Fencing Tenders
Fencing Tenders
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 1 Million (USD 18 K)
Details: Description A.contract Id : Antipolo-15january2025-01 B.name Of Project : Site Development Works At Lores Elementary School, Brgy. San Roque, Antipolo City C.location : Brgy. San Roque, Antipolo City D.brief Description : Site Development Works E.major Item Of Works : Construction Of Arc, Gate And Fence; Repainting Works F.approved Budget For The Contract : Php 1,055,329.47 G.duration : 90 Cd. 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: December 27, 2024 - January 15, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 02, 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: January 15, 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: January 15, 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
Department Of National Defence Tender
Machinery and Tools
Canada
Closing Date28 Jan 2025
Tender AmountRefer Documents
Details: File Number: W8486-250048/a Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. Delivery Is Requested At The Canadian Forces Supply Depots (cfsd) In Montreal And Edmonton Within Thirty (30) Calendar Days Of Contract Award. Item 1 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4585, Bracket,tow Hook Part No.: 2352424, Ncage: 0chw9 Quantity: 60, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 2 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4585, Bracket,tow Hook Part No.: 2352424, Ncage: 0chw9 Quantity: 40, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 3 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4584, Bracket,tow Hook Part No.: 2352410, Ncage: 32my9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 4 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4584, Bracket,tow Hook Part No.: 2352410, Ncage: 32my9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 5 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4210, Bracket,tow Hook Part No.: 2352550, Ncage: 0chw9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 6 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4210, Bracket,tow Hook Part No.: 2352550, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 7 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4605, Bracket,tow Hook Part No.: 2352563, Ncage: 32my9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 8 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4605, Bracket,tow Hook Part No.: 2352563, Ncage: 32my9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 9 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4603, Bracket,tow Hook Part No.: 2352408, Ncage: 0chw9 Quantity: 50, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 10 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4603, Bracket,tow Hook Part No.: 2352408, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 11 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4333, Extension,fork Part No.: 2350426, Ncage: 0chw9 Quantity: 60, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 12 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4333, Extension,fork Part No.: 2350426, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscm/cage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Debriefings Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be Provided In Writing, By Telephone Or In Person. Electronic Submission Of Bids This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca
Directorate Maritime Procurement Tender
Machinery and Tools
Canada
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Esquimalt, British Columbia And Cfb Halifax, Nova Scotia . Item 1, Gsin: N4820, Nsn: 20-0100608, Valve, Butterfly Part No.: Cn-161019, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 2, Gsin: N4820, Nsn: 20-0100608, Valve, Butterfly Part No.: Cn-161019, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 3, Gsin: N4820, Nsn: 20-0100617, Valve, Butterfly Part No.: Cn-160807, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 4, Gsin: N4820, Nsn: 20-0100617, Valve, Butterfly Part No.: Cn-160807, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 5, Gsin: N4820, Nsn: 20-0100641, Valve, Butterfly Part No.: Cn-160808, Ncage: L0470, Bray Controls Canada Ltd Quantity: 10, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 6, Gsin: N4820, Nsn: 20-0100641, Valve, Butterfly Part No.: Cn-160808, Ncage: L0470, Bray Controls Canada Ltd Quantity: 10, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 7, Gsin: N4820, Nsn: 20-0100642, Valve, Butterfly Part No.: Cn-160809, Ncage: L0470, Bray Controls Canada Ltd Quantity: 8, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 8, Gsin: N4820, Nsn: 20-0100642, Valve, Butterfly Part No.: Cn-160809, Ncage: L0470, Bray Controls Canada Ltd Quantity: 8, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 9, Gsin: N4820, Nsn: 20-0100645, Valve, Butterfly Part No.: Cn-160816, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 10, Gsin: N4820, Nsn: 20-0100645, Valve, Butterfly Part No.: Cn-160816, Ncage: L0470, Bray Controls Canada Ltd Quantity: 15, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Item 11, Gsin: N5340, Nsn: 20-0101189, Lever, Manual Control Part No.: 010400-2110007, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt, British Columbia. Item 12, Gsin: N5340, Nsn: 20-0101189, Lever, Manual Control Part No.: 010400-2110007, Ncage: L0470, Bray Controls Canada Ltd Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax, Nova Scotia. Bidders Proposing An Equivalent Or Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscn/ncage Of The Item Of Supply They Are Offering. Bidders Proposing An Equivalent Or Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscn/ncage Of The Manufacturer. Bidders Must Submit Prices In Canadian Dollars. Bids Submitted In Foreign Currency Will Be Rejected. The Requirement Does Not Offer Exchange Rate Fluctuation Risk Mitigation. Requests For Exchange Rate Fluctuation Risk Mitigation Will Not Be Considered. All Bids Including Such Provision Will Render The Bid Non-responsive. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Province Of Davao Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 29.9 Million (USD 518.6 K)
Details: Description Republic Of The Philippines Province Of Davao Oriental Bids & Awards Committee City Of Mati Invitation To Bid The Provincial Government Of Davao Oriental Through Its Bids And Awards Committee (bac), Invites Licensed Contractors To Bid For The Hereunder Project: Name Of Project : Construction Of Lupon Waterfront Park Location : Brgy. Central, Lupon, Davao Oriental Project Description : Fence, Seawall, Wave Deflector, Gates, Landscape, Comfort Room, Guardhouse Approved Budget For The Contract : Php 29,999,575.34 Completion Period : 250 Calendar Days Source Of Fund : Dbp Loan Minimum Equipment Required : 1 Unit – Bulldozer; 1 Unit - Dump Truck ; 1 Unit – Backhoe; 2 Units – Jack Hammer; 1 Unit – Motorized Road Grader, G710a; 1 Unit – Vibratory Roller; 1 Unit – Water Truck; 1 Unit – Bar Cutter; 1 Unit – Bar Bender; 1 Unit – Truck Mounted Crane; 1 Unit – Vibro Hammer (hydraulic Operated); 1 Unit – Welding Machine; 1 Unit – Cutting Outfit; 1 Unit – Gen Set ; 2 Units – One Bagger Mixer; 2 Units – Concrete Vibrator; 1 Unit - Oxy/acetylene Cutting Outfit W/ Acc.; 1 Unit – Plate Compactor Technical Personnel Required : 1 – Project Manager, 1-project Engineer, 1 – Material Engineer, 1 – Safety Engineer, 1 – General Foreman Prospective Bidders Should Have A Pcab License With An Experience In Undertaking A Similar Project Within The Last 10 Years. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary “pass/fail” Criteria As Specified In The Implementing Rules And Regulations (irr) Of 9184. Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of The Bidding Documents. All Bids Must Be Accompanied By A Bid Security In The Following Form And Amount In Pesos Or An Equivalent Amount In A Freely Convertible Currency. Form Of Bid Security - Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank (2% Of Abc) Minimum Amount - P 599,991.51 Form Of Bid Security - Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank. Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank ( 2% Of Abc) Minimum Amount - P 599,991.51 Form Of Bid Security - Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security (5% Of Abc) Minimum Amount - P 1,499,978.77 Form Of Bid Security - Bid Securing Declaration The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 28 To February 17, 2025 2. Pre-bid Conference February 6, 2025 3. Deadline For Submission Of Bids February 18, 2025 - 2:00pm 4. Opening Of Bids February 18, 2025 - 2:00pm The Bac Will Issue Eligibility And Bidding Documents Upon Payment Of A Non-refundable Amount Of P 25,000.00 To The Provincial Treasurer’s Office. The Provincial Government Of Davao Oriental Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Provincial Government Of Davao Oriental Pursuant To Section 41.1 Of The Irr Of Ra 9184 As Reiterated Codes 5.9 Of Dbm Circular Letter No. 2010-a, Dated December 30, 2010 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. For Further Information, Please Refer To: Irah Marie R. Venus Head, Bac Secretariat Capitol Hill, Mati, Davao Oriental Email Add: Dvo_bacsecretariat@yahoo.com Freddie C. Bendulo, Reb, Mmrem, Mpa Bac Chairperson
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
Details: Description A. Contract Id : Antipolo-19february2025-19 B. Name Of Project : Improvement Of School Gate At Juan Sumulong Elementary School, Brgy. San Roque, Antipolo City C. Location : Brgy. San Roque, Antipolo City D. Brief Description : Improvement Of School Gate E. Major Item Of Works : Construction Of Gate And Fence, Guard House F. Approved Budget For The Contract : Php 1,600,000.00 G. Duration :120 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: January 31 - February 19, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 07, 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: February 19, 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: February 19, 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
Department Of Agriculture Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 10 Million (USD 172.3 K)
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Boar Studio At Da-prec Sta. Barbara, Pangasinan 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Ten Million Pesos (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Boar Studio At Da-prec, Sta. Barbara, Pangasinan With Project Identification Number Da Rfo-1-2025-infra-019. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Da-prec, Sta. Barbara, Pangasinan Project Description: Construction Of Boar Studio Project At Da-prec, Sta. Barbara Breeding Center Consisting Of Perimeter Fence, Headquarters, Boar Studio Building With Semen Extraction Facility, Water Tank, Generator Shed, Digester, Pig Disposal, Feed Bodega & Lagoon. Scope Of Work: Description Qty Unit I. General Requirements (permits And Project Billboard 1 Lot Ii. Safety And Health 1 Lot Iii. Mobilization And Demobilization 1 Lot Iv. Concrete Works 313.72 Cu.m. V. Rebar Works 4,903.50 Kgs Vi. Masonry Works 520.39 Sq. M. Vii. Plastering Works 1,040.78 Sq.m. Viii. Steel Works (roofing) 1 Lot Ix. Ceiling Works 1 Lot X. Tiling Works 1 Lot Xi. Pen 1 Lot Xii. Tinsmithry Works (all Structures) 412.23 Sq.m. Xiii. Painting Works 1,040.78 Sq.m. Xiv. Doors And Windows (including Installation) 1,932 Sq.m. Xv. Water Tank 1 Lot Xvi. Pig Disposal 1 Lot Xvii. Lagoon 1 Lot Xviii. Digester 1 Lot Xix. Generator Room 1 Lot Xx. Backfilling Works 4,500 Cu.m. Xxi. Perimeter Fence 1 Lot Xxii. Electrical Works (including Aircon Units) 90 Lot Xxiii. Plumbing Works 1 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 4 Skilled Workers • 8 Unskilled Workers Minimum Equipment Required: • 1 Backhoe • 1 Welding Machine • 1 Cut-off Machine • 1 Plate Compactor • 1 Bar Cutter • 1 Bar Bender • 1 One-bagger Mixer Completion Of The Works Is Within Two Hundred Twenty (220) 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 22, 2025 To February 11, 2025 From The Address Given And Websites 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 Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 30 January 2025, 10:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 11 February 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 11 February 2025, 10:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 21, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-019
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 885.8 K (USD 15.2 K)
Details: Description A.contract Id : Antipolo-08january2025-13 B.name Of Project : Improvement Of Child Development Center At Samba Homes, Brgy. San Luis, Antipolo City C. Location : Brgy. San Luis, Antipolo City D.brief Description : Repair/ Repainting Of Wood Surfaces; Replacement Of Gutter, Flashing And Roof; Installation Of Fence With Gate E.major Item Of Works : Electrical Works; F.approved Budget For The Contract : Php 885,880.46 G.duration : 120 Cd. 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: December 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 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: January 08, 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: January 08, 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
City Of Cagayan De Oro Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 2.4 Million (USD 43 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Early Childhood Care Development (eccd) Child Development Center, Balubal Heights; Sn 06 - 2025 1. The City Government Of Cagayan De Oro, Through Current Appropriation, Supplemental Budget No. 2 Cy 2024, Non-office: Economic Services Sector - Infrastructure Project/programs - Public Buildings/miscellaneous Structures, Intends To Apply The Sum Of Two Million Four Hundred Ninety Eight Thousand Ninety Eight And 14/100 (php2,498,098.14) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Early Childhood Care Development (eccd) Child Development Center, Balubal Heights; Sn 06 - 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: A) Clearing And Removal Of Existing Obstructions B) Construction Of 1-storey Care Center Building W/o Tile & Screen Door C) Provision Of Facilities/amenities & Playground Equipments D) Construction Of Fence With 1 Unit Gate. Completion Of The Works Is Required One Hundred Eleven (111) Calendar Days From The Effectivity Date Stipulated In The Notice To Proceed. 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 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below From Office Hours Of 23 January 2025 To 12:00 Noon Of 13 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 23 January 2025 To 12:00 Noon Of 13 February 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) 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 City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 30 January 2025; 2:00 P.m At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 13 February 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 13 February 2025; 2:00 P.m At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. 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. 8. The City Government Of Cagayan De Oro 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. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd)atty. Joeffrey D. Namalata Bac Chairperson
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.6 K)
Details: Description A.contract Id : Antipolo-22january2025-22 B.name Of Project : Improvement Of Multi-purpose Covered Court At Phase 2b, Brgy San Luis, Antipolo City C.location : Brgy San Luis, Antipolo City D.brief Description : Improvement Of Multi-purpose Covered Court E.major Item Of Works : Replacement Of Existing Fence And Gate; Repainting Works; Electrical Works F.approved Budget For The Contract : Php 1,500,000.00 G.duration : 60 Cd. 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: January 03 - 22, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 10, 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: January 22, 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: January 22, 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
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 862.5 K (USD 14.8 K)
Details: Description A.contract Id : Antipolo-08january2025-23 B.name Of Project : Improvement Of Child Development Center At Peace Village 2, Brgy. San Luis, Antipolo City C. Location : Brgy. San Luis, Antipolo City D.brief Description : Repainting Of Whole Structure And Fence; Replacement Of Ceiling And Roof Eaves; Replacement Of Gutter And Downspout E.major Item Of Works : Replacement Of Electrical Fixtures And Rewirings; Repainting Works; Plumbing Works F.approved Budget For The Contract : Php 862,565.55 G.duration : 90 Cd. 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: December 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 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: January 08, 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: January 08, 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
5471-5480 of 5570 archived Tenders