 Of The Solicitation, For Review And Evaluation By The Government. The Selection Process For Phase Ii Will Evaluate Such Factors As: Design Narrative, Management Plan, Schedule Narrative, And Price. The Standard Form (sf) 1442 Will Also Be Required. all Evaluation Factors, Other Than Cost Or Price, Are Considered Approximately Equal To Cost Or Price. discussions: The Government Intends To Award Without Discussions, But Reserves The Right To Conduct Discussions Should It Be Deemed In The Government's Best Interest. construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be Between $25 Million And $100 Million In Accordance With Dfars 236.204. anticipated Solicitation Release Date: The Government Anticipates Releasing The Solicitation On Or About 03 March 2025 (subject To Change). Details Such As The Actual Date, Time, And Location Regarding The Optional Site Visit To Be Held During Phase Ii Will Be Included In The Phase Ii Solicitation Amendment. Additional Details Can Be Found In The Solicitation And Amendments When They Are Posted To Https://www.sam.gov. solicitation Website: The Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At The Contract Opportunities Website, Https://www.sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone, Email, And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Be Able To Download The Solicitation For This Project, Contractors Are Required To Register At The System For Award Management (sam) At Http://www.sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. registrations: offerors Shall Have And Shall Maintain An Active Registration In The Following Database: system For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Https://www.sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have A Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact: The Point-of-contact For This Procurement Is The Contract Specialist, Bonny Dylewski, At Bonny.c.dylewski@usace.army.mil. this Announcement Serves As The Advance Notice For This Project. Responses To This Synopsis Are Not Required. partnering With Us: Https://www.usace.army.mil/business-with-us/partnering/ information Regarding The U.s. Army Corps Of Engineers Process For Settling Requests For Equitable Adjustments And Duration Goals To Achieve Definitization Of Equitable Adjustments For Change Orders Under Construction Contracts Can Be Found By Going To Https://www.usace.army.mil/business-with-us/partnering/ And Then Clicking On: "view Ffp Contract Changes Playbook Here."
Closing Date3 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A Minimum Of 2556.45 Net/usable To A Maximum Of 3363.75 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In The El Centro, Ca, Within The Defined Delineated Area (da) Boundaries Below: north -- Chruickshank Drive south -- Interstate 8 east – N & S 8th St west N La Brucherie Rdv the Government’s Desire Is For Afull-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. lighted, Non-exclusive Or Reserved On-site Parking For Four 12 Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately 12 Employee Vehicles And Visitors/recruit Candidate Parking. must Use The Government Lease. the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. lessors Are Required To Be Registered And Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. proposals Are Due No Later Than 5:00 Pm (pst) On March 14th, 2025. responses Must Encompass The Following Elements: name And Address Of The Building. as-built Floor Plan Drawing (refer To The Enclosed Floor Plan Sample) And Three Construction Bids (see The Enclosed Construction Spec Bid Proposal Worksheet) digital Photograph Capturing The Street View Of The Property. area Measurements (boma Rentable Square Feet And Boma Usable Square Feet) rental Rate Per Square Foot For Rentable Space, Inclusive Of Cam, Taxes, Insurance, Etc. – Please Utilize The Attached Propose To Lease Worksheet. This Document Should Be Saved As A Pdf, Signed, And Dated. common Area Factor(s) For The Available Space, If Relevant if You Are Acting On Behalf Of The Owner/lessor, The Enclosed “authorization For Property Manager To Act On Behalf Of Owner” Form Must Also Be Signed. following Are The Factors That Will Be Considered When Evaluating Bids/offers: 1. Location 2. Ability To Meet All Construction Specifications, Security Measures And Lease Requirements 3. Complete Initial And Final Offers Must Be Received By Defined Deadline 4. Competitive Costs In The Best Interest Of The Government 5. Qualitative Ratings By Client For Mission additional Notes: three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e., Smoke Detectors, Fire Extinguishers, Etc.). bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Works contact interested Parties May Contact Lihua ( Kelly) Chen At The U.s. Army Corps Of Engineers, Arizona/nevada Branch, Real Estate Office, 3636 N Central Ave, Ste 900, Phoenix, Az 85012-1939; 626-701-4901; Lihua.chen@usace.army.mil,no Later Than 5:00 Pm Mst On 14 March 2025
Closing Date15 Mar 2025
Tender AmountRefer Documents 

DEPARTMENT OF ENVIRONMENT AND NATURAL RESOURCES CENRO MATA Tender

Electrical Goods and Equipments...+2Electrical Generators And Transformers, Electrical and Electronics
Philippines
Description: Purchase Of Electric Transformer For The Use Of Cenro Matalam Building , Electrical Supplies ,department Of Environment And Natural Resources - Cenro Matalam
Closing Soon21 Feb 2025
Tender AmountPHP 430 K (USD 7.4 K)

Deutsches Elektronen Synchrotron DESY Tender

Services
Other Consultancy Services...+1Consultancy Services
Germany
Description: Germany – Installation Services Of Electrical And Mechanical Equipment – Rohrverlegungsarbeiten 2025 - 2029 (wertkontrakt)
Closing Date19 Mar 2025
Tender AmountRefer Documents 

Infrabel SA Tender

Works
Furnitures and Fixtures
Belgium
Description: Belgium – Other Electrical Installation Work – Displays: Plaatsing En Onderhoud. Logistiek, Plaatsing, Bekabeling, Indienststelling En Onderhoud Van Industriële Schermen In De Stations En Omgeving Van Het Belgische Spoornet. Levering En Plaatsing Van Metalen Structuren.
Closing Date17 Mar 2025
Tender AmountRefer Documents 

City Of Antipolo Tender

Civil And Construction...+2Paints and Enamels, Civil Works Others
Philippines
Details: Description A. Contract Id : Antipolo-05march2025-25 B. Name Of Project : Repair/repainting Of One (1) Storey, Three (3) Classroom Garcia Building At San Ysiro Elementary School, Sitio Casunugan, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description : Repair/repainting Of School Building E. Major Item Of Works : Electrical Works; Repainting Works F. Approved Budget For The Contract : Php 1,245.458.86 G. Duration : 90 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 14 - March 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 21, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 05, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Date5 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.5 K)

Municipality Of Tagoloan, Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Oriental Municipality Of Tagoloan Invitation To Bid-06 Procurement Of Infrastructure Improvement Of Public Market In Barangay Poblacion, Tagoloan Misamis Oriental 1. The Municipal Government Of Tagoloan, Misamis Oriental, Through Trust Fund-local Government Support Fund-financial Assistance To Lgus, Intends To Apply The Sum Of Ten Million (php 10,000,000.00) Broken Down As Follows: Item Brief Description Sub-abc Completion Of The Remaining Structural Members Of Building 1 With Roofing,gutter And Downspout, Along With The Construction Of Ramps And Railings,also Involves The Construction Of An Admin Building And Comport Rooms With Complete Plumbing Works,electrical Works, Phenolic Toilet Partitions And Tilling Works, Additionally, Fish Stalls Will Be Constructed, Catch Basin Will Be Installed, Complete With Steel Grating And Frames, Sewer Line And Cold Waterlines By Contract Php 10,000,000.00 Total Abc Php 10,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Infrastructure Improvement Of Public Market In Barangay Poblacion, Tagoloan Misamis Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Tagoloan, Misamis Oriental Now Invites Bids For The Procurement Of Infrastructure Improvement Of Public Market In Barangay Poblacion, Tagoloan Misamis Oriental And Duration Of Contract Required One Hundred Fifty (150) Calendar Days Upon Received The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years 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) 9184 Otherwise Known As The “government Procurement Reform Act”. 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 5183. Bidding Is Open To All Interested Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee (bac) Secretariat At The Address Given Below Form 8:00 A.m. To 5:00 P.m. From February 14,2025 To March 05,2025 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24, 2025 To March 05, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of Php 10,000.00. At Municipal Treasurer’s Office –lgu-tagoloan, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Municipal Government Of Tagoloan, Misamis Oriental Will Hold A Pre-bid Conference On February 21,2025 At 9:00 O’clock In The Morning At Municipal Conference Room, Ground Floor Municipal Hall Building Poblacion,tagoloan, Misamis Oriental, This Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 O’clock In The Morning On March 05, 2025 .all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 9:00 O’clock In The Morning On March 05, 2025 At The Municipal Conference Room Ground Floor, Municipal Hall Building- Poblacion, Tagoloan, Misamis Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 8. The Municipal Government Of Tagoloan, Misamis Oriental Reserves The Right To Accept Or Reject Any 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. 9. For Further Information, Please Refer To: Ms. Marivic Bagay Head Bac Secretariat Poblacion, Tagoloan, Misamis Oriental Gene A. Baculpo, C.e Mpdc/ Chairman Bids And Awards Committee
Closing Date5 Mar 2025
Tender AmountPHP 10 Million (USD 172.8 K)

BARANGAY 448 ZONE 44 DISTRICT 1V, MANILA Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines City Of Manila Office Of The Barangay Bids And Awards Committee Invitation To Bid Office Supplies - 30,000 Peace & Order Supplies - 20,000 Electrical Supplies - 100,000 Office Equipment - 175,000 *photocopying Machine *aircon Split Type It Equipment & Software - 100,000 *laptop Requesting Officer/end User: Barangay 448 Zone 44 District 4 Approved Budget For Contract (abc) Php 425,000.00 Source Of Fund: Mooe, Co 2025 Supplier Must Submit Their Complete Documents
Closing Soon21 Feb 2025
Tender AmountPHP 425 K (USD 7.3 K)

Department Of Agriculture Tender

Goods
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱300,000.00 Delivery Period: 30 Calendar Days Delivery Site: Zamboanga City Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 5 Pc "external Hard Drive 2tb " 3,800.00 2 1 Unit "laptop Ultra Thin Light Display Retina Display 14-inch (diagonal) Led-backlit Display With Ips Technology; 2560-by-1600 Native Resolution At 227 Pixels Per Inch With Support For Millions Of Colors Supported Scaled Resolutions: 1680 By 1050 1440 By 900 1024 By 640 16:10 Aspect Ratio True Tone Technology Processor At Least 1.1ghz Dual-core Intel Core I3, Turbo Boost Up To 3.2ghz, With 4mb L3 Cache Storage At Least 256gb Pcie-based Ssd Configurable To 512gb, 1tb, Or 2tb Ssd Memory At Least 8gb Of 3733mhz Lpddr4x Onboard Memory Configurable To 16gb Of Memory Battery And Power2 Up To 11 Hours Wireless Web Up To 30 Days Of Standby Time Built-in 49.9 Watt Hour Lithium Polymer Battery 30w Usb-c Power Adapter; Usb-c Power Port Size And Weight Height: 0.16–0.63 Inch (0.41–1.61 Cm) Width: 11.97 Inches (30.41 Cm) Depth: 8.36 Inches (21.24 Cm) Weight: 2.8 Pounds (1.29 Kg)3 Graphics Intel Iris Plus Graphics Support For Thunderbolt 3–enabled External Graphics Processors (egpus) Video Support Simultaneously Supports Full Native Resolution On The Built-in Display At Millions Of Colors And: One External 6k Display With 6016-by-3384 Resolution At 60hz At Millions Of Colors, Or One External 5k Display With 5120-by-2880 Resolution At 60hz At Millions Of Colors, Or Up To Two External 4k Displays With 4096-by-2304 Resolution At 60hz At Millions Of Colors Thunderbolt 3 Digital Video Output Native Displayport Output Over Usb C Vga, Hdmi, And Thunderbolt 2 Output Using Adapters (sold Separately) Camera 720p Facetime Hd Camera Charging And Expansion Two Thunderbolt 3 (usb-c) Ports With Support For: Charging Displayport Thunderbolt (up To 40 Gb/s) Usb 3.1 Gen 2 (up To 10 Gb/s) Wireless 802.11ac Wi-fi Wireless Networking; Ieee 802.11a/b/g/n Compatible Bluetooth 5.0 Wireless Technology Audio Stereo Speakers Wide Stereo Sound Support For Dolby Atmos Playback Three-mic Array With Directional Beamforming 3.5 Mm Headphone Jack Keyboard And Trackpad Backlit Magic Keyboard With: 78 (u.s.) Or 79 (iso) Keys Including 12 Function Keys And 4 Arrow Keys In An Inverted-t Arrangement Ambient Light Sensor Force Touch Trackpad For Precise Cursor Control And Pressure-sensing Capabilities; Enables Force Clicks, Accelerators, Pressure-sensitive Drawing, And Multi-touch Gestures Electrical And Operating Requirements Line Voltage: 100 To 240v Ac Frequency: 50hz To 60hz Operating Temperature: 50° To 95° F (10° To 35° C) Storage Temperature: −13° To 113° F (−25° To 45° C) Relative Humidity: 0% To 90% Noncondensing Operating Altitude: Tested Up To 10,000 Feet Maximum Storage Altitude: 15,000 Feet Maximum Shipping Altitude: 35,000 Feet" 49,950.00 3 1 Unit "laptop Technical Specifications Processor: At Least Intel® Coretm I5-1155g7 Processor (8 Mb Smart Cache, 2.5 Ghz With Turbo Boost Up To 4.5 Ghz, Ddr4 Or Lpddr4x, Intel® Iris® Xe Graphics) Memory: At Least 8gb Of Onboard Ddr4 System Memory Storage: At Least 512 Gb Nvme Ssd Display: 15.6"" Display With Ips (in-plane Switching) Technology, Full Hd 1920 X 1080, Comfyviewtm Led-backlit Tft Lcd - 16:9 Aspect Ratio, 45% Ntsc Color Gamut - Wide Viewing Angle Up To 170 Degrees - Ultra-slim Design - Mercury Free, Environment Friendly Graphics: Intel® Iris® Xe Graphics, Supporting Opengl® 4.5, Opencltm 2.2, Microsoft® Directx® 12 Wlan - Intel® Wireless Wi-fi 6 Ax201 - 802.11a/b/g/n/acr2+ax Wireless Lan - Dual Band (2.4 Ghz And 5 Ghz) - 2x2 Mu-mimo Technology - Supports Bluetooth® 5.1 - Wi-fi Cnvi Interface Lan - Gigabit Ethernet, Wake-on-lan Ready Operating System: Windows 11 Home Battery 3-pin 65 W Ac Adapter 48 Wh 3-cell Li-ion Battery Up To 7.5 Hours (based On Mobilemark® 2018 Test Results) Camera Video Conferencing Hd Webcam With: - 1280 X 720 Resolution - 720p Hd Audio/video Recording I/o Ports: - Two Usb 3.2 Gen 1 Ports With One Featuring Power-off Usb Charging Usb 2.0 Port - Hdmi® 2.0 Port With Hdcp Support - 3.5 Mm Headphone/speaker Jack, Supporting Headsets With Built-in Microphone - Dc-in Jack For Ac Adapter - Ethernet (rj-45) Port - Usb Type-ctm Port: Usb 3.2 Gen 1 (up To 5 Gbps) Bundle: Free Office 2021 For Home And Student Warranty: 2 Years Warranty " 49,950.00 4 1 Pc "memory Ram For Computer Ddr4 Ram Speeds To 5333mhz With Latest 16gb Kits For Laptop " 11,600.00 5 2 Unit "mobile Portable Printer -all-in-one Portable Printer With Wireless & Mobile Printing - Colored -papers Sizes : (legal, A4 & Letter) -product Dimensions : ‎7.8 X 14.96 X 3.6 Inches -all-in-one Portable Printer: Scan, Copy, Easy Portable Printing Wherever You Need It, Wireless Print From Your Laptop Or Mobile Devices, 2. 65"" Color Touchscreen, Auto Document Feeder. -easily Connect To Your Printer With Bluetooth Smart Technology And Wi-fi Direct " 18,000.00 6 3 Unit "printer 3 In 1 (print, Scan, Photocopy) Printer – High Yield And Easy To Refill Home/office Xerox/printer [1 Set Of Ink Included] " 12,000.00 7 2 Unit "printer A3 Wi-fi Ink Tank Printer (3-in-1) -printing Resolution --- 4,800 X 1,200 Dpi A3 (29.7x42.0 Cm), -a4 (21.0x29.7 Cm), A5 (14.8x21.0 Cm), A6 (10.5x14.8 Cm), B6, B5, B4, Letter, Legal, No. 10 (envelope), Dl (envelope), C6 (envelope), C4 (envelope) 0.8 Watt (sleep Mode), 16 Watt (printing), 4.2 Watt (ready), 0.2 Watt (power Off), -tec 0.16 Kwh/week Ac 100 V - 240 V, 50 Hz - 60 Hz -498‎ X 358 X 165 Mm (width X Depth X Height) 6.4 Kg Windows 10 (32/64 Bit), Windows 7 (32/64 Bit), Windows 8 (32/64 Bit), Windows 8.1 (32/64 Bit), Windows Server 2008 R2, Windows Server 2012 R2, Windows Server 2016, Windows Vista (32/64 Bit), Windows Xp Professional X64 Edition Sp2 Or Later, Windows Xp Sp3 Or Later (32-bit), Windows Server 2003 R2, Spectextoptionoperatingsystemswin2003ii2 -usb, Wifi, Wi-fi Direc Wep 64 Bit, Wep 128 Bit, Wpa Psk (tkip), Wpa2 Psk (aes)" 35,000.00 8 4 Pc "ram Memory 8gb Ddr4 For Laptop " 2,500.00 9 1 Pc "solid State Drive (ssd) -ssd Card For Laptop -256gb Ssd Drive -512 Gb Ssd Drive 6gbs -8gb Ddr4 For Extended Memory -adaptor Lan To Usb 2.5"" Sata Iii 6gb/s 870 Evo Solid State Drive 1tb/2tb " 5,000.00 10 5 Pc Usb-c To Hdmi 2.0 And Vga Adapter With Mst Dual Monitor 2,500.00 Purpose: For Official Use: Regional Agricultural Engineering Division (raed).
Closing Soon20 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. 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) 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date6 Mar 2025
Tender AmountPHP 289.5 Million (USD 5 Million)
3401-3410 of 10000 active Tenders