Website Tenders
Website Tenders
National Historical Commission Of The Philippines Tender
Others
Philippines
Details: Description 1. The National Historical Commission Of The Philippines, Through The 2025 General Appropriations Act Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos (php 1,200,000.00) Being The Abc To Payments Under The Contract For Provision Of Chartered Flight For Vips In Commemoration Of Philippine-spanish Friendship Day 2025 And Siege Of Baler 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Historical Commission Of The Philippines Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required On 29 And 30 June 2025. Bidders Should Have Completed, Within Three (3) 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 Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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. 4. Prospective Bidders May Obtain Further Information From National Historical Commission Of The Philippines And Inspect The Bidding Documents At The Address Given Below Between 8:00 Am To 4:00 Pm Or Via Bac@nhcp.gov.ph. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 25 February 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 Amount Of Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Via E-mail At The E-mail Address Indicated Below. 6. The National Historical Commission Of The Philippines Will Hold A Pre-bid Conference On 5 March 2025, 1:30 P.m. At Bac Room, 1st Floor Nhcp Bldg., T.m. Kalaw Ave., Ermita, Manila And/or Through Video Conferencing Or Webcasting Via Microsoft Teams App, Which Shall Be Open To Prospective Bidders. To Access The Pre-bid Conference, Click This Ms Teams Link: Https://bit.ly/pre-bid_charteredflight2025 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 17 March 2025, 1:30 Pm. One (1) Original And Three (3) Additional Copies Of The Technical And Financial Proposal Must Be Provided. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening For The Technical And Financial Proposals Shall Be On 17 March 2025, 1:30 Pm And 2:30 Pm, Respectively At The Given Address Below And/or Through Microsoft Teams App. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. To Access The Opening Of The Technical And Financial Bid Proposals, Click This Ms Teams Link: Https://bit.ly/bid-opening_charteredflight2025. 10. All Bidders Are Reminded That Each And Every Page Of The Bidding Documents Submitted Should Be Duly Signed By The Bidder’s Authorized Representative/s And That All Legally Executable Documents (e.g. Omnibus Sworn Statement) Are Duly Notarized. Submitted Bids Which Have Unsigned Pages And/or Unnotarized Legal Documents Shall Be Considered Non-responsive. 11. All Bidders Are Advised To Adopt The New Revised Format Of The Omnibus Sworn Statement Issued Pursuant To Gppb Circular No. 4-2020 As Adopted By Gppb Resolution No. 16-2020. The Revised Format Of The Oss Consists Of 10 Articles/paragraphs (with Two New Additional Provisions Since The Previous 2016 Edition), A Template Of Which May Be Downloaded From The Gppb Website Thru This Link Https://www.gppb.gov.ph/downloadables.php. 12. The National Historical Commission Of The Philippines 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. 13. For Further Information, Please Refer To: Maria Cristina V. Ilagan National Historical Commission Of The Philippines T.m. Kalaw Ave., Ermita, Manila 1000 E-mail Address: Bac@nhcp.gov.ph Cellphone No.: 0998-3442179 / 0898-1030989 Facsimile No.: (02) 53351208 Website: Http://www.nhcp.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://nhcp.gov.ph/category/nhcp/procurement/bid-oppurtunities/ For Online Bid Submission: Https://docs.google.com/forms/d/e/1faipqlsc3kbop7kfwn4onmvk25mdcrk9bkrynodww5g9hlymoew8g5w/viewform 25 February 2025 ______________________________________ Rosario V. Sapitan Bac Chairperson
Closing Date17 Mar 2025
Tender AmountPHP 1.2 Million (USD 20.7 K)
Municipality Of Compostela, Compostela Valley Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Compostela Bids And Awards Committee Cp#: 0909-279-9827 Invitation To Bid For Re-bid: Purchase Of Grocery Items For Stockpiling Of Basic Emergency Supplies 1. The Municipality Of Compostela, Through The 5% Calamity Fund 2025 Intends To Apply The Sum Of Two Hundred Seventy Thousand Five Hundred Seventy-two Pesos Only (p270,572.00) Being The Abc To Payments Under The Contract Re-bid: Purchase Of Grocery Items For Stockpiling Of Basic Emergency Supplies With Project Identification No. 2025-039-a. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Compostela Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required 10 Working Days Upon Receipt Of Purchase Order. Bidders Should Have Completed, Within 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 Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. 4. Prospective Bidders May Obtain Further Information From Municipality Of Compostela And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 5:00 P.m Office Hour. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 To March 05, 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 Amount Of Five Hundred Pesos (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 06, 2025 At 1:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 06, 2025 At 1:30 P.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Compostela 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. 10. For Further Information, Please Refer To: Edwardford N. Dagatan Bac Office 2nd Floor, Municipal Hall Building, Dagohoy St., Purok 2, Poblacion, Compostela, Davao De Oro Cp#: 0909-279-9827 Email Add: Compobacsec@gmail.com 11. You May Visit Www.philgeps.gov.ph And Search For Municipality Of Compostela For Downloading Of Bidding Documents. February 25, 2025 Lucelia L. Paqueo Bac Chairperson
Closing Soon5 Mar 2025
Tender AmountPHP 270.5 K (USD 4.6 K)
Municipality Of Lupi, Camarines Sur Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Sur Municipality Of Lupi Barangay Bulawan Sr. -o0o- Bids And Awards Committee Invitation To Bid For The Procurement Of Civil Works-2nd Schedule 1. The Barangay Local Government Unit (blgu) Of Bulawan Sr., Lupi, Camarines Sur, Through Its Barangay Development Fund (bdf) 2024 Intends To Apply The Sum Of Two Hundred Seventy-four Thousand Eight Hundred Thirty-seven Pesos And Fifty Centavos Only (php274,837.50) Being The Approved Budget For The Contract (abc) For Payments Under The Contract For The Procurement Of Civil Works (road Opening And Graveling Of Barangay Roads At Bulawan Sr., Lupi, Camarines Sur)-2nd Schedule. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Local Government Unit Of Bulawan Sr., Lupi, Camarines Sur Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 21 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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 The Barangay Local Government Unit Of Bulawan Sr., Lupi, Camarines Sur 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 February 25, 2025-march 04, 2025 From Given 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 Five Hundred Pesos Only (php500.00). 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 Barangay Local Government Unit Of Bulawan Sr., Lupi, Camarines Sur Will Not Hold A Pre-bid Conference For This Procurement. 7. Bids Must Be Duly Received By The Bac Secretariat Of Bulawan Sr. Through 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 15. 9. Bid Opening Shall Be On March 05, 2025; One O’clock In The Afternoon (1:00 P.m.) At The Barangay Hall, Bulawan Sr., Lupi, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 10. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Revised Implementing Rules And Regulation (r-irr) As Amended. The Complete Schedule Of Activities Is Listed, As Follows: Activity Schedule 1. Posting February 25, 2025-march 04, 2025 2. Issuance Of Bid Documents February 25, 2025-march 04, 2025 3. Pre-bid Conference None 4. Opening Of Bids March 05, 2025 - 1:00 P.m. 5. Bid Evaluation March 06, 2025 6. Post Qualification March 10, 2025 7. Notice Of Award March 11, 2025 11. No Other Necessary Information Deemed Relevant By The Procuring Entity Of Blgu-bulawan Sr., Lupi, Camarines Sur. 12. The Barangay Local Government Unit Of Bulawan Sr., Lupi, Camarines 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 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. 13. The Barangay Local Government Unit Of Bulawan Sr. Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bid. Approved By: _____________________ Bac Chairperson Date Of Invitation: February 25, 2025 (solicitation No. 2025-07b) Specifications 1) Name Of Project: Road Opening And Graveling Of Barangay Roads-2nd Schedule Location: Bulawan Sr., Lupi, Camarines Sur Item No. Name Of Item Quantity Unit Statement Of Compliance I Clearing And Excavation 1200 Cu.m. Ii Gravelling Of Road 40 Cu.m.
Closing Soon4 Mar 2025
Tender AmountPHP 274.8 K (USD 4.7 K)
City Of Baton Rouge Parish Of East Baton Rouge Tender
Others
United States
Details: Notice To Proposers Notice Is Hereby Given That Sealed Bids Will Be Received By The City Of Baton Rouge And The Parish Of East Baton Rouge Purchasing Division Until 2:00 Pm Cst On March 18, 2025 In Room 826, Of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 For: Rfp 2025-04-7710 – Disaster Debris Management And Monitoring Services A Mandatory Pre-proposal Conference Will Be Held In-person On March 6, 2025 At 10:00 Am. The Mandatory Pre-proposal Conference Will Be Conducted At City Hall, 222 Saint Louis Street, Baton Rouge, La 70802 In Conference Room 802. Attendance At The Pre-proposal Conference Is Required To Receive An Award For This Project. Copies Of The Request For Proposal May Be Obtained From Lapac (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspbid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) Or By Email Request To: 7010disasterdebrissvcs@brla.gov. *note: The City-parish Has Elected To Use Lapac, The State’s Online Electronic Bid Posting And Central Bidding Notification System, In Addition To Its Standard Means Of Advertising This Requirement. Lapac Is Resident On State Purchasing’s Website At Https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm And Is Available For Vendor Self-enrollment. Note: This Rfp Is Not Available To Submit Online Via Central Bidding; Submissions Must Be Mailed Or Hand Delivered To The Address Mentioned In The Rfp. In That Lapac And Central Bidding Provides An Immediate E-mail Notification To Subscribing Bidders That A Solicitation And Any Subsequent Addenda Have Been Let And Posted, Notice And Receipt Thereof Is Considered Formally Given As Of Their Respective Dates Of Posting. Though Not Required If Receiving Solicitation And Addenda Notices From Lapac And Central Bidding The City-parish Will Email Addenda To All Vendors Contacting Our Office And Requesting To Be Put On Our Office Vendor Listing For This Solicitation. The Deadline For Receiving Written Inquiries Is March 7, 2025 At 5:00 Pm Cst. Proposals Received After The Above Specified Time Will Not Be Considered. Proposals Will Be Opened Immediately After Proposal Opening Time In Room 806, Of City Hall. All Interested Parties Are Invited To Be Present. Teleconference Call-in Information For Public Access To Rfp Opening: Join By Phone: +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 This Teleconference Number Will Provide You With Live Audio Access To This Proposal Opening. The Teleconference Will Be Live Only At The Noted Rfp Opening Time On The Date Of Rfp Opening. The Right To Reject Any And All Proposals And To Waive Irregularities And Informalities Is Reserved. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The City-parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 25% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening.
Closing Date18 Mar 2025
Tender AmountRefer Documents
Province Of Antique Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description The Province Of Antique Through The 20% Nta-cy 2024 (social Development Sector) To Apply The Sum Of One Million Two Hundred Eighty One Thousand Three Hundred Forty Eight Pesos And Eighty Four Centavos 1, 281, 348.84) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Planning And Project Development Research Learning Hub (san Jose, Antique). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Antique Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Seventy Five (75) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project, Within Five (5) Years From The Date Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Province Of Antique And Inspect The Bidding Documents At The Address Given Below From 8: 00 A.m.-5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025. From Given Address And Website/s Below, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Province Of Antique Will Hold A Pre-bid Conference1 On 2: 00 P.m., March 4, 2025 At 2 Nd Floor, Gov. Enrique A. Zaldivar Memorial Building, Pgso, San Jose, Antique And/or Through Videoconferencing/webcasting Via Google Meet Video Call Link: Https://meet.google.com/gci-ybgi-mqw Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 2: 00 P.m March 18, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 2:00 P.m. March 18, 2025 At The Given Address Below 2 Nd Floor, Gov. Enrique A. Zaldivar Memorial Building, Pgso, San Jose, Antique. Bids Will Be 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 6 Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity And/or Through Videoconferencing/webcasting Via Google Meet Video Call Link: Https://meet.google.com/gci-ybgi-mqw 10. The Province Of Antique Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Only The Bona Fide Representative Of The Prospective Bidder Shall Be Allowed To Purchase And Drop The Bidding Documents Duly Supported By Spa For Single Proprietorship And Secretary’s Certificate For Corporation. 12. Attached Brochure If Applicable. 13. Break Down All Materials Needed In The Items Of Work (detailed Estimate). 14. For Further Information, Please Refer To: Enp. Bienvinido E. Nallos, Jr., Mpa Pgdh (ppdc)/ Head-ppmu/bacsech 2nd Floor Gov. Enrique A. Zaldivar Memorial Bldg. (pgso) New Capitol, San Jose De Buenavista, Antique 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www. Antique.gov.ph Atty. Nery G. Duremdes Provincial Administrator Bac-chairman
Closing Date18 Mar 2025
Tender AmountPHP 1.2 Million (USD 22.1 K)
Municipality Of Mariveles, Bataan Tender
Healthcare and Medicine
Philippines
Details: Description 1. The Lgu-mariveles, Through The Budget Of The Contract Approved By The Sanggunian Of 2025 Intends To Apply The Sum Of Three Hundred Fifteen Thousand Pesos (php315,000.00) Being The Abc To Payments Under The Contract For Purchase Of Autoclave Machine For Dental, Rhu 3 & Bemonc. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-mariveles Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required To Be Completed Within 15 Days After The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 3 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 Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. 4. Prospective Bidders May Obtain Further Information From Secretariat Office/procurement Unit, Municipal Hall Compound Mariveles, Bataan And Inspect The Bidding Documents At The Address Given Below During 8: 00a.m-5:00p.m., Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 Until 10:00a.m. Of March 17, 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 Amount Of Five Hundred Pesos (php500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 12nn Of March 17, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 17, 2025 At 2:00 P.m. At The Bac Conference Room, Municipal Hall Compound. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Lgu-mariveles 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. 10. For Further Information, Please Refer To: Secretariat Office/procurement Unit Lgu – Mariveles Municipal Hall Compound Poblacion Mariveles, Bataan Tel. No. (047) 935-4620 Email Address: Lgu_bacmariveles@yahoo.com.ph 11. You May Visit The Website For Downloading Bidding Documents: Marivelesbataan.gov.ph
Closing Soon5 Mar 2025
Tender AmountPHP 315 K (USD 5.4 K)
General Composites Private Limited Tender
Auction
Real Estate Service
India
Details: Land &building Approx. 42,200 Sq Meters Land Village Lahe, Survey No. 208, 302 & 303, Nr. Vikas Industries, Mumbai – Agra National Highway, Taluka Shahapur, Dist Thane, Mh Industrial Building Of R.c.c. & A.c. Shed Type Approx. Area 2974 Sq. Mtr. & Plant & Machinery And Financial Assets & Securities : For Assets Description Refers To E Auction Document On E-auction Website I.e. Https://nesl.co.in/auction-notices-under-ibc/ Or Through E Mail : Dpsampat@sampatassociates.in;ip.generalcpl@gmail.com
Closing Date18 Mar 2025
Tender AmountINR 149.9 Million (USD 1.7 Million)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid For Basic Infrastructure Program (bip) - Bip- Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/ Facilities - Construction Of Road, Brgy. Sta Isabel, Dinalupihan, Bataan - Contract Id No. 25co0070 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25co0070: Basic Infrastructure Program (bip) - Bip- Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/ Facilities - Construction Of Road, Brgy. Sta Isabel, Dinalupihan, Bataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Basic Infrastructure Program (bip) - Bip- Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/ Facilities - Construction Of Road, Brgy. Sta Isabel, Dinalupihan, Bataan Contract Id No. : 25co0070 Locations : Dinalupihan, Bataan Scope Of Works : Roads (concrete) Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 90 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c&d”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 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 – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 – March 17, 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 Php 5,000.00. 7. 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 That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On March 4, 2025 – 9:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarters, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), 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_bataan3@dpwh.gov.ph) For Electronic Submission From February 25, 2025 To March 17, 2025 Before 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 17, 2025 At 10:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarters, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b) (ii) C) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Revised Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 25, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Chairperson
Closing Date17 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Del Norte 2nd District Engineering Office Regional Office Ix Sta. Isabel, Dipolog City Invitation To Bid For Rehabilitation/major Repair Of Road Slope Protection Structure - Sindangan-siayan-dumingag-mahayag Rd (sindangan-siayan Sect) - K1945+370 - K1945+400 The Department Of Public Works And Highways, Zamboanga Del Norte 2nd District Engineering Office, Through The Fy 2025 General Appropriations Act (ra 12116) Intends To Apply The Sum Of Four Million Nine Hundred Thousand Pesos (php 4,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25jc0043: Rehabilitation/major Repair Of Road Slope Protection Structure - Sindangan-siayan-dumingag-mahayag Rd (sindangan-siayan Sect) - K1945+370 - K1945+400. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Public Works And Highways, Zamboanga Del Norte 2nd District Engineering Office Now Invites Bids For The Hereunder Procurement Project. Project Name : Rehabilitation/major Repair Of Road Slope Protection Structure - Sindangan-siayan-dumingag-mahayag Rd (sindangan-siayan Sect) - K1945+370 - K1945+400 Contract Id : 25jc0043 Location : Siayan, Zamboanga Del Norte Scope Of Work : Rehabilitation Of Road Slope Protection With Steel H-pile Foundation. Abc : Four Million Nine Hundred Thousand Pesos (php 4,900,000.00) Total Contract Duration : 91 Calendar Days No. Of Pre-determined Unworkable Days : 17 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For General Engineering (ge-1), Road. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post Qualification. Information On Registration Can Be Obtained From The Procurement Service During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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), Updated As Of 19th Of July 2024, Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Zamboanga Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At The Procurement Unit Office, Dpwh - Zdn 2nd Deo, Sta. Isabel, Dipolog City, Zamboanga Del Norte During Weekdays From 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 From Given Address And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php. 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person For Bids Submitted Manually Or Through Email Specified Below For Bids Submitted Electronically. The Department Of Public Works And Highways, Zamboanga Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On March 05, 2025, 9:00 A.m. At Procurement Unit Office, Dpwh - Zdn 2nd Deo, Sta. Isabel, Dipolog City, Zamboanga Del Norte And Live-streamed Via Youtube: Https://www.youtube.com/@dpwh.zdn2deo, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Clause 17. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Procurement Unit Office, Dpwh - Zdn 2nd Deo, Sta. Isabel, Dipolog City, Zamboanga Del Norte, Or (ii) Online/electronic Submission As Indicated Below On Or Before March 17, 2025, 10:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On March 17, 2025, 10:00 A.m. At The Procurement Unit Office, Dpwh - Zdn 2nd Deo, Sta. Isabel, Dipolog City, Zamboanga Del Norte And Live-streamed Via Youtube: Https://www.youtube.com/@dpwh.zdn2deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. If At The Time Of The Post-qualification Procedure, The Bac Verifies That The Bidder Has Any Of The Deficiencies, Enumerated In Section 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Due To The Contractor's Fault Or Negligence, The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. The Department Of Public Works And Highways, Zamboanga Del Norte 2nd 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 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. For Further Information, Please Refer To: Ma. Erma F. Otic Head, Procurement Unit Dpwh Zdn 2nd Deo Brgy. Sta. Isabel, Dipolog City Otic.ma_erma@dpwh.gov.ph Tel. No. 065-908-288 Jose Teovy S. Ochotorena Bac, Chairperson Chief, Construction Section Dpwh Zdn 2nd Deo Brgy. Sta. Isabel, Dipolog City Ochotorena.jose_teovy@dpwh.gov.ph Tel. No. 065-908-28 You May Visit The Following Websites/links Or Scan The Qr Code Below: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Https://notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_zamboangadelnorte2@dpwh.gov.ph For Downloading Ded Plans, Abc And Boq: Https://tinyurl.com/25jc0043 For Downloading Editable Copies Of Prescribed Bidding Forms: Https://tinyurl.com/civilworksforms Date Of Issue: February 25, 2025 S (jose Teovy S.ochotorena ) ̅ Bac Chairperson
Closing Date17 Mar 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
91-100 of 10000 active Tenders