Solar Street Light Tenders

Solar Street Light Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro, Mimaropa Region (iv-b) January 7, 2025 Invitation To Bid For The Following Projects: (gaa Fy 2025 Projects) 1. 25ed0102 – Preventive Maintenance Along Calapan North Road – K0049+000 – K0050+014, K0050+644 – K0050+985, K0051+462 – K0051+507, K0051+746 – K0051+778, Oriental Mindoro 2. 25ed0103 - Preventive Maintenance Along Calapan South Road – K0015+211 – K0015+653, K0016+120 – K0018+000, Oriental Mindoro 3. 25ed0104 – Preventive Maintenance Along Calapan South Road – K0042+908 – K0044+322, Oriental Mindoro 4. 25ed0105 - Preventive Maintenance Along Calapan South Road – K0046+000 – K0047+462, Oriental Mindoro 5. 25ed0106 - Preventive Maintenance Along Calapan South Road – K0049+000 – K0050+765, Oriental Mindoro 6. 25ed0107 - Construction Of Flood Control Structure Along Pula River, Socorro, Oriental Mindoro 7. 25ed0108 - Installation Of Street Lights Along Calapan South Road K0047+200 – K0060+800, Socorro, Oriental Mindoro 8. 25ed0109 - Installation Of Street Lights Along Calapan South Road K0007+400 – K0021+000, Calapan – Naujan, Oriental Mindoro 9. 25ed0110 - Construction Of Road, Barangay Bulusan To Barangay Bondoc, Calapan City, Oriental Mindoro 10. 25ed0111 - Construction Of Road, Barangay Camansihan – Barangay Gutad – Barangay Batino, Calapan City, Oriental Mindoro 11. 25ed0112 - Construction Of Kabilang Ibayo Bridge, Brgy. Batuhan, Pola, Oriental Mindoro 12. 25ed0113 - Rehabilitation Of Nauhan Beach Road, Pagkakaisa – Bagong Buhay Road And Pinahan – Buhangin – Nag-iba Road, Naujan, Oriental Mindoro (phase 2) 13. 25ed0114 - Rehabilitation Of Sugui – Palhi Road, Tibag – Pachoca – Wawa Road, Calapan City, Oriental Mindoro (phase 2) 14. 25ed0115 - Construction Of Sitio Putol, Sta. Isabel – Masipit Road, Calapan City, Oriental Mindoro 15. 25ed0116 - Construction Of Road, Personas, Calapan City, Oriental Mindoro 16. 25ed0117 - Construction Of Road, Sitio Lower Centro Brgy. Putting Cacao, Pola, Oriental Mindoro, Brgy. Putting Cacao, Pola, Oriental Mindoro 17. 25ed0118 - Construction Of Road, Sitio Rosal To Sitio Rebo (mangyan Community), Bangkatan, Baco, Oriental Mindoro 18. 25ed0119 - Construction Of Flood Control Structure Along Sitio Amuguis, Brgy. Sta. Rita, Calapan City, Oriental Mindoro 19. 25ed0120 - Construction Of Flood Control Structure Along Brgy. Sta. Cruz, Baco, Oriental Mindoro 20. 25ed0121 - Construction Of Flood Control Structure Along Brgy. Lalud, Calapan City, Oriental Mindoro 1. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office, Through The Gaa 2025 Intends To Apply The Sums Below Of Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract I.d. No. Approved Budget For The Contract 25ed0102 Php 98,000,000.00 25ed0103 Php 142,100,000.00 25ed0104 Php 137,200,000.00 25ed0105 Php 117,600,000.00 25ed0106 Php 83,300,000.00 25ed0107 Php 70,954,940.00 25ed0108 Php 98,000,000.00 25ed0109 Php 98,000,000.00 25ed0110 Php 88,200,000.00 25ed0111 Php 93,100,000.00 25ed0112 Php 34,650,000.00 25ed0113 Php 99,000,000.00 25ed0114 Php 99,000,000.00 25ed0115 Php 49,500,000.00 25ed0116 Php 19,800,000.00 25ed0117 Php 9,900,000.00 25ed0118 Php 59,400,000.00 25ed0119 Php 147,000,000.00 25ed0120 Php 147,000,000.00 25ed0121 Php 49,000,000.00 2. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 2.1 Contract I.d. No. : 25ed0102 Name Of Contract : Preventive Maintenance Along Calapan North Road – K0049+000 – K0050+014, K0050+644 – K0050+985, K0051+462 – K0051+507, K0051+746 – K0051+778, Oriental Mindoro Location : Puerto Galera, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 1,437.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. 3. Installation Of 16 Pcs. Solar Led Street Lights (both Sides & Staggered) Including Tapered Post, Base Plate, And Pedestal With Foundation. Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 161 C.d. 2.2 Contract I.d. No. : 25ed0103 Name Of Contract : Preventive Maintenance Along Calapan South Road – K0015+211 – K0015+653, K0016+120 – K0018+000, Oriental Mindoro Location : Calapan City - Naujan, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 2,650.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. 3. Installation Of 25 Pcs. Solar Led Street Lights (both Sides & Staggered) Including Tapered Post, Base Plate, And Pedestal With Foundation. Approved Budget For The Contract : Php 142,100,000.00 Contract Duration : 175 C.d. 2.3 Contract I.d. No. : 25ed0104 Name Of Contract : Preventive Maintenance Along Calapan South Road – K0042+908 – K0044+322, Oriental Mindoro Location : Victoria, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 1,433.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. 3. Installation Of 36 Pcs. Solar Led Street Lights (both Sides & Staggered) Including Tapered Post, Base Plate, And Pedestal With Foundation. Approved Budget For The Contract : Php 137,200,000.00 Contract Duration : 174 C.d. 2.4 Contract I.d. No. : 25ed0105 Name Of Contract : Preventive Maintenance Along Calapan South Road – K0046+000 – K0047+462, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 1,235.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. 3. Installation Of 27 Pcs. Solar Led Street Lights (both Sides & Staggered) Including Tapered Post, Base Plate, And Pedestal With Foundation. Approved Budget For The Contract : Php 117,600,000.00 Contract Duration : 167 C.d. 2.5 Contract I.d. No. : 25ed0106 Name Of Contract : Preventive Maintenance Along Calapan South Road – K0049+000 – K0050+765, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 1,742.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 83,300,000.00 Contract Duration : 154 C.d. 2.6 Contract I.d. No. : 25ed0107 Name Of Contract : Construction Of Flood Control Structure Along Pula River, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : Construction Of 196.40 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12m. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 70,954,940.00 Contract Duration : 317 C.d. 2.7 Contract I.d. No. : 25ed0108 Name Of Contract : Installation Of Street Lights Along Calapan South Road K0047+200 – K0060+800, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Installation Of 489 Pcs. Solar Led Street Lights (both Sides & Staggered) Including Tapered Post, Base Plate, And Pedestal With Foundation. Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 161 C.d. 2.8 Contract I.d. No. : 25ed0109 Name Of Contract : Installation Of Street Lights Along Calapan South Road K0007+400 – K0021+000, Calapan – Naujan, Oriental Mindoro Location : Calapan City - Naujan, Oriental Mindoro Scope Of Works : 1. Installation Of 490 Pcs. Solar Led Street Lights (both Sides & Staggered) Including Tapered Post, Base Plate, And Pedestal With Foundation. Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 161 C.d. 2.9 Contract I.d. No. : 25ed0110 Name Of Contract : Construction Of Road, Barangay Bulusan To Barangay Bondoc, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 5m Width Road (thk=0.23m) With Total Length Of 2,562 L.m. Approved Budget For The Contract : Php 88,200,000.00 Contract Duration : 224 C.d. 2.10 Contract I.d. No. : 25ed0111 Name Of Contract : Construction Of Road, Barangay Camansihan – Barangay Gutad – Barangay Batino, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 5m Width Road (thk=0.23m) With Total Length Of 2,800 L.m. Approved Budget For The Contract : Php 93,100,000.00 Contract Duration : 253 C.d. 2.11 Contract I.d. No. : 25ed0112 Name Of Contract : Construction Of Kabilang Ibayo Bridge, Brgy. Batuhan, Pola, Oriental Mindoro Location : Pola, Oriental Mindoro Scope Of Works : 1. Concreting Of 330.00 L.m. Of Road (width=5.00m, 0.23m Thk. Pccp, 0.20m Thk. Aggregate Subbase Course) With 1.50m Gravel Shoulder On B/s 2. Construction Of 140.00m Of Slope Protection On B/s. 3. Remove And Construction Of 60m. Of Kabilang Ibayo Bridge (pcdg, 1 Span, 2 Lane) 4. Installation Of 13 Solar Led Streetlights. Approved Budget For The Contract : Php 34,650,000.00 Contract Duration : 282 C.d. 2.12 Contract I.d. No. : 25ed0113 Name Of Contract : Rehabilitation Of Nauhan Beach Road, Pagkakaisa – Bagong Buhay Road And Pinahan – Buhangin – Nag-iba Road, Naujan, Oriental Mindoro (phase 2) Location : Naujan, Oriental Mindoro Scope Of Works : 1. Concreting Of 5m Width Road (thickness=0.20m. Aggregate Subbase Course Thickness=0.20), With 1m Gravel Shoulder Both Sides; With Total Length Of 9,216.00m. Approved Budget For The Contract : Php 99,000,000.00 Contract Duration : 365 C.d. 2.13 Contract I.d. No. : 25ed0114 Name Of Contract : Rehabilitation Of Sugui – Palhi Road, Tibag – Pachoca – Wawa Road, Calapan City, Oriental Mindoro (phase 2) Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 5m Width Road (thickness=0.20m. Aggregate Subbase Course Thickness=0.20), With 1m Gravel Shoulder Both Side; With Total Length Of 9,216.00m. Approved Budget For The Contract : Php 99,000,000.00 Contract Duration : 365 C.d. 2.14 Contract I.d. No. : 25ed0115 Name Of Contract : Construction Of Sitio Putol, Sta. Isabel – Masipit Road, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 5m Width Road (thk=0.20m) With Total Length Of 4,500 M. Approved Budget For The Contract : Php 49,500,000.00 Contract Duration : 201 C.d. 2.15 Contract I.d. No. : 25ed0116 Name Of Contract : Construction Of Road, Personas, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : 1. Concreting Of 5m Width Road (thk=0.20m) With Total Length Of 1,270.00m. 2. Construction Of Slope Protection – 1,270 L.m. On B.s. Approved Budget For The Contract : Php 19,800,000.00 Contract Duration : 149 C.d. 2.16 Contract I.d. No. : 25ed0117 Name Of Contract : Construction Of Road, Sitio Lower Centro Brgy. Putting Cacao, Pola, Oriental Mindoro, Brgy. Putting Cacao, Pola, Oriental Mindoro Location : Pola, Oriental Mindoro Scope Of Works : 1. Concreting Of 913.00 L.m. Of Road (width=5.00m, 0.20m Thk. Pccp, 0.20m Thk. Aggregate Subbase Course) With 1.0m Asbc Shoulder. Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 97 C.d. 2.17 Contract I.d. No. : 25ed0118 Name Of Contract : Construction Of Road, Sitio Rosal To Sitio Rebo (mangyan Community), Bangkatan, Baco, Oriental Mindoro Location : Baco, Oriental Mindoro Scope Of Works : 1. Concreting Of 5m Width Road (thk=0.20m) With Total Length Of 5,400m. Approved Budget For The Contract : Php 59,400,000.00 Contract Duration : 223 C.d. 2.18 Contract I.d. No. : 25ed0119 Name Of Contract : Construction Of Flood Control Structure Along Sitio Amuguis, Brgy. Sta. Rita, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 411.60 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12m. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 147,000,000.00 Contract Duration : 333 C.d. 2.19 Contract I.d. No. : 25ed0120 Name Of Contract : Construction Of Flood Control Structure Along Brgy. Sta. Cruz, Baco, Oriental Mindoro Location : Baco, Oriental Mindoro Scope Of Works : Construction Of 411.60 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12m. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 147,000,000.00 Contract Duration : 333 C.d. 2.20 Contract I.d. No. : 25ed0121 Name Of Contract : Construction Of Flood Control Structure Along Brgy. Lalud, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Construction Of 130.00 L.m. Concrete Revetment Resting On Concrete Pile Cap With 12m. Steel Sheet Piles (u-type Iii) Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 273 C.d. Bidders Should Have Completed A Contract Similar To The Project. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 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 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 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. In View Of The Full Implementation On Assigning Only Qualified And Competent Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Projects, Please Be Reminded Of Department Order No. 98 S. 2016 “limits Of Assignment Of Contractors’/consultants’ Materials Engineers” And Department Order No. 118 S. 2024 “guideline On The Accreditation And Assignment Of Contractor’s And Consultants’ Project Engineers”. 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). 5. Prospective Bidders May Obtain Further Information From The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 – 27, 2025 From The 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 Following Amounts: Contract I.d. Number Amount 25ed0102 Php 50,000.00 25ed0103 Php 50,000.00 25ed0104 Php 50,000.00 25ed0105 Php 50,000.00 25ed0106 Php 50,000.00 25ed0107 Php 50,000.00 25ed0108 Php 50,000.00 25ed0109 Php 50,000.00 25ed0110 Php 50,000.00 25ed0111 Php 50,000.00 25ed0112 Php 25,000.00 25ed0113 Php 50,000.00 25ed0114 Php 50,000.00 25ed0115 Php 25,000.00 25ed0116 Php 25,000.00 25ed0117 Php 10,000.00 25ed0118 Php 50,000.00 25ed0119 Php 50,000.00 25ed0120 Php 50,000.00 25ed0121 Php 25,000.00 7. The Bidding Documents 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 Thast Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office Will Hold A Pre-bid Conference On January 14, 2025 @ 9:30 A.m. At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Video Conferencing Or Webcasting Via Zoom 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_mindorooriental@dpwh.gov.ph For Electronic Submission On Or Before January 27, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 27, 2025, Immediately After The Deadline For The Submission Of Bid At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways, Mindoro Oriental 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Engr. Errol R. Villan Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro Villan.errol@dpwh.gov.ph (043) 288-9365 Albien M. Mahia Bac Chairperson
Closing Date27 Jan 2025
Tender AmountPHP 34.6 Million (USD 590.8 K)

MUNICIPALITY OF TADIAN, MOUNTAIN PROVINCE Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Mountain Province Tadian Municipal Government Of Tadian Invitation To Bid For Tadian Various Projects 2025-02 January 08, 2025 1. The Municipal Government Of Tadian, Mountain Province, Through The Municipal Development Fund (mdf) Intends To Apply The Sum Of Two Million Two Hundred Thousand Pesos (₱ 2,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Tadian Various Projects 2025-02 With Identification Number Tadian Lgu 2025-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Tadian, Mountain Province Now Invites Bids For The Tadian Lgu 2025-02, Tadian Various Projects 2025-02 With Works As Follows: Name Of Project Location Abc Construction/improvement Of Dacudac Nhs Comfort Room Dacudac 150,000.00 Rehabilitation/improvement Of Soni-cemetery-baangan Pathway Phase 1 Lubon 500,000.00 Installation Of Lubon Solar Powered Street/pathway Lights Lubon 150,000.00 Installation Of Maket-an Solar Powered Street/pathway Lights Bantey 200,000.00 Improvement Of Duagan-nabitic Pathway Duagan 200,000.00 Construction Of Duagan Fmr Duagan 150,000.00 Improvement Of Cabunagan-gawa Pathway And Installation Of Railings Balaoa 500,000.00 Improvement Of Lutob Drainage Balaoa 100,000.00 Improvement Of Tawili-butay Pathway Sumadel 250,000.00 Total 2,200,000.00 Completion Of The Works Is Required In Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Or In Adherence To Section 23.4.2.4 Of 2016 Revised Irr Of Ra 9184. Which States That “the Prospective Bidder Must Have Completed An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However , That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab” .the Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction 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 Municipal Government Of Tadian, Mountain Province Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below From January 08, 2025 At 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 08, 2025 To January 28, 2025during Office Hours From The Office Of The Bac (3rd Floor Of Tadian Municipal Capitol) 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. 6. The Municipal Government Of Tadian, Mountain Province Through The Bids And Awards Committee Will Hold A Pre-bid Conference On January 16, 2025/ 10:00 A.m. At The Bac Conference Hall, Tadian Municipal Capitol, Tadian, Mountain Province, Which Shall Be Open To All Interested Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Office Of The Bac, Tadian Municipal Capitol, Tadian, Mountain Province On Or Before January 28, 2025/ 9:45 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 15. 8. Bid Opening Shall Be On January 28, 2025/ 10:00 A.m. At The Bac Conference Hall, Tadian Municipal Capitol, Tadian, Mountain Province. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Office Of The Bac (3rd Floor Of Tadian Municipal Capitol). Late Bids Shall Not Be Accepted. 9. The Sealed Bids Shall Be Dropped Personally By The Owner Of The Firm Or His/her Authorized Representative 10. The Municipal Government Of Tadian, Mountain Province 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. 11. For Further Information, Please Refer To: Lynden A. Aracyang Head- Bac Secretariat Municipal Government Of Tadian Poblacion, Tadian, Mountain Province Tadianlgubac@gmail.com William U. Apioten Jr. Bac Chairperson, Tadian Lgu
Closing Date28 Jan 2025
Tender AmountPHP 2.2 Million (USD 37.5 K)

MUNICIPALITY OF DUPAX DEL SUR Tender

Civil And Construction...+3Electrical and Electronics, Solar Installation and Products, Water Storage And Supply
Philippines
Details: Description The Municipal Local Government Unit Of Dupax Del Sur (mlgudds), Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Contractors, To Quote Their Lowest Price On The Project Stated Below, Subject To The Terms Of Reference (tor) And Submit The Same Duly Signed By Their Authorized Representative Not Later Than 11:00 Am On Tuesday, February 25, 2025, At The 2f New Bldg., Bac - Procurement Office. Bidding Activities Will Be Held At 2f New Building, Bac - Procurement Office, Municipal Compound, Dupax Del Sur, Nueva Vizcaya. Opening Of Sealed Bids Will Be At 1:30 Pm On The Same Day. Project Description (negotiated Procurement - Two Failed Biddings) Lot No. 1.0 Item_ Component A_ Contract No. / Ref Id_ 8000-000-3-1-10-004-003-001 B_ Contract Name_ Improvement / Upgrading Of Poblacion Water System Covering 5 Barangays C_ Contract Location_ Poblacion Barangay(s), Dupax Del Sur, Nueva Vizcaya D_ Scope Of Work_ Water System Upgrade – Construction Of Rc Water Tank, Pumping Station And Power House At Brgy(s) Domang And Balzain E_ Approved Budget For The Contract (abc)_ Php 9,726,711.20 F_ Source Fund_ 20% Df 2023 G_ Contract Duration_ 180 Cd Project Description (negotiated Procurement – Small Value Procurement) Lot No.2.0 Item_ Component A_ Contract No. / Ref Id_ 8000-000-3-3-01-006-035-000 B_ Contract Name_ Installation Of Five Solar Lights With Pole At Dupax Watershed Forest Reserve Park C_ Contract Location_ Brgy. Dopaj, Dupax Del Sur, Nueva Vizcaya D_ Scope Of Work_ 0.96 M3 Excavation, 0.84 M3 Concrte Works, 5 Sets Solar Street Lights E_ Approved Budget For The Contract (abc)_ Php 99,457.99 F_ Source Fund_ Trust Fund 2022 G_ Contract Duration_ 30 Cd Terms Of Reference I. The Following Documentary Requirements Shall Be Submitted Together With The Price Quotation (sealed In An Envelope): 1. Philgeps Registration Certificate-platinum (attach Annex “a” Stating That You Have A Current And Updated File Of The Following Class “a” Eligibility Documents Under Section 23.1(a) And 24.1): A. Sec/dti/cda Registration Certificate B. Mayor’s/business Permit C. Tax Clearance D. Philippine Contractors Accreditation Board (pcab) License And Registration E. Audited Financial Statements 2. Bir Registration Certificate 3. Income Tax Return (itr) 4. Omnibus Sworn Statement 5. Affidavit Of Site Inspection Ii. Implementation Schedule The Project Should Be Completed Within One Hundred Eighty (210) Calendar Days For Lot 1 And Lot 2 Starting From Receipt Of Notice To Proceed (ntp). Iii. General Conditions: 1. All Quotations Must Be Clearly Printed, Readable Or Legibly Written (as The Case May Be). 2. Price Offers Exceeding The Approved Budget For The Contract (abc) Shall Be Automatically Disqualified. 3. Bid Offers Shall Be Duly Supported By The Bidder’s Detailed Computation Of Estimated Costs For Each Item. 4. Total Bid Offers Shall Be Inclusive Of Taxes Such As But Not Limited To Vat, Income Tax, Local Tax And Other Levies. 5. Price Quotation Will Be Valid For One Hundred And Twenty (120) Calendar Days From Date Of Opening Of Sealed Bids. 6. The Price Offered Shall Not Be Subject To Any Increase For Whatever Reason Including In Cases Of Devaluation/inflation During The Entire Duration Of The Contract. Iv. Award Of Contract The Bac-twg Of Mlgudds Shall Recommend The Award Of Contract To The Bidder With The Lowest Calculated Responsive Bid (lcrb). V. Performance Security 1. To Guarantee The Faithful Performance Of The Successful Bidder Of Its Obligation Under The Contract, It Shall Post A Performance Security Within Ten (10) Calendar Days From The Receipt Of Notice Of Award (noa), Which Shall Answer For Any Liability Arising From The Performance Of The Contract. 2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Not Less Than The Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) A) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. (the Cashier’s/manager’s Check May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. Ten Percent (10%) B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (the Bank Draft/guarantee, Or Irrevocable Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) 3. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. Vi. Contract Signing 1. The Mlgudds Shall Enter Into Contract With The Winning Bidder Upon Posting Of The Required Performance Security And Insurance Coverage. The Following Documents Shall Form Part Of The Contract: A. Contract Agreement; B. Terms Of Reference; C. Price Quotation Form Including The Detailed Cost Computation Of Estimated Costs; And D. Notice Of Award Vii. Notice To Proceed (ntp) The Mlgudds Shall Issue The Ntp To The Successful Bidder Upon Approval Of The Contract By The Head Of The Procuring Entity. Viii. Progress Payments: 1. The Contractor May Submit A Request For Payment For Work Accomplished. Such Request For Payment Shall Be Verified And Certified By The Mlgudds’s Inspectorate Leadman And Members Duly Approved By The Implementing Office Head-municipal Engineer And Head Of Procuring Entity. Materials And Equipment Delivered On The Site But Not Completely And Properly Installed Shall Not Be Included For Payment. 2. The First Progress Payment May Be Paid By The Mlgudds To The Contractor Provided That At Least Fifty Percent (50%) Of The Work Has Been Accomplished As Certified By The Mlgudds’s Inspectorate Leadman And Members. Ix. Warranty Security: 1. To Guarantee That The Contractor Shall Perform His Responsibilities As Prescribed In Section 62.2.3.1(a) Of This Irr, It Shall Be Required To Post A Warranty Security In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) A) Cash Or Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (the Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Ten Percent (5%) A) Bank Guarantee Confirmed By A Universal Or Commercial Bank. (the Bank Draft/guarantee May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Ten Percent (10%) A) Surety Bond Callable Upon Demand Issued By Gsis Or A Surety Or Insurance Company Duly Certified By The Insurancecommission As Authorized To Issue Such Security. Thirty Percent (30%) 2. 2. The Warranty Security Shall Be Denominated In Philippine Pesos, Remain Effective For One (1) Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Mlgudds. X. Liquidated Damages The Contractor Shall Pay Liquidated Damages To The Cgn At The Rate Per Day Of Delay. The Applicable Liquidated Damages Are At Least One Tenth (1/10) Of One Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of This Contract The Mlgudds Shall Rescind This Contract, Without Prejudice To The Other Courses Of Action And Remedies Open To It. For Further Information, Please Refer To: Mark Jay N. Directo Bac Secretariat - Infra 1st Floor Legislative Bldg., M.e.o Municipal Hall, Dopaj Dupax Del Sur, Nueva Vizcaya The Municipal Local Government Unit Of Dupax Del Sur Reserves The Right To Reject Any Or All Price Quotations, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Price Quotations, At Any Time Prior To Contract Award, Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Mlgudds Assumes No Responsibility Whatsoever To Compensate And Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Price Quotations. Arlene D. Esquioja Municipal Budget/bac Chairperson Mbodupaxsur@yahoo.com
Closing Date25 Feb 2025
Tender AmountPHP 9.8 Million (USD 169.8 K)

Ministry Of Agriculture Fisheries And Agrarian Reform Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Unit 1 Delivery Truck (wing Van) 2,800,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1068 Prime Mover Rated Power: 350hp Min @ 1800rpm Engine Displacement: 12.8l Min Fuel Type: Diesel Engine Type: Inline 6cylinder, Intercooler Turbo Engine Compression Ratio: 17.3 Min Manufacturer Year Model: 2010 Abdve Performance Classification Aspiration Method: Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission: 7 Speed Manual Min. No. Of Drive: 2 Body And Cab No. Of Wheels: 11 (2 Front: 8 Rear: 1 Spare Tire) No. Of Studs: 10 Min Payload: 15,000 Kg Min Gross Vehicle Weight: 25,000 Kg Min Front Cabin: Single Rear Body Type: Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height; 450 Mm, Min Body Length: 30 Ft, Min Brake System: Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack (complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Maguindanao Del Sur 2 Unit 4 Supply And Delivery Of Combined Harvester (rice And Corn) 8,400,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1071 · Engine Rated Power: 50.7 Kw, Minimum, 4 Cylinder, Water Cooled, Diesel Engine · Driver System: Rubber Crawler Track · Field Efficiency: : 75%, Minimum · Feed Rate: Not Less Than 2kg/sec. · Ground Clearance: 300 Mm, Minimum · Losses: Maximum Header Loss: 0.5%, Separation Loss: 1.3%) · Blower Loss: 1.2%max · Unthreshed Losses: 0.2% Max · Scattering Loss: 0.3% Max · Total Machine Loss: 3.5% Max · Purity (%): With Fan 97%, Minimum, With Fan 95%, Minimum · Breakage Rate: 1.5 %, Maximum · Broken Grain: 2.0% Max · Net Crak Grains: 5%, Maximum · Field Capacity: 0.65 Ha/hr, Minimum · Noise Level, Db (a) Maximum 95% · Grain Unloading: Manual (sacked Grain And Unloading Method) · Bagging System: Sack Type/grain Tank · Cutting System: With Reel; Height Adjustment- Hydraulics; Gathering Length-2meters; Cutting Height Range-80cm Max · Transmission: Hst (automatic, 2f/2r Minimum) ·steering System: Clutch And Brake ·threshing System: - Spike Tooth, Axial Flow- Fan (front And Rear) With Shaving And Re-treasher · With 2 Hopper Outlet · With Brand New Transport Trailer With 2023 Production Date Pneumatic Tire ·with Built-in Ramp For Easy Transport Of The Machine ·threshing Recovery: 97% ·threshing Efficiency: 99% ·must Conformed With Paes 224:2015 Rice Combined ·with Complete Set For Rice And Corn Harvesting Mechanism ·tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ ·with Amtec Test Result ·with Certificate Of Conformity · With Namdac Certificate ·with Pto Certificate By Bafe ·all Brand New ·full Tank Diesel Engine ·specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr ·should Have Service Center Within The Neighboring Region ·the Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid ·warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine ·control Instructions And Labels Of The Machine Should Be In English ·must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Sur 3 Unit 2 4wd Tractor (100hp) With Farm Implements 7,200,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1075 Technical Specifications Engine Type: Four-wheel Drive, Four-cylinder, Turbo-charged With Inter-cooler Diesel Engine, 16f X 8r Transmission System, Full Hydrostatic Steering System, With Cab And Air-condition. Net Power: 74.6kw/100hp Minimum Dimension, L X W X H, Mm: 4496 X 2950 X 2795 Pto Power Of The Engine, %: 98.61 (amtec) Rated Shaft Speed, Rpm: 2200 Air Cleaner: Dry Type (double Elements) Transmission System: 16 Forward X 8 Reverse Cylinder: 4 Cylinders Clutch: Independent, Dual Clutch Pto Speed: 540 Rpm Category: Category Ii Hydraulic Lift Force Capacity, Kn: 23.58 Tank Capacity: 145 Liters Fuel Consumption, L/hr: 20.25 Injection Pump: Inline Plunger Type Structures: With Canopy And Seat Belts With Basic Tools Implements: Trailing Disc Harrow, 2 Gangs (available): 20-discs X 24” Diameters Hd Trailer, 5 Tons Capacity Reflectorized Logo A. With Reflectorized Mafar-barmm And Tdif Logo (6 Inches Diameter) B. The Mafar Logo Shall Be Placed At A Visible Position In The Machine Which Could Either Be Painted Or Made Up Of An All-weather Reflectorized Sticker With Amtec Test Results The Brand Must Have 10 Years Of Existence In The Philippine Market The Supplier Must Have Namdac Certificate Issued By Pcaf The Supplier Must Have Permit-to-operate Issued By Bafe With 3 Years Manufacturer Warranty And Lifetime Service Warranty With Service Center In The Bangsamoro Region ***nothing Follows*** Delivery Area Maguindanao Del Norte 4 Unit 7 4wd Tractor (72 Hp) With Farm Implements 18,200,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1073 Technical Specifications: Engine: > Rated Power : 72 Hp Rear Straight Axle > 4 Stroke, Water Cooled, 4 Cylinder, Turbocharged Diesel Engine > Net Power : 50.67 Kw > Fuel Consumption At Maximum Pto Power (max) : 19 L/ha > Battery Capacity - 12 V > Fuel Tank Capacity - 65 L Traveling System: > Transmission: Synchromesh > Steering - Full Hydraulic Power >3 Point Hitch: Category 2 > Differential - Bevel Gears With Different Lock (rear) > With Valid Amtec Test Result > Materials And Components: All Brand New > With Reflectorized On The Hood (left And Right), 8x8 Inches Barmm Logo > With Certificate Of Unit Availability > Distributor Must Have National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation (coa) > Brand Must Have Sustained Presence In The Philippine Market For The Period Of At Least 30 Years > With The Following Implements: (minimum Specs) 1 Unit For Each Tractor: Disc Harrow – Conforms With Paes 120:2001 > 18 Pcs. X 24 Diameter > Discs: 4 Mm (thickness) > Frame: 6 Mm (thickness) Trailer – Conforms With Paes 136:2001 > Capacity: 3-5 Tons > Trailer Dimension: 10 X 6 X 2 > Tire Dimension: 10 X 20" > Flooring: Gauge #26 (thickness) > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6 Mm (thickness) Tools (heavy Duty): 1 Unit Each Of The Following Per Farm Tractor > Tire Wrench – For Tractor And Trailer > Hydraulic Jack 5t > Pressure Gauge > Grease Gun 18" > 3 Pc Socket Range (10 Mm, 12 Mm, 17 Mm) > Power Handle Drive ½" > Star Screw 12" > Flat Screw 12" > 4 Pc. Open Wrench (10x11mm, 12x13mm, 14x17mm & 19 X 21 Mm) > Mechanical Plier 6" > Pipe Wrench 18" *** Nothing Follows *** Delivery Area Lanao Del Sur 5 Unit 6 4wd Tractor (72hp) With Farm Implements 15,600,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1074 Technical Specification Engine Type: Four Wheel Drive, Four-cylinder, Naturally-aspirated Diesel Engine, 12 X12 Transmission System, Full Hydrostatic Steering System Dimension, L X W X H: 4340 X 2005 X 2775 Rated Maximum Power, Kw: 53.7 Kw/ 72 Hp Minimum Rated Engine Shaft Speed, Rpm: 2400 Cylinder Number: 4 Cylinders Transmission, Gears: 12f X 12r Pto Power Of The Engine, %: 98.97% (amtec) Clutch System: Independent, Dual-clutch Independent Control: Mechanical, Independent Of Main Brake Hand Lever Operated Air Cleaner: Oil-bath Type Fuel Consumption, L/hr: 22.61 Maximum Hydraulic Lift, Kn: 18.26 Kn Category: Ii Fuel Tank Capacity: 60 Liters Injection Pump: Inline Plunger Barrel Type Structures: With Canopy And Seat Belts With Basic Tools Implements: Hd Trailer 3 Tons Capacity Trailing Harrow, 18 X 24, Notched Front Disc (available): 20-discs X 24” Diameters Hd Trailer, 5 Tons Capacity Reflectorized Logo A. With Reflectorized Mafar-barmm And Tdif Logo (6 Inches Diameter) B. The Mafar Logo Shall Be Placed At A Visible Position In The Machine Which Could Either Be Painted Or Made Up Of An All-weather Reflectorized Sticker With Amtec Test Results The Brand Must Have 10 Years Of Existence In The Philippine Market The Supplier Must Have Namdac Certificate Issued By Pcaf The Supplier Must Have Permit-to-operate Issued By Bafe With 3 Years Manufacturer Warranty And Lifetime Service Warranty With Service Center In The Bangsamoro Region ***nothing Follows*** Delivery Area Maguindanao Del Dur 6 Unit 1 4wd Tractor (50 Hp) With Farm Implements 2,500,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-12-1072 Technical Specifications: Engine: Ls Number Of Cyclinders/intake: 4 Cubic Capacity: Cm3 - 2505 Nominal Engine Speed Rpm - 2600 Output At Nominal Engine (speed Ece R (120) - Kw/hp - 35/47 Max. Output (in Accordance With Ece R 120) Kw/hp - 35/47 Transmission Type Mechanical Ratios (f/r) 16/16 Min. Speed Km/h 1.21 Top Speed Km/h 30 Pto Speed 540/540 Eco/1000 Clutch Actuation Electrohydraulic Max.flow At Rated Speed L/min 36 Number Of Spool Valves 2(4) (number Of Connections) Max.lifting Capacity At Rear Linkage Kg 2200 Overall Length Mm 3552 Height With Cab Mm 2506 Wheelbase Mm 1937 Turning Radius M 3.4 Tare Weight With Cab Kg 2240 *** Nothing Follows *** Delivery Area Special Geographic Area (sga) 7 Unit 88 Combine Harvester 184,800,000.00 50,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9047 Complete Harvester Or Digital Rice Mill De Stoner/digital 2-in-1 Corn Mill/10kva Diesel Generator Set/ 3 Units Solar Light/5 Units Backpack Sprayer/ 4 Units Power Tiller Specifications: 2 In 1 Corn Mill Combine Rice Mill >type: Steel Hammer Grinder, Rotary Blade (hammer Mill-type) Degermer Motor-driven >performance Criteria Corn Mill Milling Capacity : 64.79 Main Product Recovery, % Minimum: 56.23 Loses, % Maximum : 5.0 Degermer Efficiency, % Minimum: 92.00 Micro Mill (rice) Milling Capacity, Kg/h : 127.00 Main Product Recovery, % Minimum: 68.00 Head Rice, % Minimum : 78.00 Broken Grains, % Maximum: 21.05 Noise Level, B(a), Maximum: 91 Milling Degree : Well Milled >power Transmission System Electric Motor To Degermer Assembly: V-belt And Pulley Belt Size: A-49 Features: With A Sliding Gate To Control Feeding Degermer Assembly Type: Steel Huller Type Of Cleaning Device: Aspirator Safety Devices: On/off Switch And Housing For Rotating Components Note: (amtec Tested, Patented, Member Of Filipino Inventors Society) 10kva Generator Set (diesel Fed, With Accessories, Wheel Special Features: Key And Power Remote Control) Solar Street Light With Dome Camera 4g Solar Ptz Camera 4mp Solar Panel: 20w Solar Light Power: 300w Battery Solar Light: 1000mah Battery Of Camera 14400mah Ubox App Downloadable For Camera Plastic Panel Iron Galvanized Pole 6m Long Blue+white Color ***nothing Follows*** Delivery Area Lanao Del Sur Maguindanao Del Sur Maguindanao Del Norte Total Abc 239,500,000.00
Closing Date10 Feb 2025
Tender AmountPHP 239.5 Million (USD 4.1 Million)

MUNICIPALITY OF TAGUDIN Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Contract Package For The Concreting Of Farm To Market Road, Barangay Libtong, Tagudin, Ilocos Sur 1. The Local Government Unit Of Tagudin, Ilocos Sur, Thru Its Bids And Awards Committee Intends To Apply The Sum Of Two Million Nine Hundred Thirty Thousand Seven Hundred Twenty Seven Pesos & 39/100 (php2,930,727.39) Being The Approved Budget For The Contract (abc) Through The Ra 7171 Municipal Share, Special Budget No. 4, Appropriation Ordinance No. 15, Series Of 2024 To Payments Under The Contract For The Contract Package For The Concreting Of Farm To Market Road, Barangay Libtong, Tagudin, Ilocos Sur, Contract No. Infr-2025-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Tagudin, Ilocos Sur Now Invites Bids For The: Item No. Description Qty Unit Contract Duration B.9 Mobilization And Demobilization Ls Ls 50 C.d. Item 100 Site Preparation 1,088.50 Sq.m. Item 103 Excavation Of Structure 46.66 Cu.m. Item 105 Sub Grade Preparation 1,088.50 Sq.m. Item 200 Agg. Sub-base Course 108.85 Cu.m. Item 201 Agg. Base Course 108.85 Cu.m. Item 311 Pccp 1,288.50 Sq.m. Item 506 Stone Masonry 83.84 Cu.m. Spl I. Pipe Culverts 8.00 Pcs Spl Ii. Solar Paneled Street Lights 13.00 Units Spl Iii. Project Billboard Ls Ls Spl Iv. Occupational Safety And Health Ls Ls ***refer To Program Of Works *** Bidders Should Have Completed, For The Past Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In General Conditions Of Contract. 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 Shall Obtain Further Information From The Bac Secretariat Of The Local Government Unit Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21-february 11, 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, In The Amount Of Php5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On January 28, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 11, 2025 @ 1:00 P.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. Bid Opening Shall Be On February 11, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur. 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 Local Government Unit Of Tagudin, Ilocos Sur 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: Loriefel T. Leal Head, Bac Secretariat Local Government Unit, Rizal, Tagudin, Ilocos Sur Tel. No. (077) 652 1740, Fax No. (077) 652 1167 Email Add: Lgutagudinbac_asap@yahoo.com (sgd)marina I. Balicoco Bac Chairman Posted At Philgeps, Lgu Website And At 3 Conspicuous Places (municipal Hall, Mun. Auditorium And Yellow Market) Dated Published: January 21-27, 2025
Closing Date11 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.5 K)

MINISTRY OF PUBLIC WORKS BARMM, REGIONAL OFFICE Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid 1. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional Office, Through The Ministry Of Finance Budget And Management (mfbm) Under The Gaab 2024 Intends To Apply The Sum Php 30,496,800.00, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Road At Sitio Kalot, Brgy. Iganagampong, Datu Unsay, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional Office Now Invites Bids For; Project Name : Concreting Of Road At Sitio Kalot, Brgy. Iganagampong, Datu Unsay Location : Datu Unsay, Maguindano Del Sur Category : Road Description : Concreting Of 2.10 Km Road With 2.50 M Width On Each Lane (250 Mm Thick Pccp) And 0.60 M (150 Mm Thick Pccp) Concrete Shoulder On Both Sides With 5 Line/s Of Rcpc (36” Dia.) Solar Led Street Lights Limits : (perpendicular To 23-rimsrd377), Section 1: Sta. 0+000.00 – Sta. 2+060.00, Section 2: Sta. 0+000.00 – Sta. 0+040.00 Net Length : 2.10 Km Classification : Barangay Road Duration : 140 Calendar Days Roadbed Width : 7.80 M Pavement Width & Thickness : 5 M & 0.25 M Completion Of The Works Is One Hundred Forty (140) Calendar Days, Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Ministry Of Public Works Office Of The Minister Barmm Compound, Cotabato City, 9600 9 Regional Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. (working Days Only). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 – February 3, 2025 (weekdays Only) From 8:00 A.m To 5:00 P.m, And On February 4, 2025, Before The Cut-off-time At 9:00 A.m, From Given Address And Website/s Below, In The Amount Of Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through The Official Receipt Issued By The Office. 6. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional Office Will Hold A Pre-bid Conference On January 22, 2025 (wednesday) @ 9:00 A.m. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below. 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 4, 2025 (tuesday) @ 9:00 A.m. At The Given Address Below Mpw – Barmm Regional Office, Conference Room 2nd Floor, Operations Building, Barmm Compound, Cotabato City And/or Through Www.mpw.bangsamoro.gov.ph Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional 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 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. 1. For Further Information, Please Refer To: Ms. Sherielyn S. Salinas Chief, Bac Secretariat Section Mpw – Barmm Regional Office Barmm Compound, Cotabato City, 9600 (064)421-1061 Or 0917-623-4376 Email Address: Bac@mpw.bangsamoro.gov.ph 10 2. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph (associated Components/bid Supplements)
Closing Date4 Feb 2025
Tender AmountPHP 30.4 Million (USD 521.6 K)

Department Of Public Works And Highways Tender

Others...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid Jan. 17, 2025 1. The Dpwh - Eastern Samar District Engineering Office, Through The Gaa Fy 2025, Intends To Apply The Sum Indicated Hereunder Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Procurement Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening, Viz: 1: Contract Id No. : 25ib0064 Contract Name : Installation/application Of Road Safety Facilities (roadway Lighting, Off-carriageway Improvement) Contract Location : Along Borongan-guiuan Road, K0950+000 – K0984+000 Project Description/scope Of Work : Installation Of Single Arm 8m-pole Solar Led Street Lighting (80w, 30m Spacing, Staggered Arrangement) Major Categories Of Works : Tems – Traffic Engineering And Management System (including Road Safety Devices) Total Approved Budget For The Contract (abc): 82,432,229.63 Contract Duration : 260.00 Cd Cost Of Bidding Documents : 50,000.00 2. The Dpwh Eastern Samar District Engineering Office, Brgy. Alang-alang, Borongan City, Eastern Samar Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Based On The Above-stated Contract Duration, 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), 4. Interested Bidders May Obtain Further Information From Dpwh - Eastern Samar District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Jan. 21, 2025 – Feb. 13, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (50,000.00) For Cid No. 25ib0064 6. The Dpwh Eastern Samar District Engineering Office, Brgy. Alang-alang, Borongan City, Eastern Samar Will Hold A Pre-bid Conference On Jan. 30, 2025, @10:00 A.m. At Conference Hall, Dpwh Eastern Samar District Engineering Office, Bgry. Alang-alang, Borongan City, Eastern Samar And/or Through Livestreaming Via Https://www.youtube.com/@dpwh.esamardeo, Which Shall Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below And (ii) Online Or Electronic Submission At Electronicbids_easternsamar@dpwh.gov.ph Using 7zip Compressed Document Files As Indicated Below On Or Before Feb. 13, 2025 @ 1:59 P.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Accepted Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On Feb. 13, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids) At The Given Address Below And/or Through Livestreaming Via Https://www.youtube.com/@dpwh.esamardeo Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Use 7zip Compressed Document Files For Electronic Bid Submission. Late Bids Shall Not Be Accepted. 11. The Dpwh Eastern Samar District Engineering Office, Brgy. Alang-alang, Borongan City, Eastern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Award The Contract At Any Time Prior To Contract Award In Accordance With Section 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: The Head Bac Secretariat: Marlon B. Kuizon Bac Office, Department Of Public Works And Highways, Brgy. Alang – Alang Borongan City, Eastern Samar Approved: Bac Chairman: Judy C. Elgera Bac Office, Department Of Public Works And Highways, Brgy. Alang-alang Borongan City Eastern Samar Approved For Posting: Jayson G. Espeso Pio - Designate Engineer Ii
Closing Date20 Feb 2025
Tender AmountPHP 82.4 Million (USD 1.4 Million)

Department Of Education Division Of Negros Occidental Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid The Deped-division Of Negros Occidental Through Its Bids And Awards Committee, Invites Possible Contractors For The Supply And Delivery Of Ib - Supplies And Equipment For The Conduct Of Procurement Of Safety And Emergency Supplies And Equipment With Approved Budget For The Contract (abc) Of One Million Four Hundred Fifty Thousand Five Hundred Pesos Only (php 1,450,500.00); Lot No. Unit Item Description Quantity Estimated Cost/ Set Approved Budget For The Contact (php) 1 Unit Portable Public Address System 12v Dc/in Out Bluetooth Usd Sd Playback Fm Radio Lcd Display 2 Wireless Microphone Remote Control 5 Band Equalizer 16 11,550.00 184,800.00 Set Trauma Bag With Contents For 20-25 Person - Trauma Bag - Waterproof, Nylon -1 Aneroid Sphygmomanometer -1 Stethoscope -1 Non-contact Thermometer -1 Retractable Tourniquet -1 Pulse Oximeter -100 Band Aid -1 Hot And Cold Pack -100 4x4 Gauze Pad -100 Povidone-iodine Swabs -50 Surgical Masks -1 500ml Hydrogen-peroxide -1 120 Ml Povidone-iodine -10 Cotton Applicators -1 Penlight -1 Triangular Bandage -1 Emergency Blanket -1 100ml Sterile Water - 1-liter Pnss Irrigation - 1 150 Ball Cotton Balls - 3pcs 1cc Disp. Syringe - 3pcs 3cc Disp. Syringe - 3pcs 5cc Disp. Syringe - 100 Surgical Gloves -1 Surgical Scissor -1 Bandage Scissor -2 1inch Surgical Tape -2 1/2inch Surgical Tape -2 Elastic Bandage 2 X 5 -2 Elastic Bandage 3x5 -2 Elastic Bandage 4x5 -2 Gauze Bandage 2x10 -4 Sterile Eyepads 28 15,000.00 420,000.00 Unit Fire Extinguisher - Non-conductive - Ideal For All Classes Of Fire (abc) - Bureau Of Fire Protection Philippine Standards - Free Wall Bracket (bracket Only, No Screws.) 53 1,350.00 71,550.00 Unit Megaphone - Easy To Carry And Strong Penetration Force - Strong And Durable - Adjustable Alarm Volume - Full Can Play Continuously For 12 Hours. - Voltage:200hz-15khz - 19cm Long Lanyard, Easy To Place 2 2,750.00 5,500.00 Piece Power Spray - Engine Power: 5.5hp - Spraying Pressure: 300-500psi - Fuel: Gasoline - Single Cylinder, 4 Stroke, Air Cooled, Ohv 20 16,000.00 320,000.00 Piece Traffic Vest - With Pockets - Color: Neon Yellow 58 500.00 29,000.00 Piece Spine Board - The Stretcher Is Molded By Hdpe Material Without Pollution Release. - It Can Float On Water And Can Be Use In X-ray Or Ct Scan. - Equipped With Safety Belts - Size 187x48x7cm 2 2,500.00 5,000.00 Unit Wheelchair Seat Width :45cm And Seat Height :47cm Foldable And Solid Front Wheel: 8inches Solid Rear Wheel: 22 Inches Aluminum Frame 16-inch Fully Solid Rear Wheels Are Stable And Durable 2 6,000.00 12,000.00 Unit Solar Street Lights -radar Sensor Lights Up, Upgraded Components, Fast Sensors -upgraded Light Source, Low Consumption And High Efficiency -no Power Or Wiring Required To Meet Your Needs 26 1,400.00 36,400.00 Unit Cctv -hard Disk - 1tb -power Supply - 12 Volts 1amp 4x -produces Color Image With A Resolution Of 2000mp As Well As 1920 X 1080pixels Videos. 9 16,000.00 32,000.00 Unit Portable Power Station (500 Watts-120000mah) - 1pc Usb Output:5v 2.4a - 3pcs Dc Bulbs Jack-12v/8alcd Display/led Light - Optional Built In 500w Inverter - Solar Panel:(dc15v-20v) 50w/80w/100w - Product Weight:5.46kg 2 16,000.00 32,000.00 Unit Chainsaw - Fuel: Mixture (gasoline 25: 2-cycle Oil) - Fuel Tank Capacity: 550ml - Chain Oil: Motor Oil - Oil Tank Capacity: 260ml - Engine Displacement: 52cc - Max. Engine Speed: 11000 Rpm Max 2 16,000.00 32,000.00 Unit Flood Lights - Die-casting Aluminum Crust - High Intensity Toughened Glass Cover - High-purity Aluminum Reflector - Single High Powerful Led Light Source 8 2,000.00 16,000.00 Unit Steel Cabinet - Powder Coating - 3 Drawer And Central Lock - Material Steel Gauge20 Thickness 1 7,000.00 7,000.00 Unit Foldable Stretcher - The Main Material Is High -strength Aluminum Alloy Which Is Hardened And Surface Treated. - Equipped With Portable Handbag. - Unfolded Size: 215x52x13cm - Folded Size: 110x18x10cm - Loading Bearing: 159kg 2 2,550.00 5,100.00 Unit Folding Beds - Load Bearing: 200 Kg 2 3,000.00 6,000.00 Unit Boots For Flooding - Waterproof & Durable - Washable, Easy To Clean & Odor Resistant - Shock Absorbent 11 400.00 4,400.00 Unit Flashlight - Battery: 1*18650 Built-in Lithium Battery - Charging Method: Usb Charging - Waterproof: Life Waterproof Products - Gear Position: Main Light Osl-high-bright-slightly-blinking 10 500.00 5,000.00 Unit Handheld Transceiver - Output: 5w/1w - Frequency Range: 136.00-174.00 Mhz - Frequency Step Setting - 50 Ctcss And 104 Dcs Codes - Relay Forwarding Confirmed (1750 Hz) 5 2,150.00 10,750.00 Unit Slowdown Signage (school Zone) -15.4 X 11.5 Inches 1 3,400.00 3,400.00 Unit Rope (twine) - The 8mm Diameter Rope Is Pure White. - Can An Withstand 255kg Tension 50 50.00 2,500.00 Unit Tornado Mop - Rotate: 360 Degrees - Telescopic Rod Length: 85-125cm - Product Includes: 1*bucket, 1*stainless Steel Rod, 1*dehydrate Steel Basket, 1/2/3/5*microfiber Mop Heads Refill 11 500.00 5,500.00 Unit Generator - 3.5hp | 1500w/1300w Gasoline Generator - Model: Ge15006-5p - Rated Frequency(v-hz): 60hz - Engine Type: Air-cooled, 4-stroke, Gasoline Engine - Fuel Tank Capacity(l/gal): 5.5/1.45 - Cooling System: Air-cooled - Weight: 23.25kg 4 15,600.00 62,400.00 Unit Heavy Duty Rechargeable Flashlight - 26650 Lithium Battery - Head Diameter 3.8cm * Length 15.4cm - Life Waterproof - [5 Modes]: Strong Light - Medium Light - Low Light - Strobe – Sos - Ipx8 Waterproof 8 1,950.00 15,600.00 Unit Aluminun Ladder Heavy Duty - Ultimate Combination Of Light Weight, Stability And Strength. - The Slip-resistant Treads And Stair-like Design Provide Unmatched Comfort And Stability. - The Jumbo Step Will Stand Up To Professional And Industrial Use And Is Rated To Hold Up To 300 Kgs. 3 3,800.00 11,400.00 Unit First Aid Cabinet - Material: Plastic - Decorative, With Handle, With Lid - 3 Layer Design: Foldable Layers Inside The Storage. - Handy For Storing Medication, Tablets And Supplements. 4 800.00 3,200.00 1. The Deped-division Of Negros Occidental Invites Bid On Ib - Supplies And Equipment For The Conduct Of Procurement Of Safety And Emergency Supplies And Equipment. 2. Completion Of The Works Required Is Forty-five (45) 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 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 The Bac Secretariat, Legal Section/office Of The Procuring Entity And Inspect The Bidding Documents At The Address Given Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City From 8:30 In The Morning To 5:00 In The Afternoon Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 (monday) From The Bac Secretariat In The Amount Of Five Thousand Pesos (php 5,000.00) For Abc Less Than Five Million Pesos (php 5,000,000.00), Ten Thousand Pesos (php 10,000.00) For Abc More Than Five Million (php 5, 000,000.00) And Twenty-five Thousand Pesos (php 25, 000.00) For Abc More Than Ten Million (php 10, 000,000.00). 6. Bidding Shall Be Made Per Lot. Hence, An Interested Bidder Shall Purchase Bidding Document On Per Lot Basis. 7. The Deped-division Of Negros Occidental Will Hold A Pre-bid Conference On January 21, 2025 (tuesday), 10:00 Am At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 Am Of February 3, 2025 (monday) At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City. 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 Of February 3, 2025 (monday) At 10:00 Am At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod 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. 9. All Bidders’ Representative Shall Present To The Bac Its Authority From Their Respective Company. 10. The Deped-division Of Negros Occidental 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. 11. For Further Information, Please Refer To: Riza G. Gea Bac-secretariat Chairperson Julito L. Felicano Bac - Chairman Deped-division Of Negros Occidental
Closing Date3 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid December 5, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0104 Contract Name : Installation/application Of Road Safety Facilities - Naval-caibiran Cross Country Rd - K1027+000 - K1031+530 Contract Location : Naval, Biliran (11.565233°, 124.404044°- 11.578701°, 124.441236°) Project Description/scope Of Work : Installation Of 181 Units Of Solar Street Lights Approved Budget For The Contract : P 29,398,224.41 Contract Duration : 130.00 C.d. Cost Of Bidding Documents : P 25,000.00 2. Procurement Id/contract Id : 25ia0105 Contract Name : Construction Of Access Roads Leading To Declared Tourism Destinations - Access Road Leading To Subing Subing Hill, Kawayan, Biliran Contract Location : Brgy. Balacson, Kawayan, Biliran 11.669727, 124.344403 - 11.671273, 124.343774 (location 1) 11.675592, 124.343897 - 11.676395, 124.343767 (location 2) Project Description/scope Of Work : Construction Of 0.746 Lane Kilometer Road, 0.23m Thick & 6.10m Width With Embankment, Drainage, And Slope Protection Structure Approved Budget For The Contract : P 19,598,031.50 Contract Duration : 160.00 Cd Cost Of Bidding Documents : P 25,000.00 3. Procurement Id/contract Id : 25ia0106 Contract Name : Construction Of Drainage, Barangay Calumpang, Naval, Biliran Contract Location : Brgy. Calumpang, Naval, Biliran Location 1 - (11.568507°, 124.412067° - 11.570055°, 124.41164°) Location 2 - (11.569489°, 124.411632° - 11.569495°, 124.41162°) Project Description/scope Of Work : Construction Of 616.70 Ln.m Open Drainage (lined Canal) W/ Metal Frames And Gratings Approved Budget For The Contract : P 4,948,200.18 Contract Duration : 85.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0107 Contract Name : Construction Of Seawall, Barangay Mabini, Naval, Biliran Contract Location : Brgy. Mabini, Naval, Biliran (11.564381°, 124.275058° - 11.564806°, 124.274625°) Project Description/scope Of Work : Construction Of 93.20 Ln.m. Seawall Structure With Reinforced Concrete Facing Approved Budget For The Contract : P 9,898,256.03 Contract Duration : 165.00 C.d. Cost Of Bidding Documents : P 10,000.00 5. Procurement Id/contract Id : 25ia0108 Contract Name : Construction Of Bagongbong Flood Control, Barangay Salangi, Almeria, Biliran Contract Location : Almeria, Biliran (124.394165°, 11.621246° - 124.394360°, 11.623738°) Project Description/scope Of Work : Construction Of 334.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,391.73 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0109 Contract Name : Construction Of Flood Control Structure, Barangay Casiawan, Cabucgayan, Biliran Contract Location : Cabucgayan, Biliran (124.573765°, 11.484283° - 124.575893°, 11.486335°) Project Description/scope Of Work : Construction Of 424.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,372.48 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0110 Contract Name : Construction Two-storey Office Building, Dpwh Biliran Deo, Bureau Of Equipment, 8th Res, Barangay Larrazabal, Naval, Biliran Contract Location : Brgy. Larrazabal, Naval, Biliran (11.583267, 124.409843 & 11.58306, 124.409215) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 48,998,346.17 Contract Duration : 250.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0111 Contract Name : Construction Of Multi-purpose Building, Barangay Matanggo, Almeria, Biliran Contract Location : Barangay Matanggo, Almeria, Biliran (11.647594, 124.124.368010) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.36 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 9. Procurement Id/contract Id : 25ia0112 Contract Name : Construction Of Multi-purpose Building,barangay, P.i. Garcia, Naval, Biliran Contract Location : Brgy. P.i. Garcia, Naval, Biliran (11.563721, 124.395253) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 4,898,328.55 Contract Duration : 180.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 3 Of 4 10. Procurement Id/contract Id : 25ia0113 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Pulang Bato, Almeria, Biliran Contract Location : Barangay Pulang Bato, Almeria, Biliran (11.600953, 124.390656) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.06 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 11. Procurement Id/contract Id : 25ia0114 Contract Name : Construction Of Multi-purpose Building, Barangay Union, Caibiran, Biliran Contract Location : Brgy.union, Caibiran, Biliran (11.56519194⁰, 124.55213936⁰) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,219.25 Contract Duration : 125.00 C.d. Cost Of Bidding Documents : P 5,000.00 12. Procurement Id/contract Id : 25ia0115 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Binohangan, Caibiran, Biliran Contract Location : Brgy. Binohangan, Caibiran, Biliran (11.596326˚, 124.570058˚) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 1,978,469.83 Contract Duration : 75.00 C.d. Cost Of Bidding Documents : P 5,000.00 13. Procurement Id/contract Id : 25ia0116 Contract Name : Completion Of Multi-purpose Building, Barangay Trabugan, Maripipi, Biliran Contract Location : Brgy. Trabugan, Maripipi, Biliran (11.779571˚, 124.299212˚) Project Description/scope Of Work : Completion Of 1-storey Building Approved Budget For The Contract : P 1,978,412.59 Contract Duration : 70.00 C.d. Cost Of Bidding Documents : P 5,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, 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 Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. Page 4 Of 4 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting December 6, 2024 – December 26, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents December 6, 2024 – December 26, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference December 13, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids December 26, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids December 26, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. 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_biliran For Electronic Submission On Or Before December 26, 2024 At 1:00 P.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 December 26, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. 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-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito December 5, 2024
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 84.4 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid December 5, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0104 Contract Name : Installation/application Of Road Safety Facilities - Naval-caibiran Cross Country Rd - K1027+000 - K1031+530 Contract Location : Naval, Biliran (11.565233°, 124.404044°- 11.578701°, 124.441236°) Project Description/scope Of Work : Installation Of 181 Units Of Solar Street Lights Approved Budget For The Contract : P 29,398,224.41 Contract Duration : 130.00 C.d. Cost Of Bidding Documents : P 25,000.00 2. Procurement Id/contract Id : 25ia0105 Contract Name : Construction Of Access Roads Leading To Declared Tourism Destinations - Access Road Leading To Subing Subing Hill, Kawayan, Biliran Contract Location : Brgy. Balacson, Kawayan, Biliran 11.669727, 124.344403 - 11.671273, 124.343774 (location 1) 11.675592, 124.343897 - 11.676395, 124.343767 (location 2) Project Description/scope Of Work : Construction Of 0.746 Lane Kilometer Road, 0.23m Thick & 6.10m Width With Embankment, Drainage, And Slope Protection Structure Approved Budget For The Contract : P 19,598,031.50 Contract Duration : 160.00 Cd Cost Of Bidding Documents : P 25,000.00 3. Procurement Id/contract Id : 25ia0106 Contract Name : Construction Of Drainage, Barangay Calumpang, Naval, Biliran Contract Location : Brgy. Calumpang, Naval, Biliran Location 1 - (11.568507°, 124.412067° - 11.570055°, 124.41164°) Location 2 - (11.569489°, 124.411632° - 11.569495°, 124.41162°) Project Description/scope Of Work : Construction Of 616.70 Ln.m Open Drainage (lined Canal) W/ Metal Frames And Gratings Approved Budget For The Contract : P 4,948,200.18 Contract Duration : 85.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0107 Contract Name : Construction Of Seawall, Barangay Mabini, Naval, Biliran Contract Location : Brgy. Mabini, Naval, Biliran (11.564381°, 124.275058° - 11.564806°, 124.274625°) Project Description/scope Of Work : Construction Of 93.20 Ln.m. Seawall Structure With Reinforced Concrete Facing Approved Budget For The Contract : P 9,898,256.03 Contract Duration : 165.00 C.d. Cost Of Bidding Documents : P 10,000.00 5. Procurement Id/contract Id : 25ia0108 Contract Name : Construction Of Bagongbong Flood Control, Barangay Salangi, Almeria, Biliran Contract Location : Almeria, Biliran (124.394165°, 11.621246° - 124.394360°, 11.623738°) Project Description/scope Of Work : Construction Of 334.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,391.73 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0109 Contract Name : Construction Of Flood Control Structure, Barangay Casiawan, Cabucgayan, Biliran Contract Location : Cabucgayan, Biliran (124.573765°, 11.484283° - 124.575893°, 11.486335°) Project Description/scope Of Work : Construction Of 424.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 19,598,372.48 Contract Duration : 143.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0110 Contract Name : Construction Two-storey Office Building, Dpwh Biliran Deo, Bureau Of Equipment, 8th Res, Barangay Larrazabal, Naval, Biliran Contract Location : Brgy. Larrazabal, Naval, Biliran (11.583267, 124.409843 & 11.58306, 124.409215) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 48,998,346.17 Contract Duration : 250.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0111 Contract Name : Construction Of Multi-purpose Building, Barangay Matanggo, Almeria, Biliran Contract Location : Barangay Matanggo, Almeria, Biliran (11.647594, 124.124.368010) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.36 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 9. Procurement Id/contract Id : 25ia0112 Contract Name : Construction Of Multi-purpose Building,barangay, P.i. Garcia, Naval, Biliran Contract Location : Brgy. P.i. Garcia, Naval, Biliran (11.563721, 124.395253) Project Description/scope Of Work : Construction Of 2-storey Building Approved Budget For The Contract : P 4,898,328.55 Contract Duration : 180.00 C.d. Cost Of Bidding Documents : P 5,000.00 Page 3 Of 4 10. Procurement Id/contract Id : 25ia0113 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Pulang Bato, Almeria, Biliran Contract Location : Barangay Pulang Bato, Almeria, Biliran (11.600953, 124.390656) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,276.06 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 5,000.00 11. Procurement Id/contract Id : 25ia0114 Contract Name : Construction Of Multi-purpose Building, Barangay Union, Caibiran, Biliran Contract Location : Brgy.union, Caibiran, Biliran (11.56519194⁰, 124.55213936⁰) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 4,948,219.25 Contract Duration : 125.00 C.d. Cost Of Bidding Documents : P 5,000.00 12. Procurement Id/contract Id : 25ia0115 Contract Name : Construction (completion) Of Multi-purpose Building, Barangay Binohangan, Caibiran, Biliran Contract Location : Brgy. Binohangan, Caibiran, Biliran (11.596326˚, 124.570058˚) Project Description/scope Of Work : Construction Of 1-storey Building Approved Budget For The Contract : P 1,978,469.83 Contract Duration : 75.00 C.d. Cost Of Bidding Documents : P 5,000.00 13. Procurement Id/contract Id : 25ia0116 Contract Name : Completion Of Multi-purpose Building, Barangay Trabugan, Maripipi, Biliran Contract Location : Brgy. Trabugan, Maripipi, Biliran (11.779571˚, 124.299212˚) Project Description/scope Of Work : Completion Of 1-storey Building Approved Budget For The Contract : P 1,978,412.59 Contract Duration : 70.00 C.d. Cost Of Bidding Documents : P 5,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, 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 Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. Page 4 Of 4 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting December 6, 2024 – December 26, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents December 6, 2024 – December 26, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference December 13, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids December 26, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids December 26, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. 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_biliran For Electronic Submission On Or Before December 26, 2024 At 1:00 P.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 December 26, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. 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-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito December 5, 2024
Closing Date7 Jan 2025
Tender AmountPHP 19.5 Million (USD 337.7 K)
1911-1920 of 1968 archived Tenders