Website Tenders

Website Tenders

Department Of Public Works And Highways Tender

Philippines
Closing Date18 Mar 2025
Tender AmountPHP 88.2 Million (USD 1.5 Million)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Eighty-eight Million Two Hundred Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0092 – Construction Of Road At Jct. Provincial Road, Sitio Sta. Cruz To Sitio Kikipot, Brgy. Talahiron, Kibawe, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road At Jct. Provincial Road, Sitio Sta. Cruz To Sitio Kikipot, Brgy. Talahiron, Kibawe, Bukidnon Contract Id # : 25kb0092 Locations : Kibawe, Bukidnon Scope Of Works : The Project Involves The Construction Of A Road Using Plain Cement Concrete Pavement (pccp) With A Specified Thickness Of 0.28 Meters And A Width Of 6.10 Meters, Spanning A Total Length Of 1.90 Kilometers. It Also Includes The Provision Of A 2.0-meter-wide Paved Shoulder. Additionally, The Scope Comprises The Installation Of Reinforced Concrete Box Culverts (rcbc) With Pipe End Structures, Reinforced Concrete Piep Culverts (rcpc) For Cross-drainage, And The Provision Of Grouted Riprap-class A For The Lined Canal. Approved Budget For The Contract : Php 88,200,000.00 Contract Duration : 315 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of A (medium B) For General Engineering/ge-1 (road, Highways, Pavement, Etc.). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays 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 22, 2025 To March 18, 2025, Until 8:30 Am 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 50,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On March 03, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before March 18, 2025 At 9:30 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. 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 18, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (february 21, 2025) Mario C. Callao Bac Vice Chairperson 09153362400 Email Ad> Callao.mario@dpwh.gov.ph

Baguio General Hospital And Medical Center Tender

Philippines
Closing Date17 Mar 2025
Tender AmountPHP 175 Million (USD 3 Million)
Details: Description Ib No. 2025-004 Bac I Invitation To Bid For The One (1) Lot Labor And Materials For The Proposed Bghmc Multi-specialty Center Building Phase Iii 1. The Baguio General Hospital And Medical Center, Through The Government’s Appropriation’s Act (gaa) Intends To Apply The Sum Of One Hundred Seventy-five Million Pesos (php 175,000,000.00) Being The Abc To Payments Under The Contract For Ib No. 2025-004 Bac I. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Baguio General Hospital And Medical Center Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Three Hundred Ninety (390) Calendar Days Inclusive Of Fifty (50) Calendar Days Predetermined Unworkable Conditions Due To Weather From The Effectivity Of The Contract With Sectional Completion Of Works As Stipulated On The Special Conditions Of Contract. 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 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 Bghmc Bac I/procurement Management Office And Inspect The Bidding Documents At The Address Given Below From, 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21, 2025 Until March 17, 2025, 9:00 Am 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Or Through Electronic Means. Project/s Total Abc Cost Of Bidding Documents One (1) Lot Labor And Materials For The Proposed Bghmc Multi-specialty Center Building Phase Iii Php 175,000,000.00 Php 50,000.00 6. The Baguio General Hospital And Medical Center Will Hold A Pre-bid Conference On March 3, 2025, 9:30 Am At The Bac/pmo Office, 4/f Psychiatry Building, Bghmc And/or Through Video Conferencing Or Webcasting Via Webex Meeting Which Shall Be Open To Prospective Bidders. Pre-bid Conference Meeting Information Meeting Link: Https://baguiogen.webex.com/baguiogen/j.php?mtid=md495be0f3129c42ab0fdc50f71edf3a9 Meeting Number: 2565 947 6882 Password: Hnsbdpwg839 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address, Online Or Electronic Submission As Indicated Below, Before March 17, 2025, 9:00 A.m. Philippine Standard Time (pst). Late Bids Shall Not Be Accepted. Manual Submission Of Bids: Bids And Awards Committee (bac) Office/ Procurement Management Office (pmo), 4th Floor, Psychiatry Building, Bghmc, Governor Pack Road, Baguio City Submission Of Electronic Bids Should Be Uploaded In The Link Provided In The Bidding Documents. The Bidder Should Provide The Password During The Opening Of Bids. Failure To Provide The Password During Bid Opening Shall Be Ground For Disqualification. Bghmc Online Link: Https://forms.gle/xw1mptqxvfoxtbqz6 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. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security, In An Amount Not Less Than The Required Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (not Less Than The Required Percentage Of The Abc) 1. Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. Two Percent (2%) 2. Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. 3. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) 9. Bid Opening Shall Be On March 17, 2025, 9:30 A.m. At The Bac/pmo Office, 4/f Psychiatry Building, Bghmc And/or Via Webex Meeting. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bid Opening Conference Meeting Information Meeting Link: Https://baguiogen.webex.com/baguiogen/j.php?mtid=mbcf7e4163cc05aa434c1cd72298a3436 Meeting Number: 2568 659 8568 Password: Npyba72bqm8 Name Template For On-line Suppliers/bidders: Company Name_authorized Representative 11. The Baguio General Hospital And Medical Center (bghmc) 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. 12. For Further Information, Please Refer To: Edison Morales Head, Bac I Secretariat Bids And Awards Committee (bac) I Office/ Procurement Management Office (pmo) 4th Floor, Psychiatry Building, Bghmc, Governor Pack Road, Baguio City Bac1@bghmc.doh.gov.ph Tel Number.: 074 661-7909 Loc. 5100-5102 Website: Bghmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.bghmc.doh.gov.ph For Online Bid Submission: Https://forms.gle/xw1mptqxvfoxtbqz6 February 21, 2025 -sgd- Dennis M. Dominguez, Md Bac I Chairperson

Department Of Science And Technology Region Ix Tender

Philippines
Closing Date3 Mar 2025
Tender AmountPHP 199.6 K (USD 3.4 K)
Details: Description Republic Of The Philippines Department Of Science And Technology Regional Office No. Ix Pettit Barracks, Zamboanga City Tel. No. 062 991-1024; 992-1114 Invitation To Bid Supply And Delivery Of Reference Books For The Laboratory Pr-25-02-0066 The Department Of Science And Technology Regional Office No. Ix Hereinafter Referred To As The “purchaser” Now Requests For The Submission Of Price Quotations For The “invitation To Bid” For The “supply And Delivery Of Reference Books For The Laboratory” Specified Below: 1 Lot Reference Books • Official Methods Of Analysis Of Aoac International: 3-volume Set (the Official Methods Of Analysis Of Aoac International) Twenty-second Edition, Complete Volume • Standard Method For The Examination Of Water And Wastewater, Co-published By American Public Health Association, Water Environment Federation, And American Water Works Association: 1-volume, 24th Edition, Complete Volume Quotations Must Be Delivered At The Address Above Or Email To Dost9.procurement.02@gmail.com No Later Than 03 March 2025. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. Bid/quotation May Be Typewritten And May Be Placed In A Sealed Envelope Marked “supply And Delivery Of Reference Books For The Laborator” Pr-25-02-0066. The Purchaser Reserves The Right To Accept Or Reject Any Quotation And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. All Inquiries Shall Be Directed To The Bac Secretariat At Tel. No. (062) 991-1024. This Announcement Is Also Posted On The Dost-ix Website At Http://region9.dost.gov.ph And In The Philippine Government Electronic Procurement System (geps). The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Omnibus Sworn Statement C) Accomplished Supplier Information Sheet Along With Its Required Attachments (sgd) Bac Chairman Department Of Science And Technology Regional Office No. Ix Pettit Barracks, Zamboanga City

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender

Philippines
Closing Date13 Mar 2025
Tender AmountPHP 29.3 Million (USD 508.2 K)
Details: Description Invitation To Bid For Construction Of Flood Control Structure Along Casili Creek, Caloocan City (phase 4) 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 29,399,012.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0209 - Construction Of Flood Control Structure Along Casili Creek, Caloocan City (phase 4) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0209 Contract Name And Location : Construction Of Flood Control Structure Along Casili Creek, Caloocan City (phase 4) Brief Description : Construction Of Flood Control Structure Approved Budget For The Contract (abc) : Php 29,399,012.90 Source Of Funds : Fy 2025 Gaa Contract Duration : 270 Calendar Days Cost Of Bidding Documents : Php 25,000.00 Pcab License Size Range : Small B Pcab License Category/classification : C & D 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. Interested Bidders May Obtain Further Information From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela City During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22, 2025 To March 13, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of March 13, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On March 3, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, 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. 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_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before March 13, 2025, 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 15. 11. Bid Opening Shall Be On March 13, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, 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) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Dpwh-metro Manila 3rd District Engineering Office 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. 14. The Dpwh-ncr-metro Manila 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Rejeane G. Mangulabnan / Jessel Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: February 22, 2025 Dpwh-infr-04-2016

John Hay Management Corporation Tender

Philippines
Closing Date4 Mar 2025
Tender AmountPHP 70 K (USD 1.2 K)
Details: Description Please See The Attached Request For Quotation (rfq) For The Details Of This Procurement/project. For More Procurement Opportunities Visit Our Website At Www.jhmc.com.ph. Thank You.

Veterans Federation of the Philippines Tender

Philippines
Closing Date31 Mar 2025
Tender AmountPHP 26 Million (USD 449.8 K)
Details: Description Procurement Of Security Services For Vfp-hq And Vfpic 1. The Veterans Federation Of The Philippines, Through The Corporate Budget For 2025 Intends To Apply The Sum Of Twenty Six Million Twenty Three Thousand One Hundred Pesos And 06/100 (₱26,023,100.06) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Security Services For Vfp-hq And Vfpic. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity: One (1) Lot Item/description: Procurement Of Security Services For Vfp-hq And Vfpic Approved Budget For The Contract: ₱26,023,100.06 Price Of Bid Documents (non-refundable): ₱25,000.00 Delivery Date: 01 May 2025 To 30 April 2026 The Schedule Of Bidding Activities Is As Follows: Activities Schedule Pre-bid Conference: Monday, 17 March 2025, 2:30 Pm Deadline Of Submission: Monday, 31 March 2025, 12:00 Pm Opening/ Evaluation Of Bids: Monday, 31 March 2025, 1:00 Pm 2. The Veterans Federation Of The Philippines Now Invites Bids For The Above Multi-year Procurement Project. Procurement Of Security For Vfp-hq And Vfpic Is From 01 July 2025 To 30 June 2026. Fifty Eight (58) Security Guards To Be Deployed At The Industrial Complex, Taguig City, And Three (3) Security Guards To Be Deployed At Vfp Headquarters, Villegas St., Ermita, Manila. Bidders Should Have Completed, Within The Last 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. 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 Veterans Federation Of The Philippines And Inspect The Bidding Documents At The Address Given Below At Gatpuno Villegas St. Ermita Manila From Monday To Friday Between 9:00am To 3:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 24 February 2025 From The Given Address And Website(s) Below Veterans Federation Of The Philippines, Gatpuno Villegas St., Ermita Manila, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00) Non-refundable. The Procuring Entity Shall Allow The Bidder To Present In Person Or Through Email Its Proof Of Payment For The Fees. 6. The Vfp-bac Will Hold A Pre-bid Conference In Vfp Conference Room On 17 March 2024, 11:00 Am At Gatpuno Villegas St. Ermita Manila. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 31 March 2025, 12:00 Pm. 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 31 March 2025, 1:00 Pm At The Given Address Below At Veterans Federation Of The Philippines Conference Room, Gatpuno Villegas St., Ermita Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders Shall Be In Face To Face Attendance To Ensure Transparency Of The Proceeding. Bidders Are Advised To Coordinate With The Vfp-bac Secretariat For Further Details. 10. The Veterans Federation 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.

City Of Antipolo Tender

Philippines
Closing Date4 Mar 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description Full Meals Rooms Function Area Transportation T-shirt Other Materials For Activity Invitation To Bid For Expenses For Barangay Dalig Team Building 2025 1. The Barangay Government Of Dalig, Antipolo City, Through The General Fund Intends To Apply The Sum Of One Million Pesos Only (p1,000,000.00) Being Approved Budget For The Contract (abc) For Procurement Of Supply And Delivery Of Expenses For Barangay Dalig Team Building 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Dalig, Antipolo City Now Invites Bids For Expenses For Barangay Dalig Team Building 2025. Delivery Of Goods Is Required 10 Days After Award Of Contract. 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 Non- Discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (r.a 9184), Otherwise Known As The “ Government Procurement Reform Act”. 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 And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Barangay Government Of Dalig, Antipolo City And Inspect Bidding Documents At The Address Given Below From 8am To 5pm From Monday To Friday. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 22 To March 4, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p 1,000.00). It May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidder Shall Pay Nonrefundable Fee For The Bidding Documents Not Later That The Submission Of Bids. 5. Bids Must Be Delivered To The Address Below On Or Before March 4, 2025 At 8:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash Of Manager’s Check (2% Of Abc) Or Surety Bond Abc). Pre-bid Opening Shall Be On March 3, 2025 At 9:00 O’clock In The Morning At Session Hall Of Barangay Dalig, Antipolo City. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. 6. Bid Opening Shall Be On March 4, 2025 At 9:00 O’clock In The Morning At The Session Hall Of Barangay Hall Of Dalig, Antipolo City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Barangay Government Of Dalig, Antipolo City, Reserves The Right To Accept Or Reject, To Annul The Bidding Process, And To Reject All Bids And May Not Award The Contract Without Incurring Liability And Make No Assurance That A Contract Shall Be Entered Into As A Result Of The Bidding When The Funds Of The Program/projects/activity Has Been Withheld Or Reduced Through No Fault Of Barangay Government Of Dalig At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Information, Please Refer To Ms. Mary Grace B. Valle Bid And Awards Committee Secretariat Barangay Treasurer Milagros Subd. Brgy. Dalig, Antipolo City Antipolo City, 1870 Telephone No.: 401-32-84 Hon. Raquel M. Leis Bac Chairman

Municipality Of Antipas, Cotabato Tender

Philippines
Closing Date17 Mar 2025
Tender AmountPHP 1.8 Million (USD 31.1 K)
Details: Description Republic Of The Philippines Province Of Cotabato Municipality Of Antipas Bids And Awards Committee Invitation To Bid For Construction Of One (1) Storey Crisis Center 1. The Municipal Government Of Antipas, Through The Budget Approved By The Sanggunian, Intends To Apply The Sum Of One Million Eight Hundred Thousand Pesos (php1,800,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of One (1) Storey Crisis Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Antipas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety (90) 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 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 The Municipal Government Of Antipas And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22 To March 17, 2025 From The Given Address Below And At The Website Of The Philippine Government Electronic Procurement System (philgeps) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Municipal Government Of Antipas Will Hold A Pre-bid Conference On March 3, 2025 At 11:00 A.m At Mpdo, Municipal Hall, Antipas, Cotabato, 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 11:00 A.m Of March 17, 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 15. 9. Bid Opening Shall Be On March 17, 2025 At 11:00 A.m At Mpdo, Municipal Hall, Antipas, Cotabato. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of Antipas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Noemi S. Reyes Bac Chairman Mpdo, Municipal Hall, Antipas, Cotabato Mobile #: 09399390176 Email Add.: Lgubac@yahoo.com

MUNICIPALITY OF SILAGO, Tender

Philippines
Closing Date14 Mar 2025
Tender AmountPHP 351 K (USD 6 K)
Details: Description Republic Of The Philippines Province Of Southern Leyte Municipality Of Silago Bids And Awards Committee Invitation To Bid For Procurement Of Tables And Chairs For Various Events Of The Local Government Unit Of Silago The Local Government Unit Of Silago, Province Of Southern Leyte, Through The Mto – Capital Outlay, Intends To Apply The Sum Of Three Hundred Fifty-one Thousand Pesos (p351,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Tables And Chairs For Various Events Of The Local Government Uint Of Silago Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Lgu Of Silago Now Invites Bids For The Procurement Of Tables And Chairs For Various Events Of The Local Government Uint Of Silago With Contract No. 2025 Goods – No. 11. Delivery Of The Goods Is Required Within A Contract Duration Of 5 Days. 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. 2. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 3. Interested Bidders May Obtain Further Information From The Lgu Of Silago, Southern Leyte And Inspect The Bidding Documents At The Address Given Below During Office Hours From. 8:00am To 5:00pm A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22, 2025 – March 14, 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 Five Hundred Pesos - (p500.00). 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. 4. The Lgu Of Silago Will Hold No Pre-bid Conference. 5. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 Am On March 14, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 14, 2025 At 9:00 Am At The New Conference Room, Silago, Southern Leyte. 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. 6. The Lgu Of Silago 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. 7. For Further Information, Please Refer To: Bernardo O. Saturinas Municipal Budget Officer/ Bac Chairman Lgu-silago, So. Leyte, 6607 Contact No. 09305525336 Email Ad.: Bernardsaturinas@yahoo.com Bernardo O. Saturinas Bac Chairperson

Department Of Social Welfare And Development Region X Tender

Philippines
Closing Date17 Mar 2025
Tender AmountPHP 6.1 Million (USD 105.6 K)
Details: Description Invitation To Bid For Secondary Internet Service Subscription For Dswd Field Office X And Sub-regional Offices 1. The Department Of Social Welfare And Development Field Office X Through The Gaa 2025 Intends To Apply The Sum Of Six Million One Hundred Nine Thousand Two Hundred Twenty Four Pesos (php 6,109,224.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Secondary Internet Service Subscription For Dswd Field Office X And Sub-regional Offices Under Ib No. 2025-02-12. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dswd Fo X Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Shall Be In Accordance With Section Vi (schedule Of Requirements). Prospective Bidders Must Have Completed A Similar Contract Within The Preceding Two (2) Years, A Single Contract Equivalent To At Least Fifty Percent (50%) Of The Approved Budget Cost Per Lot To Be Bid. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. (i) 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 5183. 4. Interested Bidders May Obtain Further Information From Dswd Fo X Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays (except Holidays) From 8:00 Am - 5:00 Pm Starting 24 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 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 Ten Thousand Pesos Only (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through E-mail During The Conduct Of Bid Opening. 6. The Dswd Fo X Will Hold A Virtual Pre-bid Conference Through Videoconferencing Via Google Meet (https://meet.google.com/ecy-cmma-sho) On 03 March 2025, 02:00 Pm Onwards, 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 17 March 2025, 09:00 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. Virtual Bid Opening Through Videoconferencing Via Google Meet Shall Be On 17 March 2025, 02:00 Pm. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Links Will Be Provided Upon Submission Of Bid Documents. 10. Each Bidder Shall Submit One (1) Original And Two (2) More Duplicate Copies Of Its Bid, Which Shall Be Properly Sealed And Marked, To Wit:  Original Bid (blue Envelope) Enclose The Original Eligibility And Technical Documents In One Sealed Envelope Marked “original – Technical Component” And The Original Financial Component In Another Sealed Envelope Marked “original – Financial Component”. Seal Both Envelopes In An Outer Envelope Marked “original Bid”  Copy 1 (red Envelope) Enclose The Certified True Copies Of Eligibility And Technical Documents In One Sealed Envelope Marked “copy 1 – Technical Component” And The Certified True Copies Of Financial Component In Another Sealed Envelope Marked “copy 1 – Financial Component”. Seal Both Envelopes In An Outer Envelope Marked “copy 1”.  Copy 2 (yellow Envelope) Enclose The Certified True Copies Of Eligibility And Technical Documents In One Sealed Envelope Marked “copy 2 – Technical Component” And The Certified True Copies Of Financial Component In Another Sealed Envelope Marked “copy 2 – Financial Component”. Seal Both Envelopes In An Outer Envelope Marked “copy 2”. The Original Bid, Copy 1, And Copy 2 Envelopes, Shall Then Be Contained In One Envelope (overall Bid Component Envelope) Duly Marked And Sealed. All Envelopes Shall:  Be Addressed To: The Chairperson Bids And Awards Committee Department Of Social Welfare And Development Fo X Masterson Ave., Upper Carmen, Cagayan De Oro City  Bear A Warning “do Not Open Before: ……” Stating The Date & Time For Opening Of Bids In Accordance With The Itb  Prospective Bidder Is Requested To Indicate A Label Or Tab Marking On Each Technical And Financial Documents Required To Be Submitted.  Please See Annex A For The Detailed Illustrations Of The Sealing And Marking Of Bids. Non-conformity To The Foregoing Shall Be A Ground For Disqualification. 11. To Resolve Cases Where There Is An Occurrence Of A Tie Among Bidders, I.e., Two Or More Of The Bidders Have Been Post-qualified As The Lowest Calculated Responsive Bid (lcrb), The Dswd Fo X Shall Resort To A Non-discretionary And Non-discriminatory Measure Such That The Same Is Based On Sheer Luck Or Chance As Per Gppb Circular No. 06-2005 "tie-breaking Method". 12. After The Opening And Evaluation Of Bids, The Bac, Its Staff And Personnel, The Secretariat And Technical Working Group (twg), As Well As Observers, Are Prohibited From Communicating In Any Way With Any Bidder Regarding The Evaluation Of Their Bids Until The Issuance Of A Notice Of Award (noa). However, The Bac, Through Its Secretariat, May Ask In Writing The Bidder For Clarification Of Its Request. All Responses To Requests For Clarification Shall Be In Writing. 13. The Dswd Fo X 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: Atty. Justine Phillip O. Tadeo Head, Bac Secretariat Dswd Field Office X Masterson Avenue, Upper Carmen, Cagayan De Oro City Tel No. (088) 858-6333 Local 102 Mobile No. 09754860960 Bac.fo10@dswd.gov.ph 15. You May Visit The Following Websites For Downloading Of Invitation To Bid: Www.philgeps.gov.ph Or Https://fo10.dswd.gov.ph/ 21 February 2025 Bellene L. Ahmad Chairperson, Bids And Awards Committee
111-120 of 10000 active Tenders