Fencing Tenders

Fencing Tenders

City of Hejnice Tender

Electrical and Electronics...+1Electrical Works
Czech Republic
Details: The Subject of the Public Contract is the Placement of 1 Separate Object – Retaining Wall Along the Adjacent Road (Luční Street) with a Distance of the Wall Face from the Edge of the Road. The Retaining Wall Construction Is a Heavy Gabion With Granite Folded Filling. The Retaining Wall Is Designed to Be Angled With a Short Bend into an “L” Shape at the Entrance Gate and Further With an Oblique So-called “Wing” at the Technical Services Building. Within the Framework of the Subject of the Public Contract, the Retaining Wall Will Be Founded on a Concrete Foundation Belt. The Retaining Wall Construction Will Be Reinforced with Vertical Structural Steel Columns, Which Will Run Along the Entire Height of the Retaining Wall. In the Crown of the Masonry They Will Form the Supporting Structure of the Fencing. The columns will be anchored to the foundation belts via a steel plate.
Closing Date13 Feb 2025
Tender AmountCZK 1 Million (USD 41.3 K)

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions
United States
Details: *notice: This Is A Sources Sought Announcement. No Proposals Are Being Requested Or Accepted At This Time. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. * supporting Documents: draft Performance Work Statement (available Upon Request) comment Resolution Matrix system Requirements Document (available Upon Request) purpose the Purpose Of This Sources Sought Is To Conduct Market Research To Determine If Responsible Sources Exist, To Assist In Determining If This Effort Can Be Competitive And/or A Total Small Business Set-aside. The Proposed North American Industry Classification Systems (naics) Code Is 811210 Electronic And Precision Equipment Repair And Maintenance. The Government Will Use This Information To Determine The Best Acquisition Strategy For This Procurement. The Government Is Determining Interest From Small Businesses, To Include 8(a) Service-disabled Veteran Owned, Hubzone, And Women-owned Small Business. The Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Small Business Status. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers During The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And The Work Accomplished By The Teaming Partner(s). The Government Is Flexible With The Naics Code And Companies Can Recommend Other Codes If They Feel A Different One Would Be More Applicable. this Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information For Planning Purposes Only. This Notice Does Not Constitute A Request For Proposal (rfp), Request For Quote, Invitation For Bid, Nor Does It In Any Way Restrict The Government To An Ultimate Acquisition Approach. The Government Encourages All Responsible Businesses, Including Small Businesses, To Respond To This Sss; However, The Government Is Not Liable For Any Costs Incurred By Any Respondent To Prepare And/or Submit Its Response To This Sss. The Government Will Not Return Submittals To The Sender. as Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. The Government’s Assessment Of The Capability Statements Received Will Factor Into Any Forthcoming Solicitation Which May Be Conducted As A Full And Open Competition Or As A Set-aside For Small Business. remote Visual Assessment System Description the Remote Visual Assessment (rva) System Provides Video Surveillance Of Top-side Activity At The Usaf Minuteman Iii (mmiii) Launch Facilities (lfs), Missile Alert Facilities (mafs) And Missile Support Centers (msc). Rva Is A Diverse Network Distributed Across Three Missile Wings (mws): Malmstrom Afb, Mt (wing I), Minot Afb, Nd (wing Iii), And Fe Warren Afb, Wy (wing V), Strategic Missile Integration Complex (smic) At Hill Afb, Ut, Jgsoc Barksdale, La And Network Operations Center (noc) Near Hill Afb, Ut. The System Provides Real-time Threat Assessment And Situational Awareness For Critical Nuclear Assets By Security Forces (sf). Rva Consists Of A Fixed Camera And A Pan-tilt-zoom (ptz) Camera Mounted On The Same Pole, Outside The Fence Of Each Lf. Signals Are Transmitted Through Point To Point (ptp) Radios, Utilizing Supporting Network Equipment Including Routers, Switches, Firewalls And Cabling. The Rva System Is Running 24/7 At All Locations And Data Transmission Is Secured Through End-to-end Encryption. rva Is Currently Being Sustained On A Contractor Logistic Support (cls) Contract. The Cls Contract Provides Efficient And Effective Depot-level Maintenance For: 1) Physical Interfaces At The Lf; 2) Physical Interfaces At Monitoring Stations; 3) Rva Surveillance System; 4) Rva Monitoring System; And 5) Rva Data Transmission System. The Standalone Rva Components Are All Commercial-off-the-shelf (cots), Integrated Into A System. launch Facility lfs Are Unmanned Facilities Where Operational Mmiii Missiles Are Located. The Rva System Monitors The Top Side Of The Lf For Sfs. Rva Equipment At The Lf Externally Mounts To A Concrete Pole At Approximately 30 Feet High Outside Of The Lf Fence. The Equipment Is Stored In A Weather-rated Enclosure. The Enclosure At The Lf Has Sensors To Detect Door Tampering/unauthorized Access, Which Triggers A Notification; The Fsc At The Affected Maf Will Receive A Visual Notification Alarm. The Fixed Camera And The Ptz Camera Are Attached To The Enclosure Containing All Supporting Equipment. The System Uses Ptp Radios To Communicate With The Fsc At The Maf. The System Uses Infrared (ir) Illuminates To Enhance Nighttime Visibility. Rva Uses The Digital Video Recorder (dvr) Located Inside The Enclosure To Store Captured Video Data. missile Alert Facility mafs Are Protected Facilities Manned Via 24/7 Rigorous Access Controls. The Maf Has Cameras At Each Facility And Communication Equipment Requiring Periodic Maintenance. The Fsc Has Full Control Over Two Cameras At Each Of 10 Lfs They Are Overseeing. The Maf Workstation Is Located In The Security Control Center. A Workstation Consists Of One Computer With Two Monitors. The Networking Equipment Transmits Data From The Workstation To The Network Video Recorder (nvr) And Is Stored In A Locked Communication Room. Some Networking Equipment Is Stored In A Weather-rated Box, At The Base Of The Communication Tower Inside The Perimeter Fence. Additional Networking Equipment Is Located Inside The Communication Room. The Towers Range From 120 To 300 Feet Tall. Certified Climbers Are Required To Perform Maintenance And Inspection On Towers. missile Support Center the Msc And Alternate Msc Are Located At Each Of The Three Mws. The Msc Contains Two Rva Workstations Used To Monitor Sites At Each Mw. Each Workstation Consists Of One Computer With Two Monitors. The Msc Also Houses Networking Equipment And Servers To Interconnect Rva Assets. Msc Servers And Networking Equipment Are In The Communication Room. trainers the Trainer Facility Provides Training And Certification For Personnel Operating Rva At The Mafs For Each Mw. There Are Six Fsc Trainers, Two At Each Mw. The Workstations Simulate Situations The Fscs May See In The Field. A Workstation Consists Of One Computer With Two Monitors And Is Used To Evaluate The Fsc’s Performance. Each Mw Has Functional Rva Systems Are Located At Lf Trainer Facilities. The Lf Trainers Contain The Same Equipment Located At An Lf. The Fsc And Lf Trainers Are Also Used To Test Software Updates Before New Software Is Deployed To The Operational Sites. towers the Rva System Utilizes Additional Government And Commercially Own Towers Both On And Off The Mw Bases. These Towers Are Use As Repeaters Or As The Receiving Tower For The Msc. The Towers Are Similar To The Maf Towers; However, They Are Not Manned. Several Towers Are Greater Than 100 Feet With Rva Radios And Antennas On The Tower And Equipment Located On Racks At The Base Of The Tower. Certified Climbers Are Required To Perform Maintenance Of Rva Equipment And Inspection On Towers. Several Towers In Montana Are Located At The Top Of Mountains And Require Special Vehicles For Maintenance Access. network Operations Center/security Operations Center the Network Operations Center (noc)/security Operations Center (soc) Performs 24/7 Monitoring And Troubleshooting Of The Rva System Including All Lfs And Mafs Throughout The Mws. The Noc/soc Is Located Near Hill Afb. The Servers And Networking Equipment, Used For Systems Administration, Are Stored At The Noc/soc. The Noc/soc Provides Remote Software Support For Equipment Failure Ticketing/tracking System, Cybersecurity Patches, And All Field Network Support. strategic Missile Integration Complex the Strategic Missile Integration Complex (smic) Provides Integration Testing For Both Hardware And Software Before Installation And Deployment At The Mws. The Equipment At The Smic Has The Same Functionality As Operational Lf And Fsc Workstation At The Maf. software Integration Lab the Software Integration Labs (sil) Are Designed To Test New Software And Hardware For The Rva System. The Sil Refers To The Lf Enclosures And Not Necessarily The Room. Each Mw Has A Slightly Different Lf Enclosure Configuration. Currently There Are Three Enclosures At The Contractor’s Main Facility That Represent Each Of The Mws; Three Enclosures At The Noc That Represent Each Of The Mws; And One Enclosure At Each Of The Three Mws. description Of Cls Performance Activities the Prospective Contract Awardee Will Be Required To Perform Cls Maintenance At All 450 Lfs, 45 Mafs, 3 Mscs, 3 Alternate Mscs, 6 Flight Security Controller (fsc) Trainers, 3 Lf Trainers, Two Additional Command And Control Workstations And The Noc Near Hill Afb. Missile Field And Base Support Activities Will Require The Contractor To Obtain And Maintain A Facility Security Clearance And Employee Security Clearances. Cls Includes Executing Repair/response Throughout The Three Mws, Capturing, Mitigating, And Reporting On All Field Failure Discrepancies And Anomalies That Prevent Full Functional Operation At Each Individual Lf, Maf, Msc, Trainer And The Noc/soc. Monthly Metrics Program Reporting Of Mean Time Between Failure (mtbf), Mean Time To Repair (mttr), And Availability (ao) Is Required Per Contractor Data Requirements List (cdrl) Requirements To Ensure System Readiness And Operational Performance Over Time At Each Site. A Failure Is Defined As: No Lf Video Being Displayed From A Selected Source On The Fsc Workstation. The Metrics For These Indicators Are Cumulative Month Over Month, And Year After Year .i.e. Running Total Of Operational Hours And Failures Used For Calculating Mtbf, Mttr, And Ao. The Selected Contractor Will Be Required To Maintain A Field Discrepancy Database Capturing All Pertinent Program Metrics. the Rva System Has Been In Sustainment Since 2014, And Many Components Of The System Are Becoming Eol/eos. Sustainment Engineering Will Be Required By Cls Contractor To Identify, Configure, Test, And Deploy Suitable Replacements For Those Components. Contractor Will Also Be Responsible For Sustaining And Modifying Existing Software For Cots Integration. Sustainment Engineering May Also Be Required For Any Government-approved Changes To The Configuration Baseline (i.e. Adding Capability To The Rva System). the Cls Contractor Will Also Be Required To Maintain The Rva System’s Authority To Operate (ato) And Authority To Connect (atc) By Implementing Cybersecurity And Meeting All Applicable Risk Management Framework (rmf) Requirements. classification rva Cls Contractor Clearances Are Required To Facilitate Maf Access And Resolve Maintenance Issues. The Government Will Post Responses To Questions That Are Broadly Applicable To All On The Sam.gov Website. The Government Encourages Unclassified Responses To The Maximum Extent Practicable. administration Questionnaire respondents Should Explain Capabilities And Experience That Meets (or Can Be Modified To Meet) Or Exceeds The Requirements For The Rva Cls Effort Listed In The Sources Sought Sections. Respondents Should Submit Questions And Comments Regarding The Documents For This Effort In Writing To The Government. what Is Your Experience/past Performance In Either Designing Or Sustaining Software-intensive Security Surveillance Equipment? what Is Your Experience/past Performance Sustaining Or Modifying Existing Software? what Is Your Experience/past Performance Creating Software For Cots Integration? describe Your Experience Installing, Maintaining, And Testing Equipment In Extreme Conditions And/or At Remote Locations. describe Your Ability To Manage Sub-contractors, In Terms Of Both Schedule And Performance. describe Your Experience Engineering, Maintaining, Troubleshooting And Integrating Networks And Dod-approved Subsystems. if You Plan To Subcontract, What Percentage And Portion Of The Performance Work Statement Do You Intend To Subcontract? if You Plan To Be The Integrator, What Benefit Is There To Having You As The Integrator? describe How Troubleshooting Would Be Covered For The Mws During Business Days, Weekends And Holidays? what Access Do You Have To Government-shared Databases Or How Would You Recommend Reporting And Providing System Data On A Regular Basis To The Government Program Office? what Contract Type Would You Think Is Appropriate For This Cls Effort? what Is Your Ability In Performing The Required Duties As The Rva Network Administration? what Potential Risks Do You See In Terms Of Cost, Schedule, And Performance? what Is Your Experience With Cybersecurity And Information Assurance Requirements? Specifically, Pertaining To Obtaining Network Systems Authority To Operate (atos) And Software Licensing. what Experience Does Your Company Have With The Following: Generating, Editing, Reviewing, And Validating Drawings, Engineering Change Proposals (ecps), Engineering Orders (eos), Preventative Maintenance Processes, Reliability, Availability And Maintainability (ram) Processes? do You Have The Ability To Update This Information (e.g. Engineering Orders, Engineering Change Notices, And Engineering Change Orders)? Please Describe. does Your Company Currently Maintain And Successfully Execute A Configuration Management System (cms) For Hardware, Software, And Documentation? Please Describe. does Your Company Currently Maintain A Facility Clearance? does Your Company Currently Maintain And Successfully Execute A Quality Management System (qms)? Please Describe. does Your Company Have Past Program Experience Executing Closed Loop-corrective Actions And Total Quality Management Fundamentals, Using Failure Reporting Analysis And Corrective Action System (fracas) Based Principles? Please Describe. does Your Company Have Past Program Experience With Frequency Management And Spectrum Approvals? Please Describe. provide Any Additional Recommendations, Questions And/or Concerns That Might Assist With This Solicitation. preface: Company Information please Provide A Cover Sheet With The Following Information: company Information company Name: designated Point Of Contact: name: title: email: phone: mailing Address: business Type/size: cage Code: duns Number: facility Security Clearance: response Instructions & Disclaimers response Format interested Parties Are Requested To Respond With A White Paper In The Following Format: microsoft Word For Office 2007 (or Newer) Compatible 1-inch Margins 12-point Font, Or Larger respondents Should Submit Answers To The Administration Questionnaire Section respondents Should Submit Questions And Comments Regarding The Attached Performance Work Statement Using The Attached Comment Resolution Matrix. All Documents Will Be Provided Upon Request. submission Instructions And Deadline responses Are Requested No Later Than 4:00 Pm. Mst 17 January 2025. Responses Shall Be Submitted Via Email To: Nathan Corey At Nathan.corey.1@us.af.mil questions questions Regarding This Announcement Shall Be Submitted Via Email To The Government Poc Listed Above. Responses To Questions Will Be Posted To The Fbo Website. disclaimer this Ss Does Not Constitute A Solicitation For Proposals Or Any Obligation On Behalf Of The Government. Vendors That Do Not Respond To This Ss Can And Will Allowed To Attend Any Industry Days That May Be Held And Respond To The Future Rva Cls Rfp. The Responses To This Ss Are Not An Offer And Cannot Be Accepted By The Government To Form A Binding Contract. No Contract Award Will Be Made On The Basis Of This Ss. The Government Will Not Pay For Any Information Received In Response To This Ss, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information. Vendor Participation Is Not A Promise Of Future Business With The Government. Any Information Provided In Response To This Ss Will Be Used For Informational Purposes Only And Will Not Be Returned. All Proprietary Information Should Be Clearly Marked As Such. All Information Submitted By Respondents To This Ss, Including Appropriately Marked Proprietary Information, Will Be Safeguarded And Protected From Unauthorized Disclosure. All Personnel Reviewing The Ss Information Have Been Briefed Regarding Non-disclosure And Organizational Conflicts Of Interest (oci) Issues. This Information Is For Market Research Purposes And Should Not Include Contractor Methodologies, Technical Approaches, Or Any Other Information That May Be Considered Trade Secret Or Information That Is Only Used At Contract Proposal. Draft Rfps Will Be Posted As Soon As The Government Has Gathered All Market Research And Have A Tentative Date For Industry Day/one-on-one Sessions. Ss Information Will Not Be Posted But Possible Future Sss May Be Issued If We Have More Questions.
Closing Date17 Jan 2025
Tender AmountRefer Documents 

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 Navotas Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Construction Of Various Infrastracture Projects For The City Of Navotas Under Lsb 1. The City Government Of Navotas, Through Local School Board Resolution No. 12-2024 (cy-2025 Annual Budget), Intends To Apply The Sum Of  Lot 1 – Installation Of Service Entrance For School Division Office – Annex Building At Sdo Compound, Brgy. Sipac Almacen, Navotas City (pin 2025-02-062) / Abc Php 1,942,992.93  Lot 2 – Upgrading Of Service Entrance With Power House And Distribution Line At Kaunlaran High School, Brgy. Nbbs Kaunlaran, Navotas City (pin 2025-02-063) / Abc Php 4,874,839.58  Lot 3 – Upgrading Of Service Entrance With Power House And Distribution Line At Daanghari Elementary School, Brgy. Daanghari, Navotas City (pin 2025-02-064) / Abc Php 4,112,260.36  Lot 4 – Upgrading Of School Ground With Improvement Of Drainage Canal At San Rafael Elementary School, Brgy. Srv, Navotas City (pin 2025-02-065) / Abc Php 6,029,583.24  Lot 5 – Replacement Of Perimeter Fence And Gate At Rear Of Tangos National High School, Brgy. Tangos North, Navotas City (pin 2025-02-066) / Abc Php 2,478,163.02 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Navotas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required  Lot 1 – 60 Calendar Days  Lot 2 – 60 Calendar Days  Lot 3 - 60 Calendar Days  Lot 4 – 90 Calendar Days  Lot 5 – 60 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 Non-discretionary “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 City Government Of Navotas – Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 From Given Address And Website/s 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  Lot 1 – Five Thousand Pesos (php 5,000.00)  Lot 2 – Five Thousand Pesos (php 5,000.00)  Lot 3 – Five Thousand Pesos (php 5,000.00)  Lot 4 – Ten Thousand Pesos (php 10,000.00)  Lot 5 – Five Thousand Pesos (php 5,000.00) 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 City Government Of Navotas – Bids And Awards Committee Will Hold A Pre-bid Conference On January 24, 2025, 1:00 Pm At The Mayor’s Conference Room, Fourth Floor, Navotas City Hall Building, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before February 06, 2025, 12:00 Noon. 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 16. 9. Bid Opening Shall Be On February 06, 2025, 1:00 Pm At The Mayor’s Conference Room, Fourth Floor, Navotas City Hall Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. All Interested Bidders Should Submit, Upon Request Of The Bidding Documents A Letter Of Intent, In Person, By Facsimile, Or Through Electronic Means. 11. The City Government Of Navotas – Bids And Awards Committee 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. For Further Information, Please Refer To: Ms. Jayne B. Rillon Head, Bac Secretariat And / Or Ms. Cristina A. Perez Member, Bac Secretariat Office Of The Bac Secretariat Fourth Floor, City Government Of Navotas Building 1052 Mariano Naval Street, Navotas City 10527 Telefax: (02) 281 8531 Local 406 Email Address: Bac.secretariat@navotas.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Notices.philgeps.gov.ph Date Of Issue: January 16, 2025 (osgd) . Atty. Joel Joselito Dg. Parong Bac Chairperson
Closing Date6 Feb 2025
Tender AmountPHP 19.4 Million (USD 332.4 K)

MUNICIPALITY OF LAMBAYONG Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Supply And Delivery Of Materials-installation Of Air Conditioning Units 1. The Local Government Unit Of Lambayong, Through 20% Development Fund Intends To Apply The Sum Of Three Million Seven Hundred Nineteen Thousand Six Hundred Forty-seven Pesos Only (php 3,719,647.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lam-bac-479-024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lambayong Now Invites Bids The Supply And Delivery Of Materials-installation Of Air Conditioning Units. 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lambayong And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 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 5. The Local Government Unit Of Lambayong Will Hold A Pre-bid Conference On December 18, 2024 2:00 P.m. At The Bac Office, New Municipal Hall, Lambayong, Sultan Kudarat. 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. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 2:00 P.m.; January 6, 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 2:00 P.m.; January 6, 2025 At The Office Of The Bids And Awards Committee, New Municipal Hall, Lambayong, Sultan Kudarat. 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 Local Government Unit Of Lambayong 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. 8. For Further Information, Please Refer To: Ramon J. Dudo Bac Chairperson 9802 Poblacion, Lambayong, Sultan Kudarat 09662296201/ 09171180904/ 09163712885 Baclambayong@gmail.com/ Lgu_lambayong@yahoo.com Qty Item Description Unit 100 Galvanized Iron (gauge 22)(0.8mm) Sheet 4 Polyolifin Foam 1" Thk. 1.2m X 50m Roll 46 Linear Air Diffuser With Obvd Pcs 1 Return Air Louvers Pc 10 Vulcaseal Gal 10 Advesive Gal 150 Threaded Rod 3/8 Lenghts 600 Nut And Washer 3/8 Pcs 200 Angle Bar 1 1/2 X 1 1/2 X 3/16 Lenghts 1 Consumables Lot 30 Copper 1" (20ft) Set 30 Copper 1/2" (20ft) Set 30 Elbow 1" Set 30 Elbow 1/2" Set 30 Cuppling 1" Set 30 Cuppling 1/2" Set 30 Rubber X 1" Thk. (6ft X 1" Dia) Set 30 Rubber X 1" Thk. (6ft X 1/2" Dia) Set 30 Silver Rod Set 30 Mantel Set 6 Refrigerant 410a Set 1 Oxygen And Acetyline Lot 1 Consumables Lot 45 Nema 3r Circuit Breaker 20amps Pcs 1 Control Panel Lot 8 Royal Card Roll 1 Thhn Wire Awg 8 Roll 75 Emt Conduit Pipe 1" Lenghts 25 Emt Conduit Pipe Connector 1" Pcs 6 Emt Junction Box Pcs 100 Emt Coupling 1" Pcs 50 Emt Elbow 1" Pcs 1 Consumables Lot 32 Nut And Washer 3/8 Pcs 16 Angle Bar 1 1/2 X 1 1/2 X 3/16 Length 16 Expansion Bolt 3/8 Pcs 1 Consumables Lot 1 Fence Of Outdoor Unit Lot 4 2fdn200hyl/rcn100hylx2 Set
Closing Date3 Jan 2025
Tender AmountPHP 3.7 Million (USD 64.1 K)

Municipality Of Velehrad Tender

Others...+4Civil And Construction, Excavation, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the public contract is the second phase of construction works consisting in the expansion of the cemetery in the municipality of Velehrad. Simultaneously with the expansion of the cemetery, the reconstruction of the fencing, reinforced fences, outdoor lighting and small furniture is being considered. In the second phase of construction works, the following construction objects will be implemented: So 01 - Modification of the existing part So 03 - Outdoor lighting So 05 - Garden modifications The technical basis for processing the supplier's offer is the project documentation for the implementation of the construction "expansion of the cemetery in Velehrad", processed by the company Gg Archico As (see Section 1.3 of the Tender Documentation). The requirements for the scope of the subject of performance are specified in detail in the technical documentation, which is an appendix to the Tender Documentation No. 1 – Project Documentation, in the List of Construction Works, Supplies and Services with the Bill of Quantities, which is an Annex to the Tender Documentation No. 2, and further in the Commercial Conditions of the Public Contract – the Contract for the Works, which constitutes an Annex to the Tender Documentation No. 3.
Closing Date14 Feb 2025
Tender AmountCZK 7.2 Million (USD 298 K)

Municipality Of Taytay, Rizal Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid The Municipality Of Taytay Through Its Bids And Awards Committee (bac) Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Project/s Chargeable To Their Respective Funds: Name Of The Project: Construction Of Drainage Line Canal At Italia Extn. Italia St. Brgy. Muzon Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 300,000.00 Cost Of Bid Documents: 500.00 Project Duration: 60 Days Name Of The Project: Slope Protection (perimeter Fence) At Sports Complex Brgy. Muzon, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 5,514,881.01 Cost Of Bid Documents: 10,000.00 Project Duration: 120 Days Name Of The Project: Construction Of Line Canal (box Culvert) At G. Borja St. Brgy. Muzon, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 2,500,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Concrete Overlay Of Road With Drainage System At Bautista St. Brgy. San Juan, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,000,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Road Improvement With Drainage At Spain, South Africa And Berlin Brgy. Sta Ana Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,500,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Improvement Of Building A, Comfort Room (male Cr) At New Taytay Public Market Brgy. San Juan Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 1,165,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Construction Of Slope Protection (fcs) At Maningning Creek Makatao Bridge To Amihan St. Brgy. Sta. Ana Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 1,499,980.77 Cost Of Bid Documents: 5,000.00 Proect Duration: 90 Days Name Of Project: Rehabilitation Of Pathway At New Taytay Public Market, Brgy. San Juan Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,598,532.62 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days 1. 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.”. Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At The Bid Opening. 2. Bidding Is Open For Filipino Citizens/sole Proprietorships, Cooperatives, Partnerships With At Least Seventy-five Percent (75%) Interest, And To 3. Organizations/corporations With At Least Seventy-five (75%) Outstanding Capital Stock Belonging To Citizens Of The Philippines. Bidding Is Also Allowed For Interested Foreign Bidders Provided Sec. 4 Of Ra 9184 Have Been Complied With And The Guidelines Is Issued By The Gppb. 4. Interested Bidders May Obtain Further Information From The Procurement Office Of The Municipal Government Of Taytay, Rizal And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 4:00 Pm. 5. The Municipal Of Taytay, Rizal Will Hold A Pre-bid Conference On January 15, 2025; 01:00pm-04:00pm At 4/f Taytay Municipal Building, Don Hilario Ave. Manila East Rd. Taytay Rizal, Which Shall Be Open To Prospective Bidders. 6. A Complete Set Of Bidding Docume¬nts May Be Acquired By Interested Bidders On January 15, 2025 Until January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 29, 2025; 12:00 Nn. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 29, 2025; 01:00-4:00pm At 4/f Taytay Municipal Building, Don Hilario Ave. Manila East Rd. Taytay Rizal. 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. 9. The Municipal Of Taytay, Rizal Reserves The Right To Reject Any And All Bids, 10. 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. For Further Information, Please Refer To: April Rose Vital-bautista, Jd,mba Bac-infra Office Municipality Of Taytay Don Hilario Ave., Manila East Rd. Taytay Rizal Smiletaytayinfratwg@gmail.com 09171323136 Https://www.taytayrizal.gov.ph ________________________ _________________________________________________ Atty. Aldrick Daven M. Mendoza, Mpa Chairman Bids And Awards Committee .
Closing Date16 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)

Municipality Of Taytay, Rizal Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid The Municipality Of Taytay Through Its Bids And Awards Committee (bac) Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Project/s Chargeable To Their Respective Funds: Name Of The Project: Construction Of Drainage Line Canal At Italia Extn. Italia St. Brgy. Muzon Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 300,000.00 Cost Of Bid Documents: 500.00 Project Duration: 60 Days Name Of The Project: Slope Protection (perimeter Fence) At Sports Complex Brgy. Muzon, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 5,514,881.01 Cost Of Bid Documents: 10,000.00 Project Duration: 120 Days Name Of The Project: Construction Of Line Canal (box Culvert) At G. Borja St. Brgy. Muzon, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 2,500,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Concrete Overlay Of Road With Drainage System At Bautista St. Brgy. San Juan, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,000,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Road Improvement With Drainage At Spain, South Africa And Berlin Brgy. Sta Ana Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,500,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Improvement Of Building A, Comfort Room (male Cr) At New Taytay Public Market Brgy. San Juan Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 1,165,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Construction Of Slope Protection (fcs) At Maningning Creek Makatao Bridge To Amihan St. Brgy. Sta. Ana Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 1,499,980.77 Cost Of Bid Documents: 5,000.00 Proect Duration: 90 Days Name Of Project: Rehabilitation Of Pathway At New Taytay Public Market, Brgy. San Juan Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,598,532.62 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days 1. 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.”. Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At The Bid Opening. 2. Bidding Is Open For Filipino Citizens/sole Proprietorships, Cooperatives, Partnerships With At Least Seventy-five Percent (75%) Interest, And To 3. Organizations/corporations With At Least Seventy-five (75%) Outstanding Capital Stock Belonging To Citizens Of The Philippines. Bidding Is Also Allowed For Interested Foreign Bidders Provided Sec. 4 Of Ra 9184 Have Been Complied With And The Guidelines Is Issued By The Gppb. 4. Interested Bidders May Obtain Further Information From The Procurement Office Of The Municipal Government Of Taytay, Rizal And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 4:00 Pm. 5. The Municipal Of Taytay, Rizal Will Hold A Pre-bid Conference On January 15, 2025; 01:00pm-04:00pm At 4/f Taytay Municipal Building, Don Hilario Ave. Manila East Rd. Taytay Rizal, Which Shall Be Open To Prospective Bidders. 6. A Complete Set Of Bidding Docume¬nts May Be Acquired By Interested Bidders On January 15, 2025 Until January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 29, 2025; 12:00 Nn. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 29, 2025; 01:00-4:00pm At 4/f Taytay Municipal Building, Don Hilario Ave. Manila East Rd. Taytay Rizal. 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. 9. The Municipal Of Taytay, Rizal Reserves The Right To Reject Any And All Bids, 10. 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. For Further Information, Please Refer To: April Rose Vital-bautista, Jd,mba Bac-infra Office Municipality Of Taytay Don Hilario Ave., Manila East Rd. Taytay Rizal Smiletaytayinfratwg@gmail.com 09171323136 Https://www.taytayrizal.gov.ph ________________________ _________________________________________________ Atty. Aldrick Daven M. Mendoza, Mpa Chairman Bids And Awards Committee .
Closing Date16 Jan 2025
Tender AmountPHP 3 Million (USD 51.3 K)

Municipality Of Taytay, Rizal Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid The Municipality Of Taytay Through Its Bids And Awards Committee (bac) Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Project/s Chargeable To Their Respective Funds: Name Of The Project: Construction Of Drainage Line Canal At Italia Extn. Italia St. Brgy. Muzon Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 300,000.00 Cost Of Bid Documents: 500.00 Project Duration: 60 Days Name Of The Project: Slope Protection (perimeter Fence) At Sports Complex Brgy. Muzon, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 5,514,881.01 Cost Of Bid Documents: 10,000.00 Project Duration: 120 Days Name Of The Project: Construction Of Line Canal (box Culvert) At G. Borja St. Brgy. Muzon, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 2,500,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Concrete Overlay Of Road With Drainage System At Bautista St. Brgy. San Juan, Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,000,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Road Improvement With Drainage At Spain, South Africa And Berlin Brgy. Sta Ana Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,500,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Improvement Of Building A, Comfort Room (male Cr) At New Taytay Public Market Brgy. San Juan Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 1,165,000.00 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days Name Of The Project: Construction Of Slope Protection (fcs) At Maningning Creek Makatao Bridge To Amihan St. Brgy. Sta. Ana Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 1,499,980.77 Cost Of Bid Documents: 5,000.00 Proect Duration: 90 Days Name Of Project: Rehabilitation Of Pathway At New Taytay Public Market, Brgy. San Juan Taytay Rizal Source Of Fund: 20% Development Fund Cy2025 Abc (php): 3,598,532.62 Cost Of Bid Documents: 5,000.00 Project Duration: 90 Days 1. 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.”. Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At The Bid Opening. 2. Bidding Is Open For Filipino Citizens/sole Proprietorships, Cooperatives, Partnerships With At Least Seventy-five Percent (75%) Interest, And To 3. Organizations/corporations With At Least Seventy-five (75%) Outstanding Capital Stock Belonging To Citizens Of The Philippines. Bidding Is Also Allowed For Interested Foreign Bidders Provided Sec. 4 Of Ra 9184 Have Been Complied With And The Guidelines Is Issued By The Gppb. 4. Interested Bidders May Obtain Further Information From The Procurement Office Of The Municipal Government Of Taytay, Rizal And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 4:00 Pm. 5. The Municipal Of Taytay, Rizal Will Hold A Pre-bid Conference On January 15, 2025; 01:00pm-04:00pm At 4/f Taytay Municipal Building, Don Hilario Ave. Manila East Rd. Taytay Rizal, Which Shall Be Open To Prospective Bidders. 6. A Complete Set Of Bidding Docume¬nts May Be Acquired By Interested Bidders On January 15, 2025 Until January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 29, 2025; 12:00 Nn. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 29, 2025; 01:00-4:00pm At 4/f Taytay Municipal Building, Don Hilario Ave. Manila East Rd. Taytay Rizal. 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. 9. The Municipal Of Taytay, Rizal Reserves The Right To Reject Any And All Bids, 10. 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. For Further Information, Please Refer To: April Rose Vital-bautista, Jd,mba Bac-infra Office Municipality Of Taytay Don Hilario Ave., Manila East Rd. Taytay Rizal Smiletaytayinfratwg@gmail.com 09171323136 Https://www.taytayrizal.gov.ph ________________________ _________________________________________________ Atty. Aldrick Daven M. Mendoza, Mpa Chairman Bids And Awards Committee .
Closing Date16 Jan 2025
Tender AmountPHP 3.5 Million (USD 61.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0123 - Construction (completion) Of Multi-purpose Building At Barangay Cabugao, Bulalacao, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Cabugao, Bulalacao, Oriental Mindoro, Phase Ii/25ei0123. 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 (completion) Of Multi-purpose Building At Barangay Cabugao, Bulalacao, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0123 Locations : Bulalacao, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit Multi-purpose Building ( Covered Court)(16 M X 30 M) At Brgy. Cabugao, Bulalacao, Phase Ii. This Includes Construction Of 2-layered Concrete Bleachers (30.1 M) At Front Side With Roofing, Installation Of End Wall Cover At Left And Right Side, Construction Of Sitwalls At Rear And Left Side, Installation Of Steel Matting Fence At All Sides, Plastering, Masonry And Steel Painting, Installation Of Basketball Goal Post And Electrical Works Including Installation Of High-bay Lights And Scoreboard. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 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 December 27, 2024 - January 16, 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 3,000.00. 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 3, 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 January 16, 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 January 16, 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 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
5481-5490 of 5558 archived Tenders