Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Rehabilitation/ Reconstruction Of Damaged Paved Along Maimbung - Parang Road, Maimbung, Sulu 1. The Dpwh Regional Office Ix Through The Gop Cy 2024 Intends To Apply The Sum Of Php24,125,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24j00308. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Regional Office Ix Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation/ Reconstruction Of Damaged Paved Along Maimbung - Parang Road, Maimbung, Sulu Contract Id No. : 24j00308 Locations : Maimbung, Sulu Scope Of Works : Rehabilitation/ Reconstruction Of Damaged Paved Road Approved Budget For The Contract : Php24,125,000.00 Contract Duration : 100 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C And D For General Engineering. 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. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ix And Inspect The Bidding Documents At Veterans Avenue Extension, Tetuan, Zamboanga City During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 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 ₱25,000.00. 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 Regional Office Ix Will Hold A Pre-bid Conference On February 27, 2025 (2:00pm) At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga City, 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_r9@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 11, 2025 At 10:00am At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga 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. 12. The Dpwh Regional Office Ix 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. 13. For Further Information, Please Refer To: Jasmen J. Pablo, Mpa Engineer Iii Acting Head, Procurement Unit 062-975-6739 Pablo.jasmen@dpwh.gov.ph
Closing Date11 Mar 2025
Tender AmountPHP 24.1 Million (USD 417 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Combined Synopsis-solicitation 2 description (i) This Is A Combined Synopsis/solicitation For Exterior Window Cleaning And Sealing At James A. Haley Veterans Hospital (jahvh), Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. (ii) The Solicitation Number Is 36c24825q0371 And Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 , Effective 1/17/2025. (iv) This Solicitation Is For A 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Set Aside With Associated Naics Code 561790 - Other Services To Buildings And Dwellings Has A Small Business Size Standard Of $9.0 Million. The Fsc/psc Is Z1az - Maintenance Of Other Administrative Facilities And Service Buildings. this Solicitation Will Use Comparative Evaluation. Award Will Be Made To The Offeror Determined To Be Acceptable, Price Reasonable, And Is Determined To Best Value To The Government; All Eligible Offerors May Submit Quotes. to Be Considered As A Service-disabled Veteran Owned Small Business (sdvosb), Prospective Offerors Shall Be A Verified Sdvosb In The Veteran Small Business Certification (vetcert) Pages Veteran Small Business Certification (vetcert)https://veterans.certify.sba.gov/ At The Date And Time Set For Receipt Of Offers. responses Shall Be On All Or None Basis, No Partial Submissions Will Be Accepted. Quote Must Be Valid For 90 Days. All Offerors Must Be Registered In System For Award Management (sam) At Https://www.sam.gov At Time Offers Are Due To Be Considered For An Award Of A Federal Contract. Registration Must Be Complete And Not Missing Elements Such As Representations And Certifications. (v) All Interested Companies Shall Provide Quotations For The Following Line-item Numbers (lins): item Number description Of Supplies/services quantity unit unit Price amount 0001 1.00 jb __________________ __________________ window Exterior Cleaning And Caulking Service For Building 38 At The James A. Haley Veterans Hospital (jahvh). Equipment Will Include Rope And Weighted Rig Descending From Roof. principal Naics Code: 561790 - Other Services To Buildings And Dwellings product/service Code: Z1az - Maintenance Of Other Administrative Facilities And Service Buildings (vi) Jahvh Is Seeking To Receive Window Exterior Cleaning And Caulking Service. (vii) Place Of Performance/place Of Delivery james A. Haley Veterans Hospital (jahvh) 13,000 Bruce B. Down Blvd. tampa, Fl 33612-4745 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/ (viii) The Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (x) Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. unique Entity Identifier (uei). Applies To All Quotes That Exceed The Micro-purchase Threshold, And Quotes At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Quoter Must Enter, In The Block With Its Name And Address On The Cover Page Of Its Quote, The Annotation "unique Entity Identifier" Followed By The Unique Entity Identifier That Identifies The Quoters Name And Address. The Quoter Also Must Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Uei. The Suffix Is Assigned At The Discretion Of The Quoter To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpartâ  32.11) For The Same Entity. If The Quoter Does Not Have A Uei, It Should Contact The Entity Designated At Www.sam.gov For Uei Establishment Directly To Obtain One. The Quoter Should Indicate That It Is A Quoter For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Uei. (ix) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: evaluation Approach: The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: technical Acceptability: Quote Will Be Evaluated To Determine If The Vendor Provides A Sound, Compliant Approach That Meets The Requirements Of The Performance Work Statement (pws) And Demonstrates A Thorough Understanding Of The Requirements. The Technical And Management Approach Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Below Section Of The Solicitation. acceptable - Quote Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable - Quote Does Not Clearly Meet The Minimum Requirements Of The Solicitation. appropriate Consideration Will Be Given To The Following: a. Technical And Management Approach Quoters Shall Provide A Brief Detailed Plan No More Than 10 Pages Describing A Full Understanding Of The Requirements Of This Performance Work Statement (pws). Quoters Has A Clear And Effective Approach. b. Contractor Qualification - Quoters Shall Provide Their Qualification/certifications Detailing At Least Two Years Successful Experience And/or Operation In The Industry Under Contracts In Similar Size And Scope. past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/ ; Or Any Other Reasonable Basis. The Government May Rely On Internal Documentation Including Contract Performance Assessment Reporting System (cpars) For Supply Being Acquired To Determine Past Performance. If No Record Of Past Performance Is Found In Cpars, The Quoter Shall Not Receive A Favorable Or Unfavorable Rating But Shall Receive A Rating Of Neutral. price: Price Shall Be Submitted Using On The Vendor S Own Form. The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. the Following Contract Clauses Apply To This Acquisition: (xi) Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services . The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: far Number title date 52.203-17 contractor Employee Whistleblower Rights nov 2023 52.204-9 personal Identity Verification Of Contractor Personnel jan 2011 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 852.203-70 commercial Advertising may 2018 852.204-70 personal Identity Verification Of Contractor Personnel may 2020 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation) jan 2023 852.215-71 evaluation Factor Commitments oct 2019 (end Of Clause) va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (nov 2022) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That - (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73 Or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73 Or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror's Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee: _______________________________ printed Title Of Signee: _______________________________ signature: _______________________________ date: _______________________________ company Name And Address: _____________________________________________________________________ (xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020) 52.204-7 System For Award Management (oct 2018) 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (oct 2015) 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (oct 2015) 52.219-8 Utilization Of Small Business Concerns (sep 2023) 52.219-28 Post Award Small Business Program Representation (jul 2013) 52.222-3 Convict Labor (jun 2003) 52.222-19 Child Labor--cooperation With Authorities And Remedies (feb 2016) 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (apr 2015) 52.222-35 Equal Opportunity For Veterans (jun 2020) 52.222-36 Equal Opportunity For Workers With Disabilities (jul 2014) 52.222-37 Employment Reports On Veterans 52.222-41 Service Contract Labor Standards (aug 2018) 52.222-50 Combating Trafficking In Persons (mar 2015) 52.222-54 Employment Eligibility Verification (may 2022) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) 52.225-3 Buy American--free Trade Agreements--israeli Trade Act (may 2014) 52.225-13 Restrictions On Certain Foreign Purchases (june 2008) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran Representation And Certifications (jun 2020) 52.232-33 Payment By Electronic Funds Transfer System For Award Management 852.203-70 Commercial Advertising (jan 2008) 852.232-72 Electronic Submission Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution (oct 2018) 852.233-71 Alternate Protest Procedure (oct 2018) 852.237-70 Contractor Responsibilities 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (xiii) All Responses Must Include Verification That Each Specification Outlined In The Line Items, Pws, And Any Relevant Attachments Is/are Met. (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Quoter Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. the Government Reserves The Right To Make No Award If Quote Does Not Meet The Requirements Of This Solicitation. contractor Is Responsible For Correct Wage Title Classifications Of Their Employees And Compliance With All Applicable Wage And Hour Laws. the Dol Wage Determination For The Specific Locality Applies To This Solicitation And Any Contract Awarded Is Available At Https://beta.sam.gov/ Please Note The Listing Below Is Not All-inclusive Wage Determination Of Each Area Of Performance. It Is The Contractor S Responsibility To Obtain And Evaluate Each Wage Determination Locality. florida Counties Of Hernando, Hillsborough, Pasco, Pinellas Wage wage Determination No.: 2015-4571 revision No.: 25 date Of Last Revision: Dec 23, 2024 the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. submission Of Quotes. Quote Should Be Submitted As One Combined Pdf Document At Or Before The Exact Time Specified In Due Date Of This Solicitation By Email To The Point Of Contact Listed Below To Include: a Quote On Company Letterhead And Any Needed Attachments. Quotes Must Be Submitted On The Vendor S Own Form. To Include (limitation Of Subcontracting Certification) provide Contractor Name, Uei#, Address, Point Of Contact(s) Name, Phone, And Email. If Not The Manufacturer, Then An Authorized Distributor Letter Needs To Be Provided With Your Quote In Order To Be Considered For The Award (if Applicable). prices Need To Include Any Fob Destination Shipping Cost. The Government Is Requesting Discounts, Notate Any Discounts. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. there Are No Additional Contract Requirements, Terms, Or Conditions. (xiv) The Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. (xv) Quotes Must Be Emailed To Walida.mooresaintil@va.gov And Received No Later Than 2/21/2025 15:00 Pm Est On The Close Date. (xvi) Point Of Contact: Contact Walida Moore-saintil At Walida.mooresaintil@va.gov ; No Phone Calls Will Be Accepted. No Lates Will Be Accepted. end Of Document see Attached Document: Attachment 1 - Pws
Closing Soon21 Feb 2025
Tender AmountRefer Documents 

BARANGAY BALZAIN EAST TUGUEGARAO CITY CAGAYAN Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Barangay Balzain East (centro 11) Tuguegarao City, Cagayan Pb-inf-004-2025 Invitation To Bid For: Installation Of Streetlights 1. The Barangay Balzain East (centro 11), Through Barangay Fund From 20% Economic Development Fund Cy 2025 Amounting To One Hundred Fifty Thousand Pesos (php150,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Streetlights. Bid Received In Excess Of The Abc Shall Be Automatically Rejected In The Bid Opening. 2. The Barangay Balzain East (centro 11) Now Invites Bids For Installation Of Streetlights. Completion Of The Improvement Required Within 30 Days. Bidders Should Have Completed A Contract Similar To The Procurement. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In, Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorship’s, 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 Centro 11 And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, On Weekdays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19-march 5, 2025 From The Address Below Upon Payment Of Non-refundable Fee Five Hundred Pesos (php500.00). 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. 6. Bids Must Be Duly Received By The Bac Chairman At The Address Below On Or Before March 5, 2025 @ 5:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. 7. Bid Opening Shall Be On February 20, 2025 @ 8:00 Am At Barangay Hall Centro 11, Tuguegarao City. Bids Will Be Opened In The Presence Of The Bidders’ Representative 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 Form And In The Amount Stated In Itb Clause 15. 9. The Barangay Balzain East (centro 11) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Now 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: Ma. Loreto S. Acuña Bac Secretariat Barangay Hall, Centro 11, Tuguegarao City Leonardo C. Gramaje Bac-chairperson Bid And Awards And Committee Barangay Kagawad Centro 11, Tuguegarao City Pre-bid Conference Date Time Venue 20/02/2025 08:00:00 Am Balzain East (centro 11) Barangay Hall Tuguegarao City
Closing Date5 Mar 2025
Tender AmountPHP 150 K (USD 2.5 K)

Municipality Of Tabuelan, Cebu Tender

Others
Philippines
Details: Description Republic Of The Philippines Municipality Of Tabuelan Invitation To Bid The Philippine Government Electronic Procurement System Office – Procurement Service Invites Philgeps Registered Suppliers To Bid For The Hereunder Items Attached: Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. The Complete Set Of Bidding Documents May Be Purchased At The Bac Office Of Municipality Of Tabuelan Upon Payment Of The Non-refundable Price Of Bid Documents Indicated Above. The Bidding Documents May Also Be All Be Open To All Interested Parties; However, Only Those Who Have Purchased The Bidding Documents May Participate In The Discussion At The Said Conference. The Bidders Shall Drop Their Duly Accomplished Eligibility Requirements, Technical And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Above-mentioned Address. Interested Bidders May Obtain Further Information From The Philgeps Bac Secretariat At Telephone Number 324-4499 During Office Hours Or Visit The Website At Www.philgeps.gov.ph. The Philgeps Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. Philgeps Further Reserves The Right To Reject Any And All Proposals, Or Declare A Failure Of Bidding, Or Not Award The Contract, And Makes No Assurance That Contract Shall Be Entered Into As A Result Of This Invitation Without Thereby Incurring Any Liability In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Obtain Further Information Thru The Bac Secretariat – Leo B. Mediana With The Cellphone 09683924100
Closing Date12 Mar 2025
Tender AmountPHP 1.9 Million (USD 33.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation To Bid (cw-02-2025-011) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Major/strategic Public Buildings/facilities, Construction Of Multi-purpose Building (city Hall), Lipa City, Batangas Contract Id No. : 25dd0246 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 54 Sets Obelisks Including Structural Works And Finishing Works Approved Budget For The Contract : Php 96,500,000.00 Source Of Funds : Sr2025-02-001769 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Bridge Program, Widening Of Permanent Bridges, Bulacnin Br. 1 (b03069lz) Along Lipa-balete Rd Contract Id No. : 25dd0247 Project Location : Lipa City, Batangas Scope Of Works : Widening Of 65.00 L.m. 3-span Bridge With Width Of 6.27m At Both Side Using Combination Of Type Iii Pscg & Rcdg And 0.80m Dia. & 1.20m Dia. Bored Pile Foundation Including Road Approaches Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2025-02-001157 Contract Duration : 246 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Bugtong Na Pulo Elementary School, Barangay Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 25dd0248 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 4sty16cl School Building (46.00m X 9.50m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Cctv System, Fire Alarm System, Auxiliary Works, Construction Of Power House (3.50m X 2.80m), Handwashing On Both Sides And Demolition Approved Budget For The Contract : Php 69,300,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of The Multi-purpose Building At Barangay Poblacion, San Juan, Batangas Contract Id No. : 25dd0249 Project Location : San Juan, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (second Floor & Roof Deck - 31.00m X 27.00m & 14.00m X 13.00m) Including Structural Works, Architectural Works, Plumbing Works, Finishing Hardware, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 69,300,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, Barangay Marawoy, Lipa City, Batangas Contract Id No. : 25dd0250 Project Location : Lipa City, Batangas Scope Of Works : Completion Of Three (3) Storey Multi-purpose Building (43.84m X 23.74m) Including Finishing Works, Plumbing Fixtures, Fire Protection Works, Aiconditioning System, Auxiliary Works, Cistern Tank And Pump House Approved Budget For The Contract : Php 64,350,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 225 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building Including Facilities At Batangas State University Lipa City Campus, Barangay Marawoy, Lipa City, Batangas Contract Id No. : 25dd0251 Project Location : Lipa City, Batangas Scope Of Works : Completion Of Three (3) Storey Multi-purpose Building (43.84m X 23.74m) Including Finishing Works, Plumbing Fixtures, Fire Protection Works, Aiconditioning System, Auxiliary Works, Cistern Tank And Pump House Approved Budget For The Contract : Php 64,350,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 225 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Barangay Hall At Barangay Talisay, Lipa City, Batangas Contract Id No. : 25dd0252 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Barangay Hall (16.50m X 9.50m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Mechanical Works And Demolition Approved Budget For The Contract : Php 44,550,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Talaibon, Ibaan, Batangas Contract Id No. : 25dd0253 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 4sty20cl School Building (55.00m X 9.50m) Including Structural Works (foundation To Second Floor Slab), Electrical Works, Plumbing Works, Tile Works, Painting Works, Installation Of Doors & Windows, Finishing Hardware, Chb Works, Plastering Works And Demolition Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay 7, Lipa City, Batangas Contract Id No. : 25dd0254 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (23.00m X 9.50m) Including Structural Works, Plumbing Works, Sanitary Works, Electrical Works, Installation Of 1-100kva Transformer, Mechanical Works, Airconditioning System, Water Pumping System, Architectural Works, Railings, Tile Works, Painting Works And Demolition Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 240 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay San Lucas, Lipa City, Batangas Contract Id No. : 25dd0255 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (covered Court) Including Installation Of Wood Flooring System, Installation Of 3-75kva Transformer, Auxiliary Works, Airconditioning System And Extension Of Building Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Padre Valerio Memorial Elementary School, Barangay 1, Lipa City, Batangas Contract Id No. : 25dd0256 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey School Canteen (30.00m X 6.00m) Including Structural Works, Architectural Works, Finishing Works, Plumbing Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 15,840,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Barangay Aguila, San Jose, Batangas Contract Id No. : 25dd0257 Project Location : San Jose, Batangas Scope Of Works : Construction Of Covered Court With Ramp (34.00m X 20.50m) Including Removal Of Trees Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Sr2025-02-001828 Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Inosluban-marawoy Elementary School, Barangay Inosluban, Lipa City, Batangas Contract Id No. : 25dd0258 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Admin Building (8.50m X 11.50m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-37.5kva Transformer, Mechanical Works, Airconditioning System, Water Pumping System And Demolition Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Drainage Structure, Barangay Lumbang, Lipa City, Batangas Contract Id No. : 25dd0259 Project Location : Lipa City, Batangas Scope Of Works : Construction 805.00 L.m. - 910mm Dia. Rcpc Drainage Structure Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 142 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Lumbang Integrated National High School, Barangay Lumbang, Lipa City, Batangas Contract Id No. : 25dd0260 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (12.90m X 10.30m) Including Structural Works, Architectural Works, Plumbing Works, Mechanical Works, Electrical Works And Demolition Of Existing One (1) Storey Building Approved Budget For The Contract : Php 12,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Box Culvert, Sitio Camarin, Barangay Castillo, Padre Garcia, Batangas Contract Id No. : 25dd0261 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 5.00m X 4.00m Box Culvert Including Slope Protection, Approaches And Reconstruction Of 241.26 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Approved Budget For The Contract : Php 11,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road, Sitio Bayante At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0262 Project Location : San Jose, Batangas Scope Of Works : Reblocking Of 441.00 L.m. Road With Width Of 5.00m And Thickness Of 0.23m Including Slope Protection Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sico, Lipa City, Batangas Contract Id No. : 25dd0263 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 56.00 L.m. Road With Width Of 4.40m And Thickness Of 0.20m Section Ii : Construction Of 126.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 134.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iv : Construction Of 194.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section V : Construction Of 23.00 L.m. Road With Width Of 3.40m And Thickness Of 0.20m Section Vi : Construction Of 156.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Vii : Construction Of 66.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Viii : Construction Of 75.00 L.m. Road With Width Of 4.50m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Box Culvert Connecting New Ibaan Government Center And Ibaan Cultural Center At Ibaan Batangas Contract Id No. : 25dd0264 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 5.00m X 5.00m 2-barrel Box Culvert Including Slope Protection And Road Approaches Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Natunuan, San Jose, Batangas Contract Id No. : 25dd0265 Project Location : San Jose, Batangas Scope Of Works : Construction Of Two (2) Storey Barangay Hall (15.20m X 6.00m) Including Structural Works, Architectural Works, Electrical Works, Finishing Works, Airconditioning System And Installation Of Transformer Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Sr2025-02-001797 Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building In Barangays Calitcalit And Lipahan, San Juan, Batangas Contract Id No. : 25dd0266 Project Location : San Juan, Batangas Scope Of Works : "brgy. Calitcalit : Rehabilitation Of Multi-purpose Building (22.00m X 17.00m) Including Removal Of Partition Wall, Structural Works, Painting Works, Ceiling Works, Roofing Works, Electrical Works And Plumbing Works Brgy. Lipahan : Rehabilitation Of Multi-purpose Building (12.00m X 11.00m) Including Removal Of Partition Wall, Structural Works, Painting Works, Ceiling Works, Roofing Works, Electrical Works, Mechanical Works And Plumbing Works" Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.22 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation/improvement Of Multi-purpose Building At Barangay Poblacion 3, San Jose, Batangas Contract Id No. : 25dd0267 Project Location : San Jose, Batangas Scope Of Works : Improvement/completion Of Two (2) Storey Multi-purpose Building Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works And Cctv System Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.23 Name Of Contract : 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, Barangay Duhatan, Lipa City, Batangas Contract Id No. : 25dd0268 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 73.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Including Slope Protection Approved Budget For The Contract : Php 6,860,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 83 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Dagatan, San Jose, Batangas Contract Id No. : 25dd0269 Project Location : San Jose, Batangas Scope Of Works : Improvement Of One (1) Storey Multi-purpose Building Including Architectural Works, Finishing Works, Mechanical Works And Electrical Works Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.25 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Rosario, Batangas Contract Id No. : 25dd0270 Project Location : Rosario, Batangas Scope Of Works : Construction Of 458.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 46 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.26 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Barangay Palahanan I, San Juan, Batangas Contract Id No. : 25dd0271 Project Location : Rosario, Batangas Scope Of Works : Construction Of Covered Court (29.85m X 25.35m) Including Structural Works (foundation To Pedestal), Base Plate, Anchor Blot, Slab And Embankment Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.27 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multipurpose Building In Brgy. Balibago, Rosario, Batangas Contract Id No. : 25dd0272 Project Location : Rosario, Batangas Scope Of Works : Construction Of Bleachers Including Roofing Works, Structural Worksand Painting Works Of Covered Court Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.28 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Poblacion Barangay I & Poblacion Barangay Iii, San Jose, Batangas Contract Id No. : 25dd0273 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Barangay Hall Including Finishing Works, Painting Works, Ceiling Works (2f & 3f), Railings (2f), Stainless Letterings, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Airconditioning Unit And Finishing Hardware Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.29 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Completion Of Multi-purpose Building (old Municipal Building), Poblacion Brgy. Iii, San Jose, Batangas Contract Id No. : 25dd0274 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Barangay Hall Including Finishing Works, Painting Works, Ceiling Works (2f & 3f), Railings (2f), Stainless Letterings, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Airconditioning Unit And Finishing Hardware Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.30 Name Of Contract : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Solar Streetlights At Barangay Galamay-amo, San Jose, Batangas Contract Id No. : 25dd0275 Project Location : San Jose, Batangas Scope Of Works : Installation Of 1,292.00 L.m. (38 Poles) Solar Streetlights Including Removal Of Structure/obstruction Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 51 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 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 Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 10, 2025, 8:00 A.m.-5:00 P.m.; March 11, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On February 27, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On March 11, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). 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. 10. "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) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. " 11. The Dpwh-batangas Iv 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 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph February 18, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: February 19, 2025 To February 25, 2025 Publication: Dpwh Website/ Philgeps
Closing Date11 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)

Municipality Of Paniqui, Tarlac Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Municipality Of Paniqui Province Of Tarlac Project Reference Number : G-2025-010 Name Of The Project : Procurement Of One (1) Set Sound System Location Of The Project : Lgu-paniqui, Tarlac Standard Form Number: Sf-good-05 Revised On: July 28, 2004 Invitation To Apply For Eligibility And To Bid The Municipality Of Paniqui Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of One (1) Set Sound System Location : Lgu-paniqui, Tarlac Brief Description : Sound System Approved Budget : P 252,875.50 Funding Source : General Fund Delivery Period : 7 Days For Contracts Involving Delivery Of Goods: Prospective Bidders Should Have Experience In Undertaking A Similar Project With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents February 19, 2025 To February 26, 2025, 8:00am To 5:00pm, Bac Office, Lgu-paniqui, Tarlac 2. Pre-bid Conference None 3. Deadline Of Submission Of Bids February 26, 2025, 9:00am – Bac Office, Lgu-paniqui, Tarlac 4. Opening Of Bids February 26, 2025, 10:00am – Bac Office, Lgu-paniqui, Tarlac For Single-stage Bidding: Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of Five Hundred Pesos (p 500.00) To The Municipality Of Paniqui Cashier. The Municipality Of Paniqui Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Dates Of Publication : February 19, 2025 To February 26, 2025 Type Of Publication : Bulletin, Website & Philgeps Approved By: Eugenio B. Galanga, Rsw Bac Chairman
Closing Soon26 Feb 2025
Tender AmountPHP 252.8 K (USD 4.3 K)

Philippine International Convention Center Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Philippine International Convention Center Bids And Awards Committee Invitation To Bid For The Supply And Delivery Of Various Computer Peripherals 1. The Philippine International Convention Center (picc), Through The Approved Budget For Cy 2025, Intends To Apply The Sum Of Eight Hunred Fifty-one Thousand One Hundred Pesos (php851,100.00), Vat Inclusive, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Various Computer Peripherals (picc App2025 – Mc – 41). Bids Received In Excess Of The Sub-abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Picc Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Forty-five (45) Calendar 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). 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. 4. Prospective Bidders May Obtain Further Information From The Picc-bac And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Prospective Bidders On February 20, 2025 From The Given Address And Website(s) Below And Upon Payment Of A Non-refundable Fee In The Amount Of Nine Hundred Pesos (php900.00). A Bidder Shall Present Its Proof Of Payment For The Fee By Furnishing The Picc-bac A Copy Of The Official Receipt. 6. The Picc-bac Will Hold A Pre-bid Conference On February 26, 2025 At 11:00 A.m. At Function Room B, 2nd Floor Secretariat Building, Picc And/or Through Videoconferencing/webcasting Via Zoom, 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 10:30 A.m. At March 12, 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 14. 9. Bid Opening Shall Be On March 12, 2025, At 11:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Picc 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: Bids And Awards Committee Philippine International Convention Center Picc Complex, Pasay City 1307 87894759 And 87894760 Telefax No. 87894761 Email: Procurement@picc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.picc.gov.ph Elizabeth B. Aguila Vice-chairperson
Closing Date12 Mar 2025
Tender AmountPHP 851.1 K (USD 14.7 K)

Municipality Of Quirino, Isabela Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Isabela Municipality Of Quirino Office Of The Bids And Awards Committee (bac) Invitation To Bid For The Construction Of Multi-purpose Center (bleacher) Of Tobacco Producing Barangay - Brgy. Sto. Domingo 1. The Local Government Unit Of Quirino, Isabela, Through The Lgu Share From The Collection Of Tobacco Excise Tax For Fiscal Year 2021, Intends To Apply The Sum Of Six Million Pesos (php 6,000,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Multi-purpose Center (bleacher) Of Tobacco Producing Barangay - Brgy. Sto. Domingo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Quirino, Isabela, Now Invites Bids For The Construction Of Multi-purpose Center (bleacher) Of Tobacco Producing Barangay - Brgy. Sto. Domingo. Completion Of The Works Is Required One Hundred Twenty (120) 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 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 Local Government Unit Of Quirino, Isabela And Inspect The Bidding Documents At The Address Given Below From 8:00am - 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19 – March 12, 2025 From The Address Below Upon Payment Of Non-refundable Fee For The Bidding Documents, In The Amount Of Ten Thousand Pesos (php 10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (phil-geps) 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. 6. The Local Government Unit Of Quirino, Isabela Will Hold A Pre-bid Conference On February 27, 2025, 1:30pm At Municipal Conference Hall, 2nd Floor, Municipal Town Hall Building, Quirino, Isabela, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 12, 2025, 1:30pm. 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 12, 2025, 1:45pm At Municipal Conference Hall, 2nd Floor, Municipal Town Hall Building, Quirino Isabela. 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. Further, Be It Known By The Public And All Prospective Bidders That The Final Award Of This Project To The Winning Lowest Calculated And Responsive Bidders Shall Be Made Only Upon The Approval And Released Of The 2019 General Appropriation Act (gaa) As Per National Expenditure Plan (nep). 9. The Local Government Unit Of Quirino, Isabela 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: Julius B. Miguel Bac - Chairman Lgu - Quirino, Isabela Cp #: 0917 - 6290 - 043 E-mail Address: Lguquirino.mpdo@yahoo.com
Closing Date12 Mar 2025
Tender AmountPHP 6 Million (USD 103.7 K)

Fertilizer and Pesticide Authority Tender

Housekeeping Services
Philippines
Details: Description Invitation To Bid For The Procurement Of Janitorial Services April 2025 To December 2025 1. The Fertilizer And Pesticide Authority, Through The General Appropriations Act Of Fy 2025 Intends To Apply The Sum Of One Million Two Hundred Fifty One Thousand Six Hundred Ninety Four Pesos And 44/100 Only (php1,251,694.44) As The Approved Budget For The Contract (abc) In Payment For Procurement Of Janitorial Services April 2025 To December 2025 (itb-2025-02-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Fpa Invites Prospective Bidders To Submit Their Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ninety (90) Days From The Date Of Acceptance Of The Notice To Proceed. 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. 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 The Fertilizer And Pesticide Authority And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 By Downloading It From The Websites Of The Philippine Government Electronic Procurement System (phil-geps) And The Fpa. No Hard Copy Will Be Provided To The Interested Bidders; Thus, The Cost Of Bidding Documents Is Hereby Waived. 6. The Fertilizer And Pesticide Authority Will Hold A Pre-bid Conference On February 27, 2025, (thursday) 1:30 P.m. At Board Room, 4th Floor, Fpa Building, Central Office, And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders Who Send Their Request At Fpa.bac@gmail.com For The Details Of The Virtual Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 11, 2025 (tuesday) 12:00 N.n. 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 11, 2025 (tuesday) 1:30 P.m. Board Room, 4th Floor, Fpa Building, Central Office The Given Address Below And Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Fertilizer And Pesticide Authority 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. Olivia R. Marzan Mr. Jayar V. Rivera Mr. Jowee Estefan P. Gabiano Mr. Ernestly A. Aguilar Bac Secretariat Telephone Nos.: (02) 8426-5058 & (02) 8920-8339 1st Floor, Bac Room, Fpa Bldg., Bai Compd., Visayas Ave., Diliman, Quezon City E-mail Address: Fpa.bac@gmail.com (sgd.) Rowena C. Reyes, Mpa Bac Chairperson
Closing Date11 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
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 25aa0445: 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 - Rehabilitation Of Road, Barangay Sta. Rosa, Sarrat, Ilocos Norte 1.the Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 4,899,968.68 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0445: 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 - Rehabilitation Of Road, Barangay Sta. Rosa, Sarrat, 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 75 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; < Php15m; 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 19, 2025 – March 11, 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 February 26, 2025, 10:00 A.m. At 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 11, 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 11, 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 19, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Date11 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.7 K)
131-140 of 10000 active Tenders