Manpower Tenders
Manpower Tenders
Municipality Of Buenavista, Quezon Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Rfq No.: Np-2fb- 2025-001 Please Quote Your Lowest Price On The Item/s Listed Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative And Shall Be Returned To Bac Within Three (3) Days With Copies Of The Following Requirements; Class "a Documents" I. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of The Irr, Supported With The Following Documents: A) Dti Certificate B) Mayor's Permit C) Audited Financial Statement D) Tax Clearance E) Bir Certificate Of Registration Ii. A) Statement Of All Its Ongoing Government And Private Contracts, Including Contracts Complexity To The Contract To Be Bid, Supported With: 1. Notice Of Award And/or Contract 2. Notice To Proceed 3. Certificate Of Accomplishment Signed By The Owner Or Authorized Representative B) Statement Of The Bidder's Slcc Similar To The Contract To Be Bid With The Amount At Least 50% Of The Abc Of The Contract To Be Bid, Supported With: 1. Contract 2. Certificate Of Completion 3. Owner's Certificate Of Final Acceptance Iii. Nfcc Computation In Accordance With Itb Clause 5.5 Or A Committed Line Of Credit From A Universal Or Commercial Bank B. Technical Documents I. Bid Security Form: __________________________________________ Amount, If Applicable: ____________________ Validity Period: ___________ Ii. Technical Specifications In Section Vii Of The Bidding Documents Schedule Of Requirements In Section Vi Of The Bidding Documents Production/delivery Schedule Manpower Requirements, If Applicable After Sales Service/parts, If Applicable Iii. Omnibus Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative, In Accordance With Section 25.3 Of The Irr Of 9184 And Using The Prescribed Form Iv. Additional Licenses And Permits Relevant To The Project: - Valid Certificate Of Product Registration (cpr) Issued By Fda - Batch Notification, Lot Release Certificate From Fda Or Its Equivalent As Required By Fda For Specific Drugs And Medicines. - Valid License To Operate (lto) Issued By (fda) Note : Any Missing Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid Sealed Quotation May Be Submitted To The Bac Secretariat, Lgu - Buenavista, Quezon. Note: Items Shall Be Delivered On Site. Name Of Program/project/activity: Supply & Delivery Of Anti – Rabies Vaccines End-user Or Pmo : Municipal Health Office, Buenavista, Quezon Approved Budget For The Contract: P 308,000.00 Quantity Unit Of Issue Item & Description 502 Vials Equine Anti-rabies Immunoglobulin Vaccine (erig) 200iu/ml (1000 Iu/5ml) Solution For Injection 642 Vials Anti-rabies Vaccine 80 Vials Tetanus Toxoid, 40iu/0.5ml
Closing Soon7 Mar 2025
Tender AmountPHP 308 K (USD 5.3 K)
Bharat Sanchar Nigam Limited - BSNL Tender
Goods
Electrical Goods and Equipments...+1Electrical and Electronics
GEM
Corrigendum : Corrigendum Added
India
Description: CATEGORY: Transportation of dismantled 3No. to 5 No. AC units Upto 20
KM with all accessories incl. hiring of vehicle, manpower etc
, Transportation of dismantled 2 No. AC units From 21 KM to
50 KM with all accessories incl. hiring of vehicle, manpower
etc , Transportation of dismantled 3No. to 5 No. AC units
From 21 KM to 50 KM with all accessories incl. hiring of
vehicle, manpower etc , Transportation of dismantled 2 No.
AC units From 51 KM to 100 KM with all accessories incl.
hiring of vehicle, manpower etc , Transportation of
dismantled 3No. to 5 No. AC units From 51 KM to 100 KM
with all accessories incl. hiring of vehicle, manpower etc ,
Transportation of dismantled 3No. to 5 No. AC units From
100 KM Upto 200 KM with all accessories incl. hiring of
vehicle, manpower etc , ITC of 1.5 or 2TR Window AC unit
with properly finshing and minor civil work , ITC of wall
mounting type 1.5 or 2TR Split AC unit with properly
finishing and minor civil work , ITC of 2x1.5 TR High Sensible
AC unit with properly finishing and minor civil work , S and F
of 1 by 4 inch Copper refrigeration pipe , S and F of 3 by 8
inch Copper refrigeration pipe , S and F of 1 by 2 inch
Copper refrigeration pipe , S and F of 5 by 8 inch Copper
refrigeration pipe , P and W of expanded polyethylene foam
tube insulation for 1 by 4 inch Copper refrigeration pipe , P
and W of expanded polyethylene foam tube insulation for 3
by 8 inch Copper refrigeration pipe , P and W of expanded
polyethylene foam tube insulation for 1 by 2 inch Copper
refrigeration pipe , P and W of expanded polyethylene foam
tube insulation for 5 by 8 inch Copper refrigeration pipe , S
and F of prefabricated powder coated heavy duty iron stand
having projection arm minimum 600 MM , S and fabrication
of M.S. frame made out of various M.S. Sections incl.
hardwares finishing, painting, minor civil work etc , P and F
of 12mm thick prelaminated particle board with decorative
lamination on both side flat pressed 3 layer or graded wood
particle board , S and L of 4 X 1.5 Sq mm copper conductor
unarmoured cable of 1.1 KV grade ISI mark , S and L of 3 X
2.5 Sq mm copper conductor unarmoured cable of 1.1 KV
grade ISI mark , S and F of 20 mm Dia heavy gauge rigid
UPVC pipe of ISI mark , S and F of 25 mm Dia heavy gauge
rigid UPVC pipe of ISI mark , S and L of 3 X 2.5 Sq mm
copper conductor armoured cable of 1.1 KV grade ISI mark ,
S and M end termination with brass compression gland for 3
X 2.5 Sq mm size of PVC insulated PVC sheathed or XLPE CU
condr armd cable , S and F of 2 way SPN MCB DB , S and F
of 5A to 32A 10KA C curve SP MCB , S and F of 5A to 32A
10KA C curve SPN MCB , S and F microprocessor based
energy saver unit for controlling the operation of 2 A.C. unit
having safety protection, disply, auto, manual mode ,
Repairing of faulty AC controller of AC unit , Sand F of
electronic AC voltage stabilizer suitable for operation on
130Volt to 290 Volt for 1.5TR AC unit , Installation of SPN or
TPN MCB DB , Fixing of SP or SPN or DP or TP or TPN or FP
MCB , Fixing of outdoor condensor Stand , Fixing of both
size of refregerent piping but Without heatlone tube , Laying
of 2 or 3 or 4 core copper conductor armoured or unrmoured
cable up to size 4 sq mm. , Fixing of Cyclic timer , Fixing of
20mm or 25mm dia drain water PVC pipe.
Closing Date4 Feb 2025
Tender AmountINR 5.3 Million (USD 60.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Education And Training Services
United States
Details: B.2 Statement Of Work
title Of Project: Vha Amputation System Of Care (asoc) Amputation Peer Support Program
scope Of Work: The Contractor Shall Provide All Manpower, Resources And Materials Necessary To Expand The Asoc Peer Program Tailored To The Needs Of The Specialized Population Within The Va. This Includes A Train-the-trainer Program For Amputation Rehabilitation Coordinators (arcs) And Other Amputation Specialty Clinicians Within The Amputation System Of Care That Will Occur Annually At Sites Determined By The Presence Of At Least Eight (8) Potential Veteran Certified Peer Visitor Candidates. The Train-the-trainer Program Is A Hands-on, In-person Training With A Goal Of Meeting The Needs Of Veterans With Limb Loss Through A Peer Support Program. Trainer Candidates Will Experience A Training Focused On Teaching The Adult Learner, The Characteristics Of Adult Learning, Effective Training Techniques, Facilitation Tips, And Role Playing For Assessment To Ensure Learning Transfer. Candidates Will Train An In-person Class On The Final Day Of The Training As An Assessment Of Their Newly Learned Skills. Once Completed, The Trainees Will Be Certified Trainers Who Will Train And Certify Veteran Amputee Peer Mentors. The Instructor Of This Program Shall Be A Certified Master Trainer Through The Association For Talent Developer (atd).
in Addition, The Contractor Will Provide Education Resources To Be Distributed To Veterans With Limb Loss In Vamcs Across The Country. Educational Resources Include Magazines, Pamphlets And Books. The Resources Enhance Patient Centered Care In Amputation Rehabilitation And Support The Needs Of Both The Providers And Veterans, Alike. The Contractor Will Also Provide Corporate Memberships To The Seven (7) Regional Amputation Centers And The Eighteen (18) Polytrauma Amputation Network Sites.
3. Background: The Va Provided Care To Over 90,000 Veterans With Amputations In 2023, With Over 46,000 Of Those Being Major Limb Amputations. Given The Large Population Of Veterans With Diabetes, It Is Anticipated That This Number Will Rise In The Coming Years. In Effort To Support The Needs Of Both The Healthcare Provider And Patients, It Is Necessary To Have Educational Resources To Provide Information On Living Life With Limb Loss. Research Promotes Peer To Peer Support In The Recovery After Amputation As Well As Encouragement In Returning To The Highest Level Of Function. Peer To Peer Support Is A Key Recommendation In The Va/dod Clinical Practice Guideline, 2017. It Is Of Utmost Importance To Veterans That The Va Provide This Service As Part Of The Overall Rehabilitation Process. Access To Educational Materials, Training And A Peer-to-peer Programs Will Enhance Va Care Ensuring The Highest Quality Amputation Care.
4. Period Of Performance: One 12-month Base Period With Four (12) Month Option Periods.
5. Government Recognized Holidays: Unless Specifically Authorized In Writing By The Contracting Officer, No Services Will Be Provided And No Charges Will Be Incurred And/or Billed To Any Order On This Contract On Any Of The Observed Federal Holidays. There Are 10 Federal Holidays Set By Law (recognizes Holidays I.a.w. 5 U.s. Code § 6103 – Holidays)..
6. Place Of Performance: Annual Training Locations Will Be Conducted In Person With Va Employees Traveling To Those Trainings. Location Will Be Chosen Each Year Between One Of These Three Sites: St. Louis, Mo, Richmond, Va, Seattle, Wa.
7. Type Of Contract: The Government Anticipates Award Of A Firm Fixed-price Contract.
8. Contract Pre-performance Meetings: The Contractor Shall Participate In Regularly Scheduled Planning Meetings Throughout The Performance Of The Contract Via Phone Or Virtual Methods.
9. General Requirement & Task: The Purpose Of The Contract Is To Obtain Training And Supplies, Educational Resources, And One-year Corporate Memberships For Seven (7) Regional Amputation Centers And Eighteen (18) Polytrauma Amputation Network Sites Across America. Educational Resources Will Be Distributed To All Twenty-five (25) Sites Where Resources Will Be Distributed Throughout The Visns By Amputation Clinic Providers.
10. Quality Control: The Contractor Shall Develop And Maintain An Effective Quality Control Program To Ensure Services Are Performed In Accordance With This Sow.
11. Formal Acceptance Or Rejection Of Deliverables: The Government Will Review Each Deliverable And Provide Feedback/comments. The Contractor Shall Have Five Business Days To Incorporate Feedback/comments And Make Appropriate Revisions. The Contractor Shall Provide The Revised Version Of Each Deliverable To The Contracting Officer’s Representative (cor). The Cor Will Review And Determine Final Acceptance By The Government. The Cor Will Notify The Contractor Of Final Acceptance Within Five Business Days.
12. Changes To The Sow: Any Changes To This Sow Shall Be Authorized And Approved Only Through Written Correspondence From The Contracting Officer. A Copy Of Each Change Will Be Kept In A Project Folder Along With All Other Products Of The Project. Costs Incurred By The Contractor Through The Actions Of Parties Other Than The Contracting Officer Shall Be Borne By The Contractor.
13. Contractor Reporting Requirements: Contractor Will Contact The Cor Within Five (5) Days To Notify When Resources Are Shipped.
14. Travel: One Episode Of Travel For Training Of The Amputation Rehabilitation Coordinators Annually.
15. Contractor Experience Requirements: Those Employees Of The Amputee Coalition Involved In This Contract Agreement With The Amputation System Of Care Should Have Experience With Working With The Veteran Population. The Instructor Of This Program Shall Be A Certified Master Trainer Through The Association For Talent Developer (atd) And A Specialist In The Training Of The Content Of Both The Train The Trainer Workshop As Well As The Certified Peer Visitor Training Workshop.
16. Confidentiality And Disclosure:
16.1. It Is Agreed That:
the Preliminary And Final Deliverables, And All Associated Working Papers, Application Source Code, And Other Material Deemed Relevant By Va Which Have Been Generated By The Contractor In The Performance Of This Contract, Are The Exclusive Property Of The U.s. Government And Shall Be Submitted To The Contracting Officer At The Conclusion Of The Contract.
16.2. The Contracting Officer Will Be The Sole Authorized Official To Release, Verbally Or In Writing, Any Data, Draft Deliverables, Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Contract. No Information Shall Be Released By The Contractor. Any Request For Information Relating To This Contract, Presented To The Contractor, Shall Be Submitted To The Contracting Officer For Response.
16.3 Press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Shall Not Be Publicized Without The Written Approval Of The Contracting Officer.
17. Contractor Security Requirements: The Contractor Will Not Access Va Information Technology (it) Systems And Will Not Access Sensitive/personnel Identifiable Information (pii).
Closing Date18 Dec 2025
Tender AmountUSD 150 K
This is an estimated amount, exact amount may vary.
DEPT OF THE AIR FORCE USA Tender
Others
United States
Description: 1. This Notice Is Issued As A Sources Sought Annoucement For Information Purposes Only. This Notice Does Not Constitute A Request For Proposal Or Complete Package Outlining The Technical Competencies/qualifications Of The Prospective Contractor, Nor Does It Represent Any Commitment By The Government. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. A Solicitation Does Not Presently Exist. Responses To This Notice Will Be Used For Planning Purposes Only. Responses Are Not Considered Offers And Will Not Be Accepted By The Government To Form A Binding Contract
2. The Air Force May Have A Future Requirement And Is Seeking Legal Consultant Representation When An Application To Increase Base Rate Revenues For Electric Service, Or Over Current Base Rate Revenues And Service Charge Revenues Based On Certain Years And, Additional Increases In A Subsequent Year Adjustment (“sya”). It Is Estimated The Proposed Different Base Rate Revenue Increase Would Increase Certain Annual Spend To Certain Contractors. Therefore, This Sources-sought Is Primarily For Market Research To Determine If There Are Firms That Possess The Capabilities Necessary To Fulfill A Future Requirement For These Services.
3. A Future Requirement, If Received, Will Be An Evaluation Of All Filed Pleadings, Testimony, And Data Necessary To Determine If The Rates Proposed Are Non-discriminatory, Accurately Reflect The Actual Cost Of Providing The Services, And Are Necessary Under The Circumstances. In Addition, Expert Assistance In Reviewing All Filed And To Be Filed Documents, Drafting Data Requests And Responses, Testimony, Cross-examination, Briefs, And Strategy Is Necessary For Proper Preparation Of These Cases. The Contractor’s Assistance Will Be Needed In All Phases Of Case Preparation From This Point Until The Conclusion Of The Case.
4. Contractors Who Can Provide These Services Should Submit In Writing An Affirmative Response Which Includes As A Minimum The Following Information:
a. What Is The Name Of Your Business?
b. What Is Your Business Address?
c. Provide A Point Of Contact To Include Telephone Number And Email Address.
d. What Is Your Business Cage Code And Unique Entity Id Number?
e. Based On Your Professional Experience In The Private Sector, Would You Consider This Requirement To Coincide With Work Typically Provided In The Commercial Market?
f. Provide An Additional Naics Code With Justification That You Would Recommend As Being More Applicable.
g. Specify Your Business Type (large Business, Small Business, Small-disadvantaged Business, 8(a) Certified Small-disadvantaged Business, Hubzone Small Business, Woman- Owned Small Business Veteran-owned Small Business, Service-disabled Veteran-owned Small Business) Based Upon Naics 541110 And Psc Code R418. Specify All That Apply.
h. Would Your Firm Propose On This Project As A Prime Contractor, Prime Contractor With Subcontractor(s), Prime Contractor With Team Member Subcontractor(s), Or A Joint Venture? If You Have Proposed A Joint Venture, Identify To The Extent Possible, Your Team Members. Identify The Business Size Of Your Team Members Or Joint Venture Firms. If A Teaming Arrangement Is Planned, Give Details To The Extent Practicable On How The Team Likely Will Be Composed. See Far Subpart 9.6 For Government Policy On Teaming Arrangements And 8(a) Program Regulations Described In 13 Cfr 124.513.
i. Identify Any Projects Completed In The Past Three (3) Years For The Same Or Similar Service To Help Determine Your Firm’s Capability In Meeting The Requirement For The Items Listed In The Attached Draft Sow/pws. Include Any Government Contracts (federal, State, Or Local) That You Have Been Awarded For This Type Of Requirement.
j. Are These Services Available On A Gsa Schedule? If So, Please Provide Gsa Schedule Number And Special Item Number. If Gsa Is In The Process Of Awarding A Schedule For This Service, Please Provide The Gsa Point Of Contact Name And Phone Number.
k. Are These Products Available On Another Government Contract? If So, Please Provide The Contract Information.
l. Professional Qualifications.
a. Specialized Experience And Technical Competence In Utility Rate Cases.
b. Past Performance With Government Agencies And Private Industry Regarding Utility Rate Cases.
c. Capacity To Accomplish The Work In Twelve (12) Months.
d. Location: Usa (will Be Performed In Different Locations In The Usa).
e. Can The Company Prepare Direct Testimony, Exhibits, Cross Examination, Schedules, Brief, And, When Necessary, Settlement Support, Final Reports, Surrebuttal Testimony In Support Of The Agreed Fea Positions And Issues?
f.provide An Overview Of How Your Company Assigns Manpower To Accomplish Utilityrate Case Contracts. For Example, Do You Have Regional Teams That Execute The Work, Acentral Team That Provides Support Regardless Of Location, Or Do You Work Withsubcontractors To Perform Any Or All The Tasks?
5.your Entire Response Should Not Exceed Ten (10) Pages At Twelve (12) Pitch Font. Anythingafter 10 Pages Will Not Be Considered. This Process Is Not A Down Select, Nor Does This Limit Yourability To Be Considered For Award Of Other Contracts. The Information Provided Is To Be Used Toassist In The Selection Of Firms To Accomplish Market Research For The Utility Rate Cases Contracts.this Is An Rfi For Sources Sought Only
Closing Date30 May 2025
Tender AmountRefer Documents
Qatar Energy Tender
Others...+2Civil And Construction, Civil Works Others
Qatar
Details: Future Tenders (operations Engineering - Dukhan) Turnaround Maintenance Services At Fah&pwi Stns And Fsp Tender Description: Section A: Tturnaround Maintenance Services For Fahahil (south, North & Main) Stations And Pwi 2,4,7,8 Stations - 2026. Section B: Turnaround Maintenance Services For Fahahil Stripping Plant - 2026. The Scope Of Services Includes Decontamination Of Plants, Inspection Of Static Equipment, Internal Coating, Overhauling/testing Of Valves And Other Associated Instrument, Piping Works, Insulation Works, Electrical Works, Civil Works, Provision Of Equipment And Manpower And Commissioning & Start-up Of The Plants. Planned Tender Issue: 16/01/25 Planned Contract Award: 03/07/25
Closing Date3 Jul 2025
Tender AmountRefer Documents
Qatar Energy Tender
Others...+2Civil And Construction, Civil Works Others
Qatar
Details: Future Tenders (operations Engineering - Dukhan) Turnaround Maintenance Services At Fsp Station Tender Description: Turnaround Maintenance Services At Fsp Station In Dukhan Fields -2026 Scope Services Include Decontamination Of Plant, Inspection Of Static Equipment, Internal Coating, Overhauling/testing Of Valves And Other Associated Instrument, Piping Works, Insulation Works, Electrical Works, Civil Works, Provision Of Equipment And Manpower And Commissioning & Start-up Of The Plant. Planned Tender Issue: 16/01/25 Planned Contract Award: 03/07/25
Closing Date3 Jul 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Repair Of Pagbahan Ris Pb # Occmdo-imo-2025-031 1. The Nia-occidental Mindoro Irrigation Management Office, Through The General Appropriations Act Of Cy 2025 Intends To Apply The Sum Of Sixteen Million Five Hundred Eighteen Thousand Two Hundred Forty Four Pesos & 64/100 Only (₱ 16,518,244.64) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025-occi-repair-pagbahanris-17m-031. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia-occidental Mindoro Irrigation Management Office Now Invites Bids For The Repair Of Calomintao Dam For Pagbahan Ris At Sta. Cruz, Occidental Mindoro. Completion Of The Works Is Required Two Hundred Seventy (270) 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). Equipment Requirement: One (1) Unit – Bulldozer One (1) Unit – Water Pump 4” Dia. One (1) Unit – Truck Mounted Type Crane (25 Tons) One (1) Unit – Compressor One (1) Unit – Drop Hammer (hydraulic Operated-30 Tons) One (1) Unit – Jack Hammer One (1) Unit – Stake Truck (min. Loading Capacity: 6 Tons) One (1) Unit – Welding Machine (300a) One (1) Unit – Dump Truck (min. Dumping Cap. Of 4.00 Cu.m.) Gas/diesel Driven One (1) Unit – Truck Mixer Three (3) Units – Concrete Cylinder One (1) Unit – Service Vehicle (5 Sitter) Mold (6 In. X 12 In.) Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) 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 Secretariat, Bids And Awards Committee Nia-occidental Mindoro Imo, San Jose, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From February 26, 2025 From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 From Given Address In The Amount Of Twenty Five Thousand Pesos Php. 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Nia-occidental Mindoro Imo Will Hold A Pre-bid Conference On March 5, 2025; 3:00 P.m. At Nia Training Center, San Roque, San Jose, Occidental Mindoro 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 1:00 P.m. Of 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 3:00 P.m. March 18, 2025 At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. 10. The Nia-occidental Mindoro Imo 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: Joselle Elijah T. Sapo Nia-occidental Mindoro Imo Brgy. San Roque, San Jose, Occidental Mindoro (043)-4570250 / 0977-8247254 / 0920-9595102 / 5100 Nia.occmdobac@gmail.com 12. For Downloading Of Bidding Documents: You May Contact Bac Secretariat By Sending In Your E-mail Address February 26, 2025 (sgd)engr. Emelito V. Urriquia Bac Chairperson Noted: (sgd)engr. Raymundo L. Calusin, Mpa Division Manager A
Closing Date18 Mar 2025
Tender AmountPHP 16.5 Million (USD 284.7 K)
2441-2450 of 2483 active Tenders