Website Tenders

Website Tenders

Department Of Education Division Of Catbalogan City Tender

Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 3.3 Million (USD 57.2 K)
Details: Description Republic Of The Philippines Department Of Education Region Viii – Eastern Visayas Schools Division Of Catbalogan City Invitation To Bid Procurement Of Sterilized Milk In Lieu Of Pasteurized Milk For School-based Feeding Program (sbfp) – Milk Feeding Component Implementation S.y. 2024-2025 1. The Department Of Education Schools Division Office Of Catbalogan City, Through The Sub-allotment Release Order No. Ro-8-24-0285 Intends To Apply The Sum Of Three Million Three Hundred Ten Thousand Nine Hundred Sixty-five Pesos Only (p3,310,965.00) Being The Abc To Payments Under The Contract For The Procurement Of Sterilized Milk In Lieu Of Pasteurized Milk For School-based Feeding Program (sbfp) – Milk Feeding Component Implementation For S.y. 2024-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening In Accordance With Sec. 31.1 Of The Revised Irr Of Ra 9184. Contract No. Qty. Unit Item Description Abc Amount Of Bidding Documents Deped-sbfp-25-001-sdo Catb. City 143,955 Packs Supply And Delivery Of Sterilized Milk To 23 Public Elementary Carline Schools P3,310,965.00 P5,000.00 2. The Department Of Education Schools Division Office Of Catbalogan City Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For 45 School Days, One-time Delivery Upon Receipt Of 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 Department Of Education Schools Division Office Of Catbalogan City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 18, 2025 From Department Of Education Schools Division Office Of Catbalogan City, Purok 4, Brgy., Payao, Catbalogan City, Samar And Department Of Education School Division Of Catbalogan City 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 In Person To Department Of Education Schools Division Office Of Catbalogan City. Bidding Documents May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided Bidders Shall Pay The Non-refundable Fee For The Bidding Documents. 6. The Department Of Education Schools Division Office Of Catbalogan City Will Hold A Pre-bid Conference On February 25, 2025, 10:00 A.m. At The Conference Roon, Department Of Education Schools Division Of Catbalogan City Office, Purok 4, Brgy., Payao, Catbalogan City, Samar And/or Through Video Conferencing Or Webcasting Via Http://meet.google.com/oao-psbr-fdr Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat, Department Of Education Schools Division Of Catbalogan City, Samar Through Physical Submission On Or Before 10:00 A.m. Of March 10, 2025. Late Bids After 10:00 Am Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security Declaration In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 10, 2025 At 10:20 Am, Conference Room, Department Of Education Schools Division Of Catbalogan City, Purok 4, Brgy. Payao, Catbalogan City, Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education Schools Division Office Of Catbalogan City 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: Cecilia A. Arga Head, Bac Secretariat Sdo Of Catbalogan City Purok 4, Brgy., Payao, Catbalogan City, Samar Email Add: Cecilia.arga@deped.gov.ph Website: Sites.google.com/deped.gov.ph/sdc February 14, 2025 Approved By: (sgd.) Crista Joy C. Abogadie Phd, Ceso Vi Assistant Schools Division Superintendent Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 14.6 Million (USD 254 K)
Details: Description Invitation To Bid For: 25ci0059 – Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities; Concreting Of Roads And Drainage At Brgy. Ayala, Magalang, Pampanga 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 14,694,114.70 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0059: Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities; Concreting Of Roads And Drainage At Brgy. Ayala, Magalang, Pampanga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Pampanga 3rd District Engineering Office (dpwh-p3deo) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Nineteen (119) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities; Concreting Of Roads And Drainage At Brgy. Ayala, Magalang, Pampanga Contract Id. No.: : 25ci0059 Location: : Magalang, Pampanga Scope Of Works: : Construction Of Road And Drainage Approved Budget For The Contract : 14,694,114.70 Contract Duration : 119 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippines Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph . 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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 – Pampanga 3rd Deo And Inspect The Bidding Documents At Bac-secretariat - Conference Room, Dpwh Pampanga 3rd Deo During Weekdays From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15, 2025 To March 7, 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 P 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 Pampanga 3rd District Engineering Office Will Hold A Pre-bid Conference On February 24, 2025 – 10:00 A.m. At The Conference Room, Dpwh Pampanga 3rd Deo, And Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ), 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_pampanga3@dpwh.gov.ph For Electronic Submission On Or Before 10:00a.m. Of March 7, 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. 11. Bid Opening Shall Be On March 7, 2025 At 10:00 A.m. At Conference Room, Dpwh Pampanga 3rd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ) Late Bids Shall Not Be Accepted. 12. The Dpwh Pampanga 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. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To Contractor’s Fault Or Negligence Pursuant Of 34.3 (b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Postpaid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Marissa P. Ortiz Head, Procurement Unit Dpwh – Pampanga 3rd Deo San Francisco St., Brgy. Pampang, Angeles City Ortiz.marissa@dpwh.gov.ph (045) 323-5782 Approved By: Lourdino C. Soriano Chief, Planning And Design Section Chairperson, Bids And Awards Committee Dpwh Pampanga 3rd District Engineering Office San Francisco St., Brgy. Pampang, Angeles City Date Of Issue: February 15, 2025

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 9.7 Million (USD 167.8 K)
Details: Description 1. The National Irrigation Administration – Pangasinan Irrigation Management Office, Through The National Expenditure Program Of 2025 Intends To Apply The Sum Of Nine Million Seven Hundred Eleven Thousand Forty-five Pesos (php 9,711,045.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bugallon Spip (egpip-solar Cy 2025) With Project Identification Number R1-pimo-25-02-054. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Pangasinan Imo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 180 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 Nia-pangasinan Irrigation Management Office, Bayaoas, Urdaneta City, Pangasinan (office Of The Head Bac Secretariat) And Inspect The Bidding Documents At The Address Given Below During Weekdays (holidays Not Included) From 8:00 A.m To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 To March 07, 2025 From Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Document, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Ten Thousand Pesos (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration – Pangasinan Imo Will Hold A Pre-bid Conference On February 21, 2025, At Exactly 10:00 Am At Nia-pangasinan Imo Conference Room, Brgy. Bayaoas, Urdaneta City, Pangasinan And/or Through Videoconferencing Via Google Meet With The Link Https://meet.google.com/cwd-cmgd-dnu, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address, National Irrigation Administration - Pangasinan Irrigation Management Office, Brgy. Bayaoas, Urdaneta City, Pangasinan On Or Before 8:30 Am, March 07, 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 07, 2025, At Exactly 9:30 Am At The Nia-pangasinan Imo Conference Room, Brgy. Bayaoas Urdaneta City, Pangasinan And/or Through Google Meet With The Link Https://meet.google.com/rzm-eqac-doo. Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration – Pangasinan Imo 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 41.0, 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. Awarding Of Contract Shall Be Held In Abeyance Prior To Receipt Of The Agency Budget Matrix (abm) Or Special Allotment Release Order (saro) For The Full Cost Of The Project. 12. For Further Information, Please Refer To: Kevin M. Orbillo – Head, Bac Secretariat Nia - Pangasinan Irrigation Management Office Barangay Bayaoas, Urdaneta City, Pangasinan Telefax No: 632-2775 E-mail Address: Pimobac@gmail.com Website Address: Www.region1.nia.gov.ph 13. You May Visit The Following Websites: - For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/ Https://region1.nia.gov.ph/

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date1 Apr 2025
Tender AmountRefer Documents 
Details: Nsn 7r-5998-015434871-gf, Ref Nr, Qty 3 Ea, Delivery Fob Origin. The Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Purchase This Part/contract Repair From Other Than The Current Source(s). The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.

Municipality Of Consolacion, Cebu Tender

Others...+1Electrical and Electronics
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description 1. The Municipality Of Consolacion, Through The General Fund Intends To Apply The Sum Of Three Hundred Thousand Pesos (p 300,000.00) Being The Abc To Payments Under The Contract For Procurement Of Electrical Supplies For Upgrading Of Electrical Facilities At Rhu2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Consolacion Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 10cd. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Office Of The Municipality Of Consolacion And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15, 2025 To March 10, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 6. The Municipality Of Consolacion Will Hold A Pre-bid Conference On February 24, 2025 At 02:00 O’clock In The Afternoon At The Bac Office Located At The 4th Floor, Municipal Building, Poblacion Oriental, Consolacion, Cebu, 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 10:00 O’clock In The Morning, March 10, 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 10, 2025 At 10:00 O’clock In The Morning At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Consolacion 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 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: Sharon Rose Gigremosa Jakhelene C. Tubin Bac Office 4th Floor, Municipal Building Poblacion Oriental, Consolacion, Cebu 268-3736/232-0392 Consolacionbac@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: A. Lguconsolacion.gov.ph Or B. Philgeps Website Atty. Paolo Crispino C. Sucalit Bac Chairperson Thhn #100mm2 90 Meter Secondary Rack - 3 Spool 1 Pc Bolt Connector For 100mm2 Thw/thhn 9 Pc Electrical Tape 10 Pc Rubber Tape 4 Pc Dyna Bolt 5 Pc Elastoseal 2 Pc Thhn Green 5.5mm 1 Roll Thhn Stranded 22mm 1 Roll Pvc Pipe 2" 30 Length Pvc Elbow 2x30 5 Pc Pull Box 12x12 1 Pc Mccb W/ Box 200amp 1 Pc Conduit Pipe 2" 1 Pc Entrance Cup 2" 2 Pc Saddle Clip 2" 4 Pc Bolt Connector 22mm 5 Pc Bolt Connector 30mm 5 Pc Double Throw Knife Switch 225amp 3-phase 1 Pc Nylon Rope 5 Meter #16 Duplex Wire 1 Roll Rubber Socket 5 Pc Thhn #4 10 Meter Entrance Capm #2 1 Pc Rsc Pipe #2 1 Pc Rsc Coupling #2 1 Pc Unistrut Channel 1 Pc Unistrut Clamp #2 3 Pc Rsc Pipe #1 1 Pc Metal Clip #1 1 Pc Stranded Wire #50mm Sq. Color Black Tw/thw 10 Meter Stranded Wire #125mm Sq. Color Black Tw/thw 5 Meter Stranded Wire #50mm Sq. Color White 4 Meter Expansion Bolt With Shield #5/16x3 20 Pc Expansion Bolt With Long Shield #1/2x4 4 Pc

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 9.8 Million (USD 171.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 25gp0048 Contract Name: Rehabilitation Of Multi-purpose Building (civic Center), Barangay Poblacion Norte, Ivisan Capiz (phase 1) 1. The Department Of Public Works And Highways Regional Office Vi Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Php 9,899,910.60 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gp0048 – Rehabilitation Of Multi-purpose Building (civic Center), Barangay Poblacion Norte, Ivisan Capiz (phase 1). Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vi Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Multi-purpose Building (civic Center), Barangay Poblacion Norte, Ivisan Capiz (phase 1) Contract Id No. : 25gp0048 Locations : Barangay Poblacion Norte, Ivisan Capiz Scope Of Works : Rehabilitation Of Multi-purpose Building (civic Center), Barangay Poblacion Norte, Ivisan Capiz (phase 1) Approved Budget For The Contract : Php 9,899,910.60 Contract Duration : 220 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 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 “’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 Department Of Public Works And Highways Regional Office Vi And Inspect The Bidding Documents At Fort San Pedro, Iloilo City During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 15, 2025 – March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Regional Office Vi Will Hold A Pre-bid Conference On February 24, 2025 At 2:00 P.m. At Bidding Room, Procurement Unit, 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 The Manual Submission Or At Electronicbids_capiz2@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 11, 2025 Immediately After The Submission Of Bids At Department Of Public Works And Highways Regional Office Vi, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Regional Office Vi 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: Severo A. Ruiz Head, Procurement Unit Ruiz.severo@dpwh.gov.ph Marilou G. Zamora Bac Chairperson

N A Tender

Other Consultancy Services...+1Consultancy Services
United Kingdom
Closing Date6 Mar 2025
Tender AmountRefer Documents 
Description: Small Business Commissioner Website 2025

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date1 Apr 2025
Tender AmountRefer Documents 
Details: Nsn 7r-6610-011428849-gf, Ref Nr 4031001-901, Qty 6 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.

Vicente Sotto Memorial Medical Center Region Vii Tender

Laboratory Equipment and Services
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 10 Million (USD 173.6 K)
Details: Description Invitation To Bid Supply And Delivery Of Laboratory Supplies And Reagents 2025-goods-08 1. The Vicente Sotto Memorial Medical Center, Through The 2025 Gaa/igf Intends To Apply The Sum Of Ten Million Forty-five Thousand Two Hundred Forty-seven Pesos (php 10,045,247.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Laboratory Supplies And Reagents 2025-goods-08. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Vicente Sotto Memorial Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For Until December 31, 2025. Bidders Should Have Completed, Within The Past Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Vicente Sotto Memorial Medical Center – Procurement Office And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15, 2025 From The Given Address And Website(s) Vsmmc.doh.gov.ph 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 (10,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipts In Person Or Through Electronic Means. 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 The Bidder/s Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Interested Bidder/s Shall Register Using The Link Below: Https://forms.gle/edvgghmosipstmdh8 6. The Vicente Sotto Memorial Medical Center Will Hold A Pre-bid Conference On February 25, 2025; 9:00am Through Videoconferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Only Bidders Who Have Successfully Registered Will Receive An Email Confirmation Together With The Zoom Link Or Meeting Id. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Room 10 Training Center, 2nd Floor Administrative Building, Vsmmc, B. Rodriguez Street, Cebu City On Or Before March 10, 2025; 8:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 10, 2025; 8:30am At Room 10 Training Center, 2nd Floor Administrative Building, Vsmmc, B. Rodriguez Street, Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Vicente Sotto Memorial Medical Center 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 Sections35.6 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. Miraflor F. Catibud, Mpa Head, Bac Secretariat / Procurement Office, (032) 253-2182 / 0949-886-5871 / 0998-589-3281 Bacsec.vsmmc@gmail.com 12. You May Visit The Following Websites For Downloading Of Bidding Documents: Www.vsmmc.doh.gov.ph / Philgeps Website Regina G. Alfonso, Md, Fpcp Chairperson - Bids And Awards Committee Goods And Services

U S COAST GUARD USA Tender

Energy, Oil and Gas
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Solicitation 70z03025qclev0038 – Uscg Station Erie Fuel Farm Repair provide All Labor, Material, Equipment, Transportation, And Supervision Required For The Station Erie Fuel Farm Repair Project. Refer To The Statement Of Wrok For Locations And Required Services. this Procurement Is Estimated To Be Less Than $25,000.00. the Project Point Of Contact At The Site Is John B. Piskura Who Can Be Contacted At (814) 838-2097 Or Via E-mail At John.b.piskura@uscg.mil site Visits Are Highly Recommended And Encouraged To Ensure Proper Understanding Of Project Goals And The Development Of An Accurate Quote. the Applicable Naics Is237120 (oil And Gas Pipeline And Related Structures Construction) With A Small Business Size Standard Of $45.0 Million. all Requests For Information Must Be Submitted To Amanda.d.tobin@uscg.mil By No Later Than Three (3) Working Days Before The Offers Due Date To Be Considered. all Relevant Solicitation Documents, Including Specifications And Drawings Will Be Available For Download Exclusively From The Internet In Approximately Seven Days At This Website. Interested Parties Should Utilize The Website's Register To Receive Notification Function By Registering Under The Solicitation Number 70z03025qclev0038. the Due Date For Offers Will Be Established Upon Issuance Of The Request For Quote. Any Amendments Issued To This Solicitation Will Be Posted Solely On Sam.gov.
131-140 of 10000 active Tenders