Website Tenders
Website Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 144.7 Million (USD 2.5 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0079 : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Completion Of Multi Purpose Building (covered Court), Ppo Compound, City Of San Fernando, Pampanga 25cg0080 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage System, San Antonio, Arayat, Pampanga 25cg0081 : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Construction (completion) Of Multi-purpose Building (phase 2), Barangay Potrero, Bacolor, Pampanga 25cg0082 : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Rehabilitation/ Completion Of Multi-purpose Building (covered Court) Arayat Nhs, Arayat, Pampanga 25cg0083 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Roads, Cabalantian, Bacolor, Pampanga 25cg0084 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Roads, Brgy. Calibutbut, Bacolor, Pampanga 25cg0085 : Asset Preservation Program: Rehabilitation / Reconstruction/ Upgrading Of Damaged Paved Roads – Tertiary Roads – Tulauc – Sto. Domingo Rd – K0060 +920 – K0061 +158 25cg0086 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction (completion) Of Road With Slope Protection Works, Barangay Anac – Sta. Lucia Wakas, Masantol, Pampanga 25cg0087 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road With Slope Protection Works, Sitio Pena, Barangay Sua, Masantol, Pampanga 25cg0088 : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Flood Mitigation Structures Protecting Major / Strategic Public Buidlings / Faculties – Rehabilitation Of Flood Control Structure Along Pampanga River (phase I) At Barangay Consuelo, Macabebe, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0079 1,980,000.00 Gaa 2025 25cg0080 4,950,000.00 Gaa 2025 25cg0081 4,950,000.00 Sr2025-02-004515 25cg0082 4,950,000.00 Gaa 2025 25cg0083 9,900,000.00 Gaa 2025 25cg0084 9,900,000.00 Gaa 2025 25cg0085 14,249,200.00 Gaa 2025 25cg0086 39,600,000.00 Gaa 2025 25cg0087 99,000,000.00 Gaa 2025 25cg0088 144,750,000.00 Gaa 2025 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works Contract Id No. : 25cg0079 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Completion Of Multi Purpose Building (covered Court), Ppo Compound, City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Completion Of Multi Purpose Building (covered Court) Approved Budget For The Contract : Php 1,980,000.00 Contract Duration : 94 Calendar Days Contract Id No. : 25cg0080 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage System, San Antonio, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Rehabilitation Of Roads Including Drainage System Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 48 Calendar Days Contract Id No. : 25cg0081 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Construction (completion) Of Multi-purpose Building (phase 2), Barangay Potrero, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Construction (completion) Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 121 Calendar Days Contract Id No. : 25cg0082 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Rehabilitation/ Completion Of Multi-purpose Building (covered Court) Arayat Nhs, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Rehabilitation/ Completion Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 80 Calendar Days Contract Id No. : 25cg0083 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Roads, Cabalantian, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Construction Of Roads Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 62 Calendar Days Contract Id No. : 25cg0084 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Brgy. Calibutbut, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Construction Of Road Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 64 Calendar Days Contract Id No. : 25cg0085 Name Of Contract : Asset Preservation Program: Rehabilitation / Reconstruction/ Upgrading Of Damaged Paved Roads – Tertiary Roads – Tulauc – Sto. Domingo Rd – K0060 +920 – K0061 +158 Locations : San Simon, Pampanga Scope Of Works : Rehabilitation / Reconstruction/ Upgrading Of Damaged Paved Roads Approved Budget For The Contract : Php 14,249,200.00 Contract Duration : 84 Calendar Days Contract Id No. : 25cg0086 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction (completion) Of Road With Slope Protection Works, Barangay Anac – Sta. Lucia Wakas, Masantol, Pampanga Locations : Masantol, Pampanga Scope Of Works : Construction (completion) Of Road With Slope Protection Works Approved Budget For The Contract : Php 39,600,000.00 Contract Duration : 215 Calendar Days Contract Id No. : 25cg0087 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road With Slope Protection Works, Sitio Pena, Barangay Sua, Masantol, Pampanga Locations : Masantol, Pampanga Scope Of Works : Construction Of Road With Slope Protection Works Approved Budget For The Contract : Php 99,000,000.00 Contract Duration : 226 Calendar Days Contract Id No. : 25cg0088 Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Flood Mitigation Structures Protecting Major / Strategic Public Buidlings / Facilities – Rehabilitation Of Flood Control Structure Along Pampanga River (phase I) At Barangay Consuelo, Macabebe, Pampanga Locations : Macabebe, Pampanga Scope Of Works : Rehabilitation Of Flood Control Structure Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 351 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “b” For Contract Id No. 25cg0079 - 25cg0085, & Medium “a” For Contract Id No. 25cg0086 - 25cg0088. 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 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. 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 To 34.3(b)(li)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr 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. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24, 2025 – March 18, 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: Contract Id No. Cost Of Bidding Documents (php) 25cg0079 5,000.00 25cg0080 5,000.00 25cg0081 5,000.00 25cg0082 5,000.00 25cg0083 10,000.00 25cg0084 10,000.00 25cg0085 25,000.00 25cg0086 25,000.00 25cg0087 50,000.00 25cg0088 50,000.00 8. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On March 04, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. 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. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before March 18, 2025, 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. 12. Bid Opening Shall Be On March 18, 2025 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, 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. 13. The Dpwh- Pampanga 1st 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29
Province Of Davao Del Sur Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 3.5 Million (USD 60.4 K)
Details: Description Invitation To Bid (ib) No. C-058-25 One Job Order For The Improvement Of Farm To Market Road (fmr) Located At Mabuhay, Bansalan, Davao Del Sur All In Accordance To Plans, Specifications And Scope Of Work And The Green Procurement Policy As Adopted By Executive Order No. 30 Series Of 2019 1.the Provincial Government Of Davao Del Sur, Through The Cy 2025 - 20% Development Fund Intends To Apply The Sum Of P3,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ib No.c-058-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Provincial Government Of Davao Del Sur Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 86 Calendar Days 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 (ra) No. 9184. 4.interested Bidders May Obtain Further Information From Provincial Government Of Davao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m., Monday To Friday: Engr. Shiela Mae A. Zapanta, Mpa Administrative Officer Iv Head, Bac Secretariat For Infrastructure Projects Room 16, Provincial Capitol Building, Matti, Digos City, Davao Del Sur 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25- March 18, 2025, At The Procurement Management Office Room 16 (bac Secretary For Infrastructure Projects), Executive Building, Capitol Compound, Barangay Matti, Digos City, Davao Del Sur With The Official Website Https://davaodelsur.gov.ph/ Upon Accomplishing A Bidder’s Assessment Slip Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Of P5,000.00. The Provincial Government Of Davao Del Sur Through The Bids And Awards Committee Shall Allow The Bidder To Present Its Proof Of Payment (official Receipt) For The Fees. Said Proof Of Payment Shall Be Presented In Person To The Bac Secretariat At The Procurement Management Office. 6.the Provincial Government Of Davao Del Sur Will Hold A Pre-bid Conference On March 04, 2025, 9:00 A.m. At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidder. 7.bids Must Be Duly Received By The Bac Secretariat At The Following Through Manual Submission. Late Bids Shall Not Be Accepted. advance Dropping (before March 18, 2025) – Room 16, Procurement Management Office (infrastructure Projects), Capitol Building, Matti, Digos City. date Of Opening (march 18, 2025), Before 9:00 A.m.) – At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidders. 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 March 18, 2025 At 9:00 A.m., At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidders. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.process As To Purchase Of Bidding Documents: A.a Special Power Of Attorney From The Proprietor Of The Company Or A Secretary’s Certificate If Corporation, Shall Be Presented In Case The Latter Opted To Send Representative/s In His/her Behalf. B. The Bidder Shall Accomplish A Bidder’s Assessment Slip To Be Signed By The Bac Secretariat, Bac Chairperson Or Bac Vice-chairperson In Absence Of The Former, And The Head Of The Procuring Entity. C.payment Of Bidding Documents Fee At The Provincial Treasurer’s Office. D.presentation Of The Official Receipt To The Procurement Management Office For The Release Of The Bidding Documents. Preparation Of Bidding Documents: A.two-envelope System: A.1 Envelope 1 – Eligibility/technical Documents In 3 Sets, Book Bound, And With Proper Tabbing. A.2 Envelope 2 – Financial Documents In 3 Sets Book Bound, And With Tabbing. However, If It Will Not Exceed 10 Pages, The Bidder May Book Bound Or Securely Stapled. B. Any Document Submitted, Not Book-bound And Less Than Three (3) Sets, Shall Be Rejected Outright. C.envelope 1 And Envelope 2 Shall Be Placed In One Mother Envelope. Please See Bid Data Sheet For Further Instruction. 11.the Provincial Government Of Davao Del 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. 12.for Further Information, Please Refer To: The Bac Chairperson Provincial Government Of Davao Del Sur Contact No: 09487685848 Email Address: Sbacdavaodelsur@gmail.com Engr. Shiela Mae A. Zapanta, Mpa Head, Bac Secretariat For Infrastructure Projects Pgo – Procurement Management Office Office Of Bac Secretariat For Infrastructure Projects Room 16, Provincial Capitol Building, Matti, Digos City, Davao Del Sur Contact No: 09487685848; Email Address: Sbacdavaodelsur@gmail.com 13.you May Visit The Website, Www.davaodelsur.gov.ph, For Downloading Of Bidding Documents. Dessamie Buat- Sanchez, Cpa, Jd Provincial Budget Officer Bac Chairperson February 24 , 2025
Jackson Public Schools Tender
Others
United States
Closing Date24 Mar 2025
Tender AmountRefer Documents
Details: Jackson Public School District Business Office Post Office Box 2338 662 S. President Street, Jackson, Mississippi Telephone: 960-8799 ( Fax Number: 960-8967 Advertisement Request Name: Company: Fax No. Mary Or Caroline Clarion-ledger 601-961-7033 Or 1-888-516-9220 Ext. 3302 Katrina Jackson Advocate 601-948-4122 Jackie Hampton Mississippi Link 601-368-8481 Latisha Landing Ms Development Authority 601-359-5290 P. O. 570225 - The Clarion-ledger Acct. 1011620 P. O. 570226 - Jackson Advocate P. O. 570227 - Mississippi Link Notice: Please Email Invoices Electronically For Payments To Michele Mays At Mmays@jackson.k12.ms.us Or Tequia Odom At Todom@jackson.k12.ms.us Proof Of Publications Are To Be Mailed To Jpsd Attention: Michele Mays Or Tequia Odom Clarion Ledger Tuesday, February 18, 2025 & Tuesday, February 25, 2025 Jackson Advocate Thursday, February 20, 2025 & Thursday February 27, 2025 Ms Link: Thursday, February 20, 2025 & Thursday February 27, 2025 Opening Date/time Monday, March 24, 2025 @ 10:00 A.m. Rfp 2025-03 Mass Communications And Data Integration I Hereby Certify That The Above Legal Ad Was Received. Newspaper: _______________________________ Signed: ___________________________________________ Date: _________________________ Advertisement For Rfp 2025-03 Mass Communications And Data Integration Electronic Rfp Proposals For The Above Rfp Will Be Received By The Board Of Trustees Of The Jackson Public School District, In The Business Office, 662 South President Street, Jackson, Mississippi, Until 10:00 A.m. (local Prevailing Time), Monday, March 24, 2025, At 10:00 A.m. Which Time And Place They Will Be Publicly Opened And Read Aloud. A Pre-bid Conference Concerning This Project Will Be Held At Via Teams (see Below For Link) Friday, March 07, 2025, At 10:00 A.m. Attendance At The Pre-bid Conferences Is Non-mandatory But Strongly Encouraged. Please See The Link Below. Join Via Teams Https://teams.microsoft.com/l/meetup-join/19%3ameeting_mtmxmtgwndatmgvjoc00ogi4ltg0otatyzdlyjeyowu5yzi2%40thread.v2/0?context=%7b%22tid%22%3a%22b0d7dadf-39df-4e2c-8ff6-f5256d542f94%22%2c%22oid%22%3a%2286627f22-2fef-4b6f-8dd6-4c8b69bbf1de%22%7d Please Email Todom@jackson.k12.ms.us Us To Ensure Your Spot In The Pre-bid Conference. It Is Imperative To Have This Information Before The Meeting To Confirm Your Attendance. The Board Of Trustees Reserves The Right To Reject All Rfps, Waive Informalities, And Withhold The Acceptance Of Any Rfp If Approved Forty-five Calendar Days From The Date Rfps Are Opened. There Are Two (2) Options In Which Rfp Proposals May Be Obtained. Download From Central Bidding Website At Www.centralbidding.com For A Small Fee Of $49.99 Or Visit Jpsd Website At Www.jackson.k12.ms.us And Download. Vendors Must Be Registered With Central Bidding In Order To Electronically Upload Rfps Proposals At No Cost. For Any Questions Concerning The Process, Or How To Register, Please Contact Central Bidding At 225-810-4814. All Hand-delivered Proposals Must Be Delivered Before The Opening Time (local Prevailing Time) And The Date The Bid Is Scheduled To Open. These Deliveries Are To Be Made To The Business Services Office At 662 South President Street, Jackson, Ms 39201. Performance Dates: Advertise: 18 February 2025 (clarion); 20 February (jackson Advocate, Ms Link) Advertise: 25 February 2025 (clarion); 27 February (jackson Advocate, Ms Link) Pre-bid Conference: 07 March 2025 (teams) Final Date For Questions: 17 March 2025 Bid Opening Day: 24 March 2025 10:00 Am Local Time Vendors May Be Notified Of Board Review And Potential Award After The Bid Date Clarion Ledger Tuesday, February 18, 2025 & Tuesday, February 25, 2025 Jackson Advocate: Thursday, February 20, 2025 & Thursday February 27, 2025 Mississippi Link Thursday, February 20, 2025 & Thursday February 27, 2025
Tuguegarao City Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 282.6 K (USD 4.8 K)
Details: Description The Barangay Caggay, Through The 20% Development Fund Cy 2025 Intends To Apply The Sum Of Two Hundred Eighty Two Thousand Six Hundred Forty Nine Pesos And Forty Centavos (₱282,649.40) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Street Lights Along Purok 1-7, Caggay, Tuguegarao City. Pb-inf-2025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Barangay Caggay Now Invites Bids For Installation Of Street Lights Along Purok 1-7, Caggay, Tuguegarao City. Completion Of The Works Is Required Within 60 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. 2. 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 Barangay Caggay And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, On Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25 - March 5, 2025 From The Address Below Upon Payment Of Five Hundred Pesos (₱500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Barangay Caggay Will Hold A Pre-bid Conference On February 28, 2025 @ 10:00 Am At Barangay Hall Caggay, Tuguegarao City, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 6, 2025 @ 9:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. 7. Opening Shall Be On March 6, 2025 @ 1:00 Pm At Barangay Hall Caggay, Tuguegarao City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. 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. The Barangay Caggay 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. 10. For Further Information, Please Refer To: Jacquelyn M. Camarao Bac Secretariat Barangay Hall, Caggay, Tuguegarao City Ramil B. Calubaquib Bac-chairperson Bid And Awards And Committee Barangay Kagawad Caggay, Tuguegarao City
National Irrigation Administration Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 1.4 Million (USD 25.4 K)
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2024 Intends To Apply The Sum Of One Million Four Hundred Seventy Five Thousand Pesos (p 1,475,000.00) Being The Approved Budget For The Contract (abc) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Goods-ncb-cbimo-1-25 Name Of Project : Iguig- Alcala-amulung Pump Irrigation System Location : Amulung Cagayan Description Of Project : Supply And Delivery Of Solar Batteries For Iguig- Alcala-amulung Pump Irrigation System, Amulung Cagayan Approved Budget For The Contract : Php 1,475,000.00 Fund Source : Omnispis 2024 Contract Duration : 45 C.d. Bid Documents Fee : Php 5,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. 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, Instruction To Bidders (itb). 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 National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 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 As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On March 07, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 19, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 19, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within February 25, 2025 To March 18, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph February 24, 2025 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
MUNICIPALITY OF DUPAX DEL SUR Tender
Agriculture or Forestry Works
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 898.4 K (USD 15.5 K)
Details: Description 1. The Municipality Of Dupax Del Sur, Through The General Fund 2024 Intends To Apply The Sum Of Php 898,400.00 Being The Abc To Payments Under The Contract For Supply And Delivery Of Farm Inputs (seeds And Pesticides) For The Farmers Of Dupax Del Sur. Procurement Project / Identification Number: [title] And The Abc And Description Per Lot Are Detailed As Follows: Lot No. Description Approved Budget For The Contract (abc) 1 Vegetable Seeds (high Value Commercial Crops Dev’t Program) 399,200.00 2 Vegetable Seeds (rehabilitation And Recovery From Disaster) 200,000.0 3 Pesticide (hvccdp And Rpep) 299,200.00 Total Abc: 898,400.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Dupax Del Sur Now Invites Bids For The Supply And Delivery Of Farm Inputs (seeds And Pesticides) For The Farmers Of Dupax Del Sur. Delivery Of The Goods Is Required With In The Contract Duration Of Forty-five (45) Days Upon Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Two (2) 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 At Municipality Of Dupax Del Sur And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm Monday To Friday 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25 2025 From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, The Cost Of The Bidding Documents Shall Correspond The Abc Range As Indicated In The Table Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Municipality Of Dupax Del Sur Will Hold A Pre-bid Conference On March 11 2025 At 1:30 Pm At Sb Session Hall, Legislative Building, Municipal Compound, Dupax Del Sur, Nueva Vizcaya {[insert If Applicable] And/or Through Video Conferencing Or Webcasting Via [insert Website, Application Or Technology To Be Used].}, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 18 2025 At 11:00 Am Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 18 2025 At 1:30 Pm At Procurement Office, 2nd Floor, New Lgu Building, Municipal Compound, Dupax Del Sur, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Any Case Of The Above Dates Is Declared A Special Non-working Holiday, It Will Automatically Be Reset On The Next Schedule Of Opening Of Bids. 11. The Municipality Of Dupax Del 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Soon27 Feb 2025
Tender AmountRefer Documents
Details: This Is Not A Solicitation Announcement. This Is A Sources Sought Synopsis Only. The Purpose Of This Synopsis Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Hub Zone, 8(a), Small Disadvantage Business, Woman-owned, Small Business, Or Large Business) Relative To Nacis 811210 (size Standard Of 500 Employees). Responses To This Synopsis Will Be Used By The Government To Make Appropriate Acquisition Decisions. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses To The Solicitation Announcement. all Interested Offerors Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Sources Sought Announcement. The Louis Stokes Cleveland Va Medical Center Is Seeking Sources For A Five-year Contract That Can Provide On-site Full Maintenance Of Government Owned Automatic Doors And Roll-up Doors At The Cleveland Va Medical Center (10701 East Blvd Cleveland, Oh 44106). .
response To This Notice Should Include A Capability Statement, And Three (3) Customer References To Which You Have Provided Similar Services For. Responses Should Also Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Is This Product Or Service Available Under A Federal Supply Schedule (gsa)? If Yes, Please Provide The Contract Number. (2) Do You Manufacture Or Directly Provide These Services? If Teaming, Please Provide A Copy Of Your Teaming Agreement. If Subcontracting, Please Include The Name Of The Subcontractor. (3) Is Your Business Large Or Small? (4) If Small, Does Your Firm Qualify As A Small, Emerging Business, Or Small Disadvantaged Business? (5) If Disadvantaged, Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act. (6) Is Your Firm A Certified Hub Zone Firm? (7) Is Your Firm A Woman-owned Or Operated Business? (8) Is Your Firm A Certified Service-disabled Veteran Owned Small Or Veteran Owned Small Business? (9) Is Your Firm Registered On The System Award Management (sam) Website? responses To This Notice Shall Be Emailed To Roman Savino At Roman.savino@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received In Writing No Later Than 12:00 Pm On 2/27/2025. This Notice Is To Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued It Will Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. Responses To This Sources Sought Is Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
City Of Koronadal, South Cotabato Tender
Others
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 20.1 Million (USD 347.5 K)
Details: Description Invitation To Bid For The Procurement For The Supply & Delivery Of School Supplies For Kinder, Elementary & Senior High School Students, City Of Koronadal 1. The City Government Of Koronadal, Through The Special Education Fund 2025, Intends To Apply The Sum Of Twenty Million, One Hundred-seven Thousand, Eight Hundred Thirty-seven Pesos & 50/100 (php 20,107,837.50), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot For The Procurement For The Supply & Delivery Of School Supplies For Kinder, Elementary & Senior High School Students, City Of Koronadal With Project Identification Number: Itb-kor: 25-03-0045 Sef. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Koronadal, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within The Maximum Of Seven (7) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Ten (10) 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Interested Bidders May Obtain Further Information From City Government Of Koronadal And Inspect The Bidding Documents At The Address Given Below During Office Hours From 25 February 2025 To 12:00 Nn, 18 March 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders During Office Hours From 25 February 2025 To 12:00 Nn, 18 March 2025 From The Given Address And Website 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 Twenty-five Thousand Pesos (php 25,000.00). 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 City Government Of Koronadal Will Hold A Pre-bid Conference On 04 March 2025, 2:00 Pm At The Bids And Award Committee (bac) Office, 3f, Room 301, New City Hall, Purok Villegas, Brgy. Zone Iii, City Of Koronadal, Which Shall Be Open To All Prospective Bidders. Subject To The Availability Of Internet, Bidders Who Will Opt To Attend The Pre-bid Conference Via Zoom Teleconference May Connect Using The Following Link And Details: Zoom Link: Https://us02web.zoom.us/j/81221623083?pwd=qqz57axd8b4w1qh0oxnl5snrl29twn.1 Meeting Id: 812 2162 3083 Passcode: 332628 7. Bids Must Be Duly Received By The Bac Secretariat At The Office Address Indicated Below Through Manual Submission And/or Online Or Electronic Submission On Or Before 18 March 2025, 12:00 Nn. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 18 March 2025, 02:00 Pm At The Bids And Award Committee (bac) Office, 3f, Room 301, New City Hall, Purok Villegas, Brgy. Zone Iii, City Of Koronadal. Philippine Standard Time (pst) Observed At The Bac Office Shall Be Followed As The Official Time. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Online Bid Documents Shall Be Sent Thru Electronic Mail @ Lgubackor@gmail.com ; All Documents Should Be In A Portable Document Format (.pdf) File Format; Maximum Document Resolution Is 240 Dpi (dots Per Inch) Compressed In A Password Encrypted File Compression Programs Stated Below: - Winzip - Winrar Online Submission Of Bids Is Allowed Provided That It Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Nonresponsive And, Thus, Automatically Disqualified. Subject To The Availability Of Internet, Bidders Who Will Opt To Attend The Bid Opening Via Zoom Teleconference May Connect Using The Following Link And Details: Zoom Meeting: Https://us02web.zoom.us/j/81996396645?pwd=zjsxvjem2zwtclg2xuhlms7m0yd6ad.1 Meeting Id: 819 9639 6645 Passcode: 956250 10. The City Government Of Koronadal 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. 11. For Further Information, Please Refer To: Ms. Arlene P. Ayoyon Supervising Administrative Officer Head- Bac Secretariat Bids And Awards Committee (bac) Office 3/f, Room 301, New City Hall, Purok Villegas, Brgy. Zone Iii, City Of Koronadal Tel. No. (083) 228-1737 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.philgeps.gov.ph For Online Bid Submission, Email Us At: Lgubackor@gmail.com For Use Of Official Bidding Forms And Templates, Download It At: Https://www.gppb.gov.ph/downloadable-forms Sgd Ar. En.p. Marvin V. Alegria, Fuap, Piep Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 9.6 Million (USD 166.7 K)
Details: Description Invitation To Bid For Construction Of Road At Barangay Masulog, La Castellana, Negros Occidental 1. The Dpwh, Negros Occidental 2nd District Engineering Office Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 9,650,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gl0131 - Construction Of Road At Barangay Masulog, La Castellana, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Negros Occidental 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road At Barangay Masulog, La Castellana, Negros Occidental Contract Id No. : 25gl0131 Locations : La Castellana, Negros Occidental Scope Of Works : Concreting Of 488.00 L.m. Portland Cement Concrete Pavement With A Width Of 2.50m In Both Lanes And A Thickness Of 230 Mm, With Shoulder, And Slope Protection On Selected Areas Approved Budget For The Contract : Php 9,650,000.00 Contract Duration : 50 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d / Size Range Small B 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 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 The Dpwh, Negros Occidental 2nd District Engineering Office And Inspect The Bidding Documents At Binalbagan, Negros Occidental During Weekdays From 8:00 A.m. To 5:00 P.m.. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25 - 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 10,000.00. 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 Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh, Negros Occidental 2nd District Engineering Office Will Hold A Pre-bid Conference On March 05, 2025, 9:30 A.m. At Bac Conference Room, Dpwh-negros Occidental 2nd Deo, Binalbagan, Negros Occ., 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_negrosoccidental2@dpwh.gov.ph For Electronic Submission On Or Before March 17, 2025, 9:30 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 March 17, 2025, 10:30 A.m. At Bac Conference Room, Dpwh-negros Occidental 2nd Deo, Binalbagan, Negros Occ.. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh, Negros Occidental 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Glory June T. Maravilla Head, Procurement Unit Dpwh, Negros Occ. 2nd Deo Tel. No.: 034-3888256 Loc. 60014 Maravilla.glory_june@dpwh.gov.ph For Downloading Of Bidding Documents: Dpwh.gov.ph Or Https://notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_negrosoccidental2@dpwh.gov.ph Dates Of Publication Philgeps & Dpwh Website : February 25 - March 17, 2025 ___________________________________ Engr. Marjorie G. Diño Bac-chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0341: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Construction Of Road, Sitio Ballit, Barangay Manarang, Vintar, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,931.88 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0341: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Construction Of Road, Sitio Ballit, Barangay Manarang, Vintar, Ilocos Norte Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 71 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; <15m; Allowable Range Of Contract Cost Up To Php 30m. 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. 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 To 34.3(b)(ii)(c) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr 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. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025- March 18, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On March 4, 2025, 10:00 A.m. At 2nd Floor Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 18, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 18, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 25, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
91-100 of 10000 active Tenders