Fabrication Tenders

Fabrication Tenders

Ministry Of Agriculture Fisheries And Agrarian Reform Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Details: Description Lot No. Unit Quantit Y Specifications Approved Budget For Contrac T Price Of Bid Document S Deliver Y Period 1 Unit 675 Portable Waterpump For Fishpond Affected By El Nino 65,475,000.00 50,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) Pr No. 2024-12-1053 Specifications: 1. Solar Panel And Accessories A.total Power Output: 2.52kw B.solar Panel: 4pcs 630w Bifacial C.ac/dc Mppt Charge Controller D.pre-fabricated Steel/aluminum Solar Mounting Structure E.pre-install Wiring And Circuit Breaker 2. Pump A.type: Centrifugal Pump B.rated Power: 2hp (1,500w) C.hybrid Ac/dc D.maximum Water Head: 15m E.maximum Water Flow: 40m^3/hr F.inlet And Outlet: 3x3’’ G.dc Voltage 110v-180v H.ac Voltage 220v I.inlet Pipe: 3’’ Flexible Pipe 10m With Foot Valve And Strainer J.outlet Pipe: 3’’ Pe Hose 50m 4. With Valid Amtec Test Result For The Whole System 5. The Supplier Must Have Namdac Certificate Issued By Pcaf. 6. The Supplier Must Have Permit To Operate Certificate Issued By Bafe. Delivery Areas: Regional Office 100 Cotabato City 25 Maguindanao Del Norte 125 Maguindanao Del Sur 100 Special Geographic Area (sga) 125 Lanao Del Sur 150 Basilan 50 ***nothing Follows***
Closing Date21 Jan 2025
Tender AmountPHP 65.4 Million (USD 1.1 Million)

DEPT OF THE ARMY USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
Corrigendum : Closing Date Modified
United States
Description: Salient Characteristicshi-rail Tracked E Xcavatorwith Attachments - Rev. 1 chassis:  Base Machine Shall Be A Standard Rubber Tracked Excavator  Tier 4 Final Diesel Engine  Min. 98 Hp  Standard Hydraulics To Operate Boom And Stick  Auxiliary Hydraulic Controls And Lines To Operate Hi-rail System And Stick Attachments  Stick To Be Fitted With Hydraulically Operated Quick Coupler With In-cab Controls, Which Provides 360-degree Rotation And Side-to-side Tilting Action For Attachments (tilt/rotator)  Rubber Tracks  Rops/fops Compatible, Climate Control Cab  Front Window Guard  Fully Adjustable, Air Suspension Seat  Standard Lighting And Instrumentation  One-piece Boom, Welded, Box-type Construction  Medium Stick, Welded, Box-type Construction  Approximately 27’ Fully Extended Reach  Joystick Controls For Boom And Stick Attachments  Counterweight, Min. 4,850 Lbs  Tight Tail Swing Design To Prevent Cab Damage  Machine Shall Include A Hydraulic Emergency Pump For Boom Raise And Swing In The Event Of machine Shut Down  The Electrical System Shall Be 24 Volt And Alternator Rating No Less Than 50 Amp  A Tag-out Lock-out Battery Disconnect Will Be Provided  Rearview Camera  Abc Fire Extinguisher hi-rail Guide Wheel Drive System:  Base Machine Shall Be Fitted With Retractable Hi-rail System For On-track Capability  The Hi-rail System Must Provide A Stable Working Platform And Allow The Excavator To Match ground-based Lift Capacities While The Hi-rail Is Engaged, Regardless Of The Attachment In Use.  Hi-rail Wheels Retract For High Ground Clearance.  Hydraulically Controlled Hi-rail Gear To Be Permanently Mounted To Frame  Hi-rail Gear To Be Controlled From Cab  16” Diameter Hi-rail Guide Wheels  Mechanical Lock Pins Lock Hi-rail In Position  Solid Axles And Heavy-duty Bearings  The Rail Axles Shall Be Set To Run On 56.5" Track Gauge (1435 Mm)  Hi-rail Travel Maximum 22 Mph (35 Km/h)  The Machine's Propel Travel Motor System Shall Be Hydraulically Driven And Mounted On The Ends of Each Axle W/hydraulically Actuated Shoe Brakes.  A Chain Drive Propel Travel Motor System Shall Not Be Accepted  Travel Motors Shall Be Actuated By A Two-direction Foot Pedal Inside Operator’s Station  The Lower Undercarriage Shall Include Sufficient Keyhole Style Tie Down Mounts For Transportation of This Machine By Truck  The Lower Undercarriage Shall Include Drop Pin Style Tow Hitch Points On Each End Of The Machine To Connect Rail Carts  The Lower Undercarriage Shall Be Equipped With Quick-connect Hydraulic Brake Connections On each End Of The Machine To Activate Fail Safe Disc Service & Emergency/park Brakes On Rail Carts  Drawbar Pull Shall Be At Least 14,661 Lbs (6650 Kgf) For Pulling A Minimum Cart Capacity Of 40,000 Lbs attachments:  Tie Crane Shall Be Equipped With Hydraulic Generator And Magnet magnet Generator  Min. 3.2kw Hydraulic Driven Generator  230-volt Vdc With 100% Duty Cycle System  Direct Drive Hydraulic Powered Motor  Adjustable Monitor Control From Inside Operator’s Station  Incorporated Load Limit Control That Prevents System Overloading  Torque Control To Prevent Overloading Of Hydraulic Motor  Adjustable Magnet Force Control  Integrated Insulation Monitoring To Help Prevent Magnet Over Heating  Unit To Be Mounted In A Location For Easy Access For Service. magnet  Min. 30” Magnet  Copper Coil With Class H Insulation  Heavy Duty Fabricated Housing Designed For Wear And Long Life  5' Lead With Quick Disconnects  High Strength Tested, Replaceable Alloy Steel Chains  Multi Grapple With Quick Coupler Mount For Rotator/tilter  Expander Pins  Self-lubricating Bearings  Mechanical End Stops  Gripper Width: Min. 5” - 60”  Min. Lifting Capacity: 10,000 Lbs  Mulching Head With Quick Coupler Mount For Rotator/tilter  Hydraulically Powered Horizontal Drum Mulcher  Carbide Tipped Teeth With Carbide Inserts  Min. 36” Working Width  Power Grip Bucket With Quick Coupler Mount For Rotator/tilter  Multi-purpose Bucket That Integrates Digging, Trenching And Clamshell Capabilities  Min. 36” Working Width
Closing Date19 Feb 2025
Tender AmountRefer Documents 

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description To Provide Labor, Materials And Equipment For The Construction Of Concrete Comfort Room At Dulag Elementary School, Brgy. Dulag, Iligan City Scope Of Work: • Earthworks - Excavation For Column & Wall Footings, Septic Vaults - Earth Fill And Gravel Bedding For Foundations And Site • Concrete Work, Formwork & Scaffolding - Installation Of Formworks And Scaffoldings For Concreting - Concreting For Column & Wall Footings, Columns, And Flooring • Masonry Work - Chb Walling For Walls • Steel Reinforcement - Installation Of Steel Reinforcement Bars For Concrete And Masonry Works • Steel Works - Installation Of Roof Framing (rafters, Vertical Struts, Girts And Purlins) • Doors & Windows - Fabrication & Installation Of Doors & Windows • Tinsmithry - Installation Of Roofing Sheets • Plumbing -installation Of Plumbing Lines And Fixtures *provide Adequate Construction Safety Signage And Billboards; Clearing; Cleaning & Disposal Of Construction Debris Materials At The Project Site; Proper Turn-over. I. Project Billboard (q = 2.00 Sets) Includes 4’ X 8’ Tarpaulin, 8’ X 8’ Tarpaulin, 2” X 3” X 14” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 2” X 8” Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3) (5 Sets). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 16.00 Cu.m.) A.) Excavation (q = 11.00 Cu.m.) Includes Volume To Be Excavated. B.) Earth Fill (q = 2.50 Cu.m.) Includes Volume For Earth Fill (includes Compaction), Petrun Soil (for Earth Fill) (w/ Compaction). C.) Gravel Bedding (q = 2.50 Cu.m.) Includes Volume For Gravel Bedding, 1-1/2” Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork & Scaffolding (q = 5.79 Cu.m.) Includes Portland Cement Type 1 Astm C-150 Pns 07, Washed Sand, Washed Gravel (for Formworks And Scaffoldings), Steel Scaffolding (including Accessories), 2” X 2” X 12’ Coco Lumber, Assorted Sizes C.w. Nails. Vii. Masonry Work (q = 58.60 Sq.m.) Includes 4” X 8” X 16” Chb (700psi), Portland Cement Type 1 Astm C-150 Pns 07, Washed Sand. Viii. Steel Reinforcement (q = 669.24 Kgs.) Includes 16mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work (q = 32.00 Lengths) Includes 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 100mm X 1.5mm Thk Rectangular Tube (6m/length), 50mm X 100mm X 10mm X 1.2mm Thk. C-purlins (6m/length), 12mm Dia. Deformed Steel Bar, Grade 40 (6m/length), Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors & Windows (q = 9.00 Units) Includes D1: 1000mm X 2150mm Wood Flush Door W/ Louver, Including Door Jambs, Door Knob, And Accessories; D1: 900mm X 2150mm Wood Flush Door W/ Louver, Including Door Jambs, Door Lock, And Accessories; D2: 700mm X 1800 Wooden Louver Door; Including Door Jambs, Door Lock, And Accessories; W1: 600mm X 600mm Analok Frame Jalousie Window W/ Bronze Glass. Xi. Tinsmithry (q = 78.00 Ln.m) Includes 1.0m X 0.50mm Thk Prepainted Rib-type Roofing, Tek Screw, Vulca Seal. Xii. Plumbing (q = 1.00 Lot) Includes Water Closet W/ Complete Fittings & Accessories; 4” X 4” Floor Drain, Stainless; Faucet, Us Patented; 4” Dia. X 10’ Pvc Pipe, S-1000; 3” Dia. X 10’ Pvc Pipe, S-1000; 2” Dia. X 10’ Pvc Pipe, S-1000; 4” Dia. Pvc Elbow, 1/4 Bend; 4” Dia. Pvc Wye; 4” Dia. Pvc Tee; 4’ Dia. Pvc Cleanout; 4” To 2” Pvc Reducer Tee; 3” Dia. Pvc Tee; 3” Dia. Pvc Wye; 3” Dia. Pvc P-trap; 3” Dia. Pvc Cleanout; 3” Dia. Pvc Elbow, 1/4 Bend; Pvc Cement, 400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2” Dia. G.i. Plug; 1/2” Dia. X 20’ G.i. Pipe, S-40; Teflon Tape (big).
Closing Date7 Feb 2025
Tender AmountPHP 499.3 K (USD 8.5 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0176 - Construction Of Multi-purpose Building, Barangay Aplaya, Bongabong, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Barangay Aplaya, Bongabong, Oriental Mindoro/25ei0176. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Aplaya, Bongabong, Oriental Mindoro Contract Id : 25ei0176 Location : Bongabong, Oriental Mindoro Scope Of Works : Construction Of Multi-purpose Building (health Center). This Includes Earthworks, Civil Works, Masonry Painting ( Painting Of Perimeter Walls, Beams And Column), Steel Painting (painting Of Steel Trusses, Purlins And Railings), Roofing Works, Fabrication And Installation Of Stainless Steel Signages, Decorative Stone, Air Conditioning Of (barangay Captain's Office And Session Hall), And Plumbing Works (sewer Lines, Cold Water Lines, Septic Tank And Plumbing Fixtures). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. 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. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 18, 2025 Until 10:00 A.m. 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 Php 5,000.00. 7. 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. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On February 06, 2025 At 9:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 18, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. 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. 12. The Dpwh - Southern Mindoro 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. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)

City Of Escalante Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Contract Reference Number: Itb#2024-288; Pr# 2024-12-2965 Name Of The Contract: Construction Of Health Station, Brgy. Washington (straight Contract Labor & Materials) Location Of The Contract: Escalante Government Center Standard Form Number: Sf-infr-05 Revised On: July 29, 2004 Invitation To Apply For Eligibility And To Bid The Lgu Escalante, Through Its Bid And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Contract : Construction Of Health Station, Brgy. Washington (straight Contract Labor & Materials) Location : Brgy. Washington, Escalante City Brief Description : Project Cost : 2,100,000.00 Contract Duration : 180 Calendar Days Source Of Fund : 2024 20% Dev. Fund Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Project Cost, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Checks/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follow: Bac Activities Schedule Date Location 1. Receipt From Prospective Bidders Of Letters Of Intent (loi) Including Application For Eligibility December 16, 2024 Bac Secretariat 2. Issuance Of Bid Documents Dec. 16, 2024-jan.6, 2025 Bac Secretariat 3. Pre-bid Conference 9:00 Am Dec. 23, 2024 Budget Office, Escalante Govt. Center 4. Receipt And Opening Of Bids 10:00 Am Jan. 7, 2025 Budget Office, Escalante Govt. Center The Bac Will Issue To Prospective Bidders Eligibility Forms At The Office Of Bac Secretariat, Gso Office, Upon Their Submission Of A Loi, And Upon Their Payment Of Non-refundable Amount Of Five Thousand Pesos Only (₱ 5,000.00) To The Lgu Escalante Cashier. Prospective Bidders Shall Submit The Eligibility Requirements To The Bac At The Said Address. They May Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount Of Five Thousand Pesos Only (₱ 5,000.00) To The Lgu Escalante Cashier. The Bac Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Arnulfa R. Donoso Bac Chairman Bill Of Quantities: Item # Qty Unit Item Description Unit Cost Total Cost General Requirements 0001 1.00 Lot Mobilization And Demobilization 0002 1.00 Lot Permits, Clearances And Licenses 0003 1.00 Lot Project Billboard 0004 1.00 Lot Health And Safety Requirements Earthworks 0005 38.05 Cu.m Engineered Fill (borrow) Structural Works 0006 29.22 Cu.m Concrete Works 0007 2,292.20 Kgs Reinforcing Steel 0008 1.00 Lot Formworks And Falseworks Masonry Works 0009 174.75 Sq.m. 4” Chb Walls 0010 195.64 Sq.m. Plaster Finish Roofing Works 0011 1.00 Lot Steel Works/steel Truss 0012 396.90 Sq.m. Tinsmithry Fabrication And Installation Of Doors 0013 1.00 Lot Doors 0014 1.00 Lot Windows Ceiling 0015 87.22 Sq.m. Ceiling Works Finishes 0016 436.72 Sq.m. Painting Works 0017 59.73 Sq.m. Tile Works 0018 1.00 Lot Railings Plumbing Works 0019 1.00 Lot Plumbing Fixtures And Accessories 0020 1.00 Lot Sanitary Line 0021 1.00 Lot Water Line System 0022 1.00 Units Septic Tank Electrical Works 0023 1.00 Lot Electrical Panel Board, Rough-ins, Wires 0024 1.00 Lot Electrical Fixtures X-x-x-x Nothing Follows X-x-x-x Arnulfa R. Donoso Winny C. Wayco, Ce, Enp Atty. Charo N. Tupas-fajardo City Budget Officer City Engineer City Legal Officer Bac, Chairman Bac, Vice Chairman Bac, Member Atty. Cheryl P. Ulgasan Dr. Vermont Khan L. Juvahib, Cese Cgdh I, Acting Chblumo Cgdh I, Chmd Bac, Member Bac, Member Bids & Awards Committee Escalante City, Negros Occidental. Philippines Sir, I Have The Honor To Enclose The Sum P __________________ Corresponding To The 2% Of The Amount Of The Bid. ____________________________ ___________________________ Date Signature __________________________ ___________________________ _________________________ (tin) Address Printed Name Of The Agency Note: A Bid Valid For A Shorter Period Shall Be Rejected By The Procuring Entity As Non-responsive Bid.
Closing Date7 Jan 2025
Tender AmountPHP 2.1 Million (USD 36.1 K)

City Of Danao Tender

Others
Philippines
Details: Description Description Republic Of The Philippines Danao City Brgy.santican Invitation To Apply For Eligibility And To Bid For The Use Of Brgy.santican,danao City The Brgy.santican, Tends To Apply The Sum Of Php100,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For The Use Of Brgy.santican, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Santican Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For The Use Of Brgy. Santican, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 1 Unit Laptop 40,000.00 40,000.00 2. 1 Set Radio Base 60,000.00 60,000.00 Fabrication Of Extended Antenna And Installation Mobilization Battery (this Is Optional.this Will Be Use During Typhoon No Power Of No Electricity) Php 100,000.00 Delivery Of The Goods Is Required Not Later Than Jan.20, 2025.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Jan.07- 14, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer,supplier,or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On Jan. 14, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy.santican,danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts,if Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders,performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications,biddings,evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Par ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines,as Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened.the Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents,itb.the Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project.the Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.nelson P. Ponce Brgy. Bac Chairman Santican,danao City
Closing Date14 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0152 - Construction Of Multi-purpose Facility (covered Court) Aplaya Elementary School, Bongabong Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Facility (covered Court) Aplaya Elementary School, Bongabong Oriental Mindoro/25ei0152. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Facility (covered Court) Aplaya Elementary School, Bongabong Oriental Mindoro Contract Id : 25ei0152 Location : Bongabong, Oriental Mindoro Scope Of Works : Construction Of A 1 Unit Multi-purpose Building (covered Court) Measuring 18.00m X 30.00m, Which Includes Embankment, Reinforced Concrete For Colum Footings, Column, Footing Tie Beams, Slab, Corbels, And Gutters. The Project Also Involves The Fabrication And Installation Of Trusses, Roofing Works, And Downspouts. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. 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. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 – February 13, 2025 Until 10:00 A.m. 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 Php 28,000.00. 7. 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. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 13, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. 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. 12. The Dpwh - Southern Mindoro 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. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date13 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)

BARANGAY TABAAN NORTE, TUBA, BENGUET Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Construction Of Basketball Court Phase Ii (back Of Balangabang Barangay Hall) Project Id No. 2025 - 02 – 002 1. Barangay Tabaan Norte, Through The Budget For The Contract Approved By The Sangguniang Bayan For Cy 2024 Sk Annual Budget Intends To Apply The Sum Of The Following Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lot: Project Id No. Project Title Project Location Project Description Dcs Complete Minimum Equipment Required Source Of Fund Abc 2025-02-002 Construction Of Basketball Court Phase Ii (back Of Balangabang Barangay Hall) Tabaan Norte, Tuba, Benguet Project Billboard, Construction Of Health And Safety Requirements, Structure Excavation (u.m.), Fabrication And Installation Of Basketball Board And Stand, Structural Concrete, Subgrade Preparation, Pccp 39 Mini Cargo Truck, Welding Machine, Power Tools, Consumables (scaffoldings), Dump Truck, Concrete (1-bagger), Portable Vibrator Cy 2024 Sk Annual Budget 250,000.00 39 Grand Total 250,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Barangay Tabaan Norte Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required In 39 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Barangay Tabaan Norte And Inspect The Bidding Documents At The Barangay Hall At Parasipis, Tabaan Norte, Tuba, Benguet From 8:00 A.m To 5:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025, At The Barangay Hall, Parasispis, Tabaan Norte, Tuba, Benguet, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Official Receipt And Order Of Payment. 6. Barangay Tabaan Norte Through The Bids And Awards Committee (bac) Will Not Hold A Pre-bid Conference For This Project. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 17, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 9:00 A.m. At The Barangay Hall, Parasipis, Tabaan Norte, Tuba, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case There Will Be A Tie Between Bidders, All Those Who Have Passed Post-qualification And Offered The Same Financial Bid Price, A Tie-breaking Method Through “draw Lots” Will Be Used To Determine The Winning Bidder. 11. Barangay Tabaan Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Failure To Sign Each And Every Page Of The Bid Form, Including The Attached Schedule Of Prices Shall Be A Ground For The Rejection Of Bid. 13. For Further Information, Please Refer To: Mr. Teddy Paquit At The Barangay Hall, Parasipis, Tabaan Norte, Tuba, Benguet From 8:00 Am To 5:00 Pm Only, Mondays To Fridays. However, Any Queries Relative To The Contents Of The Bid Documents And The Project Requirements Can Only Be Made By Bidders Who Purchased The Bid Documents Not Later Than Ten (10) Days Prior To The Submission And Opening Of Bids And Have Viewed And Ordered Through Our Posting At Philgeps. 14. To Bid For This Contract, A Bidder Must Meet The Following Major Criteria; A. Duly Licensed Filipino Citizens/sole Proprietorship 75% Filipino-owned Partnerships, Corporations, Cooperatives, Or Joint Ventures; B. Must Be Registered In The Philgeps Or Procurement Service; C. With A Pcab License; D. Prospective Bidder Must Have Completed An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To The Current Prices Using The Psa Consumer Price Indicates, Must Be At Least Fifty Percent (50%) Of The Abc To Bid: Provided, However, That Contractors Under Smaa A & B More The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. Computation Of A Prospective Bidder's Nfcc Must Be At Least Equal To The Abc To Be Bid. Further, Hard Copies Of Bidding Documents Will Be Issued By The Bac Secretariat At The Barangay Hall, Parasipis, Tabaan Norte, Tuba, Benguet Upon Payment At The Barangay Treasurer For The Corresponding Fees. Date Of Posting: February 7, 2025 - February 17, 2025 Agosto A. Lamsis Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 250 K (USD 4.3 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo. the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard). it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration. the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease. the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought. the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site. 1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code. 2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful. 3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted. 4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations. 5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration. 6. Are You Able To Customize The Space To Meet Mission Requirements To Include: electronic Security Systems, Intrusion Detection, Cctv Yes___ No___ soundproof Space Yes___ No___ increased Ventilation Yes___ No___ telecommunication Rooms Yes___ No___ chemical Storage Yes___ No___ emergency Eye Wash Stations Yes___ No___ patient Exam Rooms Yes___ No___ overhead Rolling Doors Yes___ No___ would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________ the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid. what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility? _________________________________________________________________________ what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators? __________________________________________________________________________ will A Sub-contractor Be Used? Yes___ No___ if So, What Disciplines Will Require A Sub-contractor? please Provide Facility Pricing Schedules And Lease / Buy Options. please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To: scott Morrison At Scott.morrison@usace.army.mil ines Necker At Ines.necker@usace.army.mil jay Denker At Jay.b.denker@usace.army.mil
Closing Date15 Jan 2025
Tender AmountRefer Documents 

City Government Of Isabela Tender

Furnitures and Fixtures
Philippines
Details: Description 1. The City Government Of Isabela, Basilan, Intends To Apply The Sum Of Four Million Two Hundred Thirty-three Thousand Nine Hundred Seventy-eight Pesos Only (₱4,233,978.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Furniture For The New City Hall Building. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Isabela, Basilan Now Invites Bids For Procurement Of Furniture For The New City Hall Building To Wit: Stock Quantity Unit Of Item Description 1 17 Pcs Executive Table 2 17 Pcs Executive Chair Employee Tables: 3 7 Pcs A. 6-person Workstation 4 2 Pcs B. 4-person Workstation 5 110 Pcs C. Single Workstation 6 160 Pcs Employee Chair 7 2 Pcs Conference Table 8-seater 8 16 Pcs Conference Chairs 9 25 Pcs Visitors Chairs 10 28 Pcs Printer Tables 11 7 Pcs 3-seater Gang Chairs 13 2 Rolls Carpet (40 Sqm/roll) Filing Cabinets For Fabrication 14 1 Pcs Shoe Cabinet Partition (2.60m X 0.40m X 2.40m) 15 17 Pcs Cabinet-1 (3.60m X 0.45m X 0.90m) 16 1 Pcs Cabinet-2 (4.60m X 0.45m X 0.90m) 17 2 Pcs Cabinet-3 (1.40m X 0.45m X 0.90m) 18 1 Pcs Cabinet-4 (2.40m X 0.90m X 2.40m) 19 2 Pcs Cabinet-5 (1.60m X 0.90m X 2.40m) 20 2 Pcs Cabinet-6 (3.60m X 0.45m X 2.40m) 21 8 Pcs Cabinet-7 (2.40m X 0.45m X 2.40m) 22 5 Pcs Cabinet-8 (3.00m X 0.45m X 2.40m) 23 1 Pcs Cabinet-9 (2.00m X 0.45m X 2.40m) 24 2 Pcs Cabinet-10 (1.80m/4.80m X 0.45m X 2.40m) 25 1 Pcs Cabinet-11 (4.00m/3.45m X 0.45m X 2.40m) 26 3 Pcs Cabinet-12 (3.00m X 0.45m X 0.90m) 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee City Of Isabela, Basilan And Inspect The Bidding Documents At The Address Given Below During 9:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On January 3, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before January 24, 2025 At 9:30 A.m., Sakayan Conference Room, Mayor’s Office, City Hall Complex, Sunrise Barangay, Isabela City, Basilan. All Bids Must Be Accompanied By A Bid Security In Cash, Certified Checks Or Bank Guarantee. Bid Opening Shall Be On January 24, 2025 At 9:30 A.m Sakayan Conference Room, Mayor’s Office, City Hall Complex, Sunrise Barangay, Isabela City, Basilan. 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. 7. The Bac Isabela City, Basilan 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. 8. For Further Information, Please Refer To: Roberto E. Arsena Ii Bac Secretariat Head Bac Office, 2nd Floor Main Building, City Hall Sunrise, Isabela City, Basilan Cp No. 09958110219 Vido F. Yu Bac Chairman Pre-bid Conference
Closing Date24 Jan 2025
Tender AmountPHP 4.2 Million (USD 72.2 K)
3861-3870 of 4221 archived Tenders