Solar Tenders
Solar Tenders
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Electrical and Electronics...+1Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com December 04, 2024 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#200(18)24-12-489(o) Contract Name: Procurement Of General Merchandise (hardware And Other Supplies) Location/purpose: For The Use In The Solar Street Lights, Municipality Of Salug, Zamboanga Del Norte. Approved Budget For The Contract (abc): P119,067.50 (inclusive Of All Applicable Taxes) Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 25% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting December 05 - 11, 2024 Availability And Issuance Of Bidding Documents December 05 - 12, 2024@ 08:30am Deadline For The Submission Of Bids December 12, 2024@ 08:30 Am Bid Opening And Evaluation December 12, 2024@ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Hundred Pesos Only (php500.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of General Merchandise (hardware And Other Supplies) Pr#200(18)24-12-489(o) Abc: P119,067.50 1. 121 Bags Portland Cement 2. 24 Bd.ft 2” X 3” X 12’ Coco Lumber 4pcs 3. 18.67 Bd.ft 2” X 2” X 8’ Coco Lumber 7pcs 4. 143 Bd.ft Coco Lumber Or Its Equivalent (43 Pcs) 5. 3 Pcs Marine Plywood (1/2” X 4’ X 8’) 6. 2 Shts Plywood, Marine ¼” X 4’ X 8’ 7. 3.25 Kgs Common Wire Nails 1 ½” 8. 3 Kgs Common Wire Nails 2 ½” 9. 1 Kg Common Wire Nails 3” 10. 1.25kgs Common Wire Nails 4” 11. 1 Pc Tarpauline 2440mm X 2440mm 12. 20 Kgs Tie Wire #16 13. 68 Pcs 10mm Dia. X 6m Dsb 14. 72 Pcs 16mm Dia. X 6m Dsb 15. 10 Pcs Hacksaw Blade ***nothing Follows***
Closing Date3 Jan 2025
Tender AmountPHP 119 K (USD 2 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 30,981,800.00, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Road At Sitio Manga, Brgy. Timbaluan – Sitio 3000, Brgy. Tamar (phase 2), Talayan, 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 : Construction Of Road At Sitio Manga, Brgy. Timbaluan – Sitio 3000, Brgy. Tamar (phase 2), Talayan Location : Talayan, Maguindanao Del Sur Category : Road Description : Concreting Of 1.600 Km Road, 3.050 M Width On Each Lane (250 Mm Thick Pccp), And 1.20 M Concrete Shoulder (150 Mm Thick) On Both Sides, With 1-line Rcpc (36” Dia.), And Solar Led Roadway Lighting Limits : Section 1: (adjacent To 22rim2rd585) Sta. 0+000 – Sta. 1+440; Section 2: (connecting To An Existing Pccp) Sta. 0+000 – Sta. 0+160 Net Length : 1.60 Km Classification : Municipal Road Duration : 149 Calendar Days Roadbed Width : 9.80 M Pavement Width & Thickness : 6.1 M & 0.25 M Completion Of The Works Is One Hundred Forty-nine (149) 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 30.9 Million (USD 529.9 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)
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 37,713,600.00, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Road At Bohe Basilan, Brgy. Tipo - Tipo Proper - Brgy. Bohe Pahu (phase 3), Tipo-tipo, 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 Bohe Basilan, Brgy. Tipo - Tipo Proper - Brgy. Bohe Pahu (phase 3), Tipo-tipo Location : Tipo -tipo Municipality, Basilan Province Category : Road Description : Concreting Of 1.60 Km Road, 2.5 M Width On Each Lane (200 Mm Thick Pccp), 1 M Shoulder On Both Sides, Led Solar Streetlights Limits : Sta. 0+000 – Sta. 1+600 Net Length : 1.60 Km Classification : Barangay Road Duration : 144 Calendar Days Roadbed Width : 9 M Pavement Width & Thickness : 5.00 M & 0.200 M Thk. Completion Of The Works Is One Hundred Forty-four (144) 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) 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). Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Ministry Of Public Works Office Of The Minister Barmm Compound, Cotabato City, 9600 9 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 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 37.7 Million (USD 645 K)
Municipality Of Magarao, Camarines Sur Tender
Civil And Construction...+4Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Details: Description Invitation To Bid For The Installation Of Streetlights Along The National Road Phase 2 (sto. Tomas To Sta. Lucia) The Local Government Unit Of Magarao, Through Its Bids And Awards Committee (bac), Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos (3,500,000.00) Only Being The Approved Budget For The Contract (abc) To Payment For The Installation Of Streetlights Along The National Road Phase 2 (sto. Tomas To Sta. Lucia) At Bid Quotation. The Local Government Unit Of Magarao Now Invites Bids For The Following: Name Of Project : Infra-2025-02 Installation Of Streetlights Along The National Road Phase 2 (sto. Tomas To Sta. Lucia) L O C A T I O N : Lgu- Magarao, Camarines Sur Brief Description : Supply & Installation Of 28 Solar Streetlights Along The National Road (sto. Tomas To Sta. Lucia) Approved Budget Cost (abc) : P 3,500,000.00 Contract Duration : 60 Calendar Days Source Of Fund : 20% Ldf Bidders Should Have Completed, Within Five (5) Days From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Within The Last Two (2) Years With An Amount Of At Least Equal To The Proposed Project For Bidding. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (rirr) Of Ra 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Rirr Of Ra 9184. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of Lgu-magarao And Inspect The Bidding Documents At The Address Given Below From Monday To Friday Between 8:00-12:00am And 1:00-5:00pm. The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1.receipt Of Lois From Prospective Bidders January 30– February 7, 2025 2. Purchase/ Issuance Of Eligibility And Bid Documents February 7, 2025 Until 4pm 3.pre-bid Conference February 5, 2025 @ 10:00 Am 4. Receipt Of Technical And Financial Envelopes (submission February 10, 2025 Before 10:00 Am And Dropping These Include Bids And Eligibility Documents) 5. Opening Of Bids February 10, 2025 At 10:00 Am 6. Result Of Eligibility Checking/bid Evaluation/post Qualification February 17, 2025 7. Bac Resolution Approval February 18, 2025 8. Notice Of Award February 19, 2025 9. Contract Preparation February 20, 2025 10. Contract Signing & Approval February 21, 2025 11. Notice To Proceed February 26, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From January 30– February 7, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (5,000.00) Only. It May Also Be Downloaded Free Of Charge From The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Must Be Delivered To The Address Below On Or Before February 10, 2025, Before 10:00 Am All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Address Below. Late Bids Shall Not Be Accepted . The Local Government Unit Of Magarao Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders And Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. All Authorized Managing Officer(amo) Or Owner Of Construction Firm Or Company Must Present A Vaccination Card ( Fully Vaccinated Individual) When Transacting Business As Per Executive Order No. 01 2022 , And Attach A Photocopy Of Eligibility Documents Accompanying Its Original Documentsfor Verification With The Bac Secretariat Of Magarao Especially During The Letter Of Intent, Procure Of Bidding Documents (if Any), Submit/attend Pre-bid, Bid Proposal And Bid Opening. Social Distancing And Proper Health Protocols Will Be Observed Every Time For Further Information, Please Refer To: Leonor M. Lasala, Bac Chairman, San Isidro, Magarao, 4403 Camarines Sur, Philippines, (063)-(054)-881-89-40 ,bacmagarao2020@gmail,com Approved By: Leonor M. Lasala Bac Chairman January 27, 2025 Lgu Bulletin/philgeps
Closing Date10 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.3 K)
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
Corrigendum : Closing Date Modified
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 34,493,200.00, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Road At Brgy. Meta – Sitio Pancio, 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 Brgy. Meta – Sitio Pancio, Brgy. Iganagampong, Datu Unsay Location : Datu Unsay, Maguindano Del Sur Category : Road Description : Concreting Of 2.10 Km Road With 3.05m Width On Each Lane (250 Mm Thick Pccp) And 1.2 M Concrete Shoulder On Both Sides With 2 Lines Of Rcpc 36” Dia. Solar Led Roadway Lighting Limits : Sta. 0+000 – Sta. 2+100 Net Length : 2.10 Km Classification : Municipal Road Duration : 165 Calendar Days Roadbed Width : 8.80 M Pavement Width & Thickness : 6.1 M & 0.25 M Thk. Completion Of The Works Is One Hundred Sixty-five (165) 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) 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). Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Ministry Of Public Works Office Of The Minister Barmm Compound, Cotabato City, 9600 9 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 – January 20, 2025 (weekdays Only) From 8:00 A.m To 5:00 P.m, And On January 21, 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 7, 2025 (tuesday) @ 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 January 21, 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 2. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph (associated Components/bid Supplements)
Closing Date23 Jan 2025
Tender AmountPHP 34.4 Million (USD 588.9 K)
Andhra Pradesh Solar Power Corporation Private Limited - APSPCL Tender
Works
Agriculture or Forestry Works
India
Purchaser Name: Andhra Pradesh Solar Power Corporation Private Limited | Apspcl - Lad - Aumsp - Supply, Erection, Testing And Commissioning Of 8 Nos 4000 Lph Capacity Ro Plants At Habitation Villages Of P. Kothapalli Gp & N.p.kunta Gp Of N.p.kunta Mandal, Sri Sathya Sai District, A.p.
Closing Date10 Feb 2025
Tender AmountINR 6.8 Million (USD 77.7 K)
Department Of Human Settlement And Urban Development Quezo Tender
Others
Philippines
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 01-0031, S. 2025 Procurement Activity Supply, Delivery And Installation Of Glass Tint For The Six (6) Units Passenger Elevator Of Dhsud Central Office (gsd) Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) One Hundred Forty-five Thousand Pesos And 00/100 (php145,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 1:00 Pm, February 6, 2025. Delivery Schedule Delivery Of Goods/items Shall Be Seven (7) To Twenty (20) Calendar Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Said Activities Are As Follows: Item No. Qty. Item, Description, & Minimum Specifications 1 1 Lot Glass Tint For Pe1 To Pe6 Specification: • Ceramic Glass Tint, Reflective Black Color • Infrared Hat Rejection - 89% • Visible Light Transmission – 7% • Solar Energy Rejected – 69% • Solar Heat Gain Co-efficient – 1.24 • U.v. Rejected – 99% Note: Verify Actual Size At Site And Sample Film For Approval Of The End-user. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; And (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); And Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. D. Latest Bir Tax Clearance; And E. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Supply, Delivery And Installation Of Glass Tint For The Six (6) Units Passenger Elevator Of Dhsud Central Office (gsd) Request For Quotation No.: 01-0031, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date6 Feb 2025
Tender AmountPHP 145 K (USD 2.4 K)
7301-7310 of 7473 archived Tenders