Fencing Tenders

Fencing Tenders

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

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 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

DEPT OF THE NAVY USA Tender

Environmental Service
Corrigendum : Closing Date Modified
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: This Solicitation Is Being Advertised As A 100% Small Business Set-aside Procurement. The Naics Code For This Solicitation Is 562910: Environmental Remediation Services. The Size Standard Is 1,000 Employees. The Government Intends To Award A Cost Plus Award Fee (cpaf), Indefinite Delivery/indefinite Quantity (id/iq) Type Contract For One Base Year And Four One-year Option Periods. The Total Maximum Value For The Contract Is $95,000,000 Inclusive Of The Base Year And All Options. Work Will Be Performed By The Issuance Of Task Orders. Market Research Was Conducted And Resulted In The Decision That This Procurement Be Issued As A 100% Small Business Set-aside. The Navfac Atlantic Small Business Administration Office Concurs With This Set-aside Determination. the Work Will Primarily Support The Remediation Of Sites Ranked On The Superfund National Priority List (npl) As Well As Non-npl Sites Regulated Under The Comprehensive Environmental Response, Compensation, And Liability Act (cercla), The Resource Conservation And Recovery Act (rcra), The Underground Storage Tanks (ust) Regulations, State-specific Regulations, And Other Sites Which Might Require Remedial Action. Work Under This Contract Will Be Performed Primarily In Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Mississippi, Missouri, New Hampshire, New Jersey, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina Tennessee, Texas, Vermont, Virginia, West Virginia, Wisconsin, The Areas Of The District Of Columbia, And Puerto Rico. Work Could Also Include Base Realignment And Closure (brac) Program And Non-cercla Sites Throughout Navfac Atlantic’s Area Of Responsibility. Although Principle Sites Are Identified For The Contract, The Contractor May Be Required To Perform At Any Naval Or Marine Corps Activity In The Area Of Responsibility Covered By Navfac Atlantic. Work May Also Be Added And Performed Anywhere Outside Of Navfac Atlantic’s Area Of Responsibility, As Required By The Government. Note: Expedited Fast Action/emergency Response Work May Be Performed On This Contract. Munitions Response Work, Including Mec Removal And Range Clean Up And Closure, Will Not Be Performed Under This Contract. services Will Include, But Not Be Limited To; Those Identified And Regulated Under Rcra, Cercla, The Toxic Substances Control Act (tsca), And The Solid Waste Disposal Act (swda), As Well As Petroleum, Oils, And Lubricants (pol); And Munitions Constituents (mc). A Number Of Sites May Require Remediation Of Radiological Media. The Contaminants Included Are Predominately Solvents, Pol, Inorganics, Acids, Bases, Radiological, Mc, Polycyclic Aromatic Hydrocarbons (pahs), Polychlorinated Biphenyls (pcbs), Per- And Polyfluoroalkyl Substances (pfas), Emerging Contaminants, And Pesticides. Contaminants May Be Present In Soils, Marine Or Fresh Water Sediments, Ground Water, Air, Sludge, Surface Water, And Man-made Structures. Contaminated Sites May Be Landfills, Hazardous Waste Treatment Storage And Disposal Facilities, Tanks, Lagoons, Firefighting Training Areas, Or Other Facilities. potential Tasks Will Include But Are Not Limited To: Performing Remedial Actions, Removal Actions, Expedited And Emergency Response Actions At Sites, Pilot And Treatability Studies, Facility Operation And Maintenance, Installing Temporary Support Facilities Such As Decontamination Areas, Fences, Roads, And Utilities, Developing Work Plans, Resource Conservation And Recovery Act (rcra) Closures, Site Characterizations, Geophysical Surveys, Hydrogeological And Geotechnical Testing And Data Analysis In Conjunction With Remedial Action Projects, Multimedia Sampling And Analysis For Physical, Chemical, And Geotechnical Characteristics, Hydrographic Surveys, Groundwater Characterization Studies, Other Related Activities Associated With Returning Sites To Safe And Acceptable Levels, Optimization Reviews Of Remediation Facilities And Remediation Strategies, Engaging In Partnering With The Navy, Comprehensive Long-term Environmental Action Navy (clean) Contractors, And Regulatory Agencies, Reviewing And/or Providing Input On Investigations, Feasibility Studies, Evaluation Of Remediation Alternatives, And Design Packages Relative To Remediation Activities, Community Relations Regarding The Contractor’s Remedial Action Work, And Technical Support To The Navy On The Full Range Of Remedial Actions. The Contractor Is Responsible For Identifying And Obtaining Permits, Licenses, Etc. Required By Current Laws And Regulations. the Government Will Award A Cost Reimbursable Contract Resulting From This Solicitation To The Responsible Offeror Whose Proposal Conforming To The Solicitation Will Be A Best Value To The Government, Technical Factors, Past Performance, And Cost Considered. Offerors Submitting Proposals Will Not Be Compensated For Any Expenses Incurred In The Preparation Of Their Proposal. registration Instructions For Piee Are Found In The Attachments.

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 10 Million (USD 174.3 K)
Details: Description A. Contract Id : Antipolo-10march2025-15 B. Name Of Project : Various Improvement At Emergency Operation Building Compound, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description : Concreting Of Roads; Fence; Repair Of Gutter; Repainting Works E. Major Item Of Works : Steel Works; Structural Concrete Works; Masonry Works F. Approved Budget For The Contract : Php 10,000,000.00 G. Duration : 180 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 19 - March 10, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 26, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 10, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 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 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...+1Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 10 Million (USD 174.3 K)
Details: Description A. Contract Id : Antipolo-10march2025-11 B. Name Of Project : Site Development At Kaila Integrated School, Brgy. San Roque, Antipolo City C. Location : Brgy. San Roque, Antipolo City D. Brief Description : Construction Of Pathwalk, Drainage Canal And Curbs & Gutter With Drain Inlet; Construction Of Perimeter Fence E. Major Item Of Works : Concrete Works; Rebar Works; Form Works; Masonry Works; Roadway Excavation; Pcc Pavement Plain Conventional Method F. Approved Budget For The Contract : Php 10,000,000.00 G. Duration : 180 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 19 - March 10, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 26, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 10, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 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 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

Municipality Of Batuan, Masbate Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 31 Million (USD 535.1 K)
Details: Description The Local Government Of Batuan, Through Its Bids And Awards Committee (bac), Invites Contractors To Apply Bid For The Hereunder Contract: Contract I.d No: 25-003 Contract Name: Construction Of Category I Sanitary Landfill Contract Location: Nasandig, Batuan, Masbate Scope Of Work: Construction Of A Category I Sanitary Landfill Facility With Construction Of Slf Cell, Construction Of Access Road, Installation Of Perimeter Fence, Provision Of Leachate Pond, Construction Of Admin Building, Construction Of Motorpool, Construction Of Hazard Waste Storage Area, Construction Of Guard House And Procurement Of Heavy Equipment (compactor Truck, Excavator And Dual Track Weighing System) Approved Budget For The Contract (abc): Php. 31,045,400.00 Contract Duration: 180 Calendar Days Amount Of Bid Documents: Php. 25,000.00 Procurement Will Be Conducted Through Open Competitive Bidding Procedures In Accordance With R.a. 9184 And Its Revised Implementing Rules And Regulations. To Bid For This Contract, A Contractor 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 And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of 10 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc, Or Credit Line Commitment At Least Equal To 10% Of Abc. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. 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 R.a. 9184 And Its Implementing Rules And Regulations (irr). The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Activities Schedule 1. Issuance Of Bidding Documents From February 11-18, 2025 2. Pre-bid Conference February 19, 2025 At 9:00 Am 3. Receipt Of Payment Of Bid Documents (deadline For Presentation Of O.r.) March 3, 2025 Until 8:00 Am 4. Receipt Of Bids (deadline) March 3, 2025 Until 8:00 Am 5. Opening Of Bids March 3, 2025 Until 1:00 Pm 6. Other Timelines For Consideration: Bid Evaluation And Post-qualification March 4-5, 2025 7. Issuance Of Award March 6, 2025 8. Contract Preparation And Signing March 7, 2025 9. Issuance Of Notice To Proceed March 10, 2025 All Bids Must Be Accompanied By A Bid Security In The Form With The Following Schedule: Form Minimum Amount In % Of Abc Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank Or Irrevocable Letter Of Credit Two Percent (2%) Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidders Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within Ten (10) Calendar Days, Or Less, As Indicated In The Bidding Documents, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In The Bd’s In Two (2) Separate Sealed Bid Envelopes To The Bac Chairman. The First Envelope Shall Contain The Technical Component Of The Bid, Which Shall Include A Copy Of The Crc. The Second Envelope Shall Contain The Financial Component Of The Bid. The Technical And Financial Documents Shall Be Tab Marked And Documentary Stamp Is Required On All Documents With Notary Public And Properly Sealed. All Bidders Are Invited To Attend The Pre-bid Conference As Scheduled For New Instructions. Contract Will Be Awarded To The Lowest Calculated Responsive Bid As Determined In The Bid Evaluation And Post-qualification. The Bids And Awards Committee (bac), Of The Local Government Unit Of Batuan Reserves The Right To Accept Or Reject Any Or All Bid And To Annul The Bidding Process Any Time Before Contract Award, Without Incurring Any Liability To The Affected Bidder/s. Bid Documents Will Be Available Only To Prospective Bidders Upon Payment To The Local Government Of Batuan Cashier. The Local Government Of Batuan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid.

Province Of Albay Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 38 Million (USD 656.3 K)
Details: Description Republic Of The Philippines Province Of Albay Legazpi City Bids And Awards Committee (052) 742-0732 Albay.bac@gmail.com Invitation To Bid For 2025(i-c)-011 Construction/rehab./improvement Of Various Infrastructure Projects In The Province Of Albay 1. The Provincial Government Of Albay-bids And Awards Committee (pga-bac), Through The General Fund 2025/sa 20% Ldf 2025 Intends To Apply The Sum Of Php 38,073,785.64 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025(i-c)-011 Construction/rehab./improvement Of Various Infrastructure Projects In The Province Of Albay, Detailed As Follows: Description Total Abc (vat Inclusive) 2025(i-c)-011 Construction/rehab./improvement Of Various Infrastructure Projects In The Province Of Albay ₱ 38,073,785.64 1. Construction Of Governor's Guest House Multi-purpose Events Place, Em's Barrio, Legazpi City 5,299,126.06 2. Rehab./improvement Of Mariroc Road (brgy. Hall - Mariroc Elementary School), Mariroc, Tabaco City, Albay 4,800,717.90 3. Construction Of Water Sewage Treatment Plant At Pioduran District Hospital, Brgy. Caratagan, Pioduran, Albay 17,999,427.79 4. Construction Of Water System, Barangay Masarawag, Guinobatan, Albay 4,999,916.20 5. Construction Of Perimeter Fence @ Pioduran District Hospital, Brgy. Caratagan, Pioduran, Albay 4,974,597.69 Bids Received In Excess Of The Individual Abc Shall Be Automatically Rejected At Bid Opening. 2. The Pga-bac Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 150 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 Pga-bac And Inspect The Bidding Documents At The Address Given Below From 8:00am – 12:00pm And 1:00pm – 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 To March 18, 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pga-bac Will Hold A Pre-bid Conference On March 6, 2025, 10:00 Am At Provincial Engineer’s Office, Salugan, Camalig, Albay, 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 9:00 Am, March 18, 2025. 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 10:00 Am, March 18, 2025 At Provincial Engineer’s Office, Salugan, Camalig, Albay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pga-bac 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. 11. For Further Information, Please Refer To: Engr. Aileen V. Atos Office Of The Bids And Awards Committee G/f Albay Provincial Capitol, Legazpi City Albay.bac@gmail.com (052)742-0732 Albay.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Albay.gov.ph And Www.philgeps.gov.ph February 25, 2025 Engr. Dante B. Baclao Bac Chairman

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 Pagadian Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 1.9 Million (USD 34 K)
Details: Description Concreting / Improvement Of Road At Danlugan Soil Laboratory Item Description Unit Qty. Unit Cost Amount Part A General Requirements B.5 Project Billboard/ Sign Board Ea 1.00 B.9 Mobilization & Demobilization Ls 1.00 B.7(2) Occupational, Safety And Health Program Ls 1.00 Part B Earthworks 105(1) Subgrade Preparation (common Material) M2 234.00 Part C Subbase And Base Course 200(1) Aggregate Subbase Course M3 23.40 201(1) Aggregate Base Course M3 23.40 Part D Slope Protection Structures 103(1)c Structure Excavation (solid Rock) (footing Of Riprap) M3 60.15 404(1)a1 Reinforcing Steel Bar (footing Of Riprap) Kg 1,924.00 405(1)a3.a Structural Concrete, Class A-28 Days (footing Of Riprap & Concrete Lining) M3 43.09 405(1)a3.c Structural Concrete, Class A-28 Days (10cm Thk. Concrete Lining W/ Cyclone Wire, Formworks & Rsb) M3 24.37 505(5)b Grouted Riprap, Class A - ( Wheel Guard )(left Side) M3 8.19 507(1) Rubble Concrete / Riprap (left Side) M3 115.14 801(1) Removal Of Existing Structures And Obstructions (concrete Fence) Ls 1.00 804(4) Gravel Bedding (riprap) M³ 6.11 Part E Surface Course 311(1)a.1 Pcc Pavement (plain) - Conventional Method, 150 Mm Thk. M2 195.00 Total Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-03-58 Name Of Contract: Concreting / Improvement Of Road At Danlugan Soil Laboratory Brgy. Danlugan , Pagadian City Df25-8000-a4-d Approved Budget For The Contract -p 1,952,861.72 Completion Of Work -150 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid March 4, 2025 To March 11, 2025 2-issuance And Availability Of Bidding Documents March 4, 2025 To March 19, 2025 3-pre-bid Conference March 7, 2025 4- Submission And Receipt Of Bids /bid Opening March 19, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 2,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian 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 Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: March 4, 2025 To March 11, 2025
7881-7890 of 8064 archived Tenders