Website Tenders
Website Tenders
Municipality Of Sta Maria, Romblon Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Romblon Municipality Of Santa Maria Invitation To Bid For Supply And Delivery Of Kitchenware And Appliances For Pcls 1. The Local Government Unit Of Santa Maria, Romblon, Through The Trust Fund 2024 Intends To Apply The Sum Of Four Hundred Fourteen Thousand Nine Hundred Ninety Eight And 00/100 Pesos (php 414,998.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Kitchenware And Appliances For Pcls. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Santa Maria, Romblon Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 20 Days After Ntp. Bidders Should Have Completed, Within 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. 4. 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. 5. Prospective Bidders May Obtain Further Information From Local Government Unit Of Santa Maria, Romblon And Inspect The Bidding Documents At The Address Given Below During 8:00am -5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21-28, 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 (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 3:00pm Of February 28, 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 3:00pm Of February 28, 2025 At 3rd Level, Municipal Hall, Concepcion Norte, Santa Maria, Romblon And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Santa Maria, Romblon 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: Eli Paul P. Raymundo Bac Chairperson Municipal Hall, Concepcion Norte, Santa Maria, Romblon Lgustamariaromblon@yahoo.com 09175092594 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Eli Paul Raymundo Bac Chairperson
Closing Soon28 Feb 2025
Tender AmountPHP 414.9 K (USD 7.1 K)
Philippine International Convention Center Tender
Housekeeping Services
Philippines
Details: Description Bids And Awards Committee Invitation To Bid For The One (1) Year Contract For Regular Janitorial Sanitation, Carpet/fabric Upholstered Furniture Maintenance Services 1. The Philippine International Convention Center (picc), Through The Approved Budget For Cy 2025, Intends To Apply The Sum Of Twenty-two Million Five Hundred Twenty-three Thousand Six Hundred Twenty-five Pesos And Eight-eight Centavos (₱22,523,625.88), Vat Inclusive, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The One (1) Year Contract For Regular Janitorial Sanitation, Carpet/fabric Upholstered Furniture Maintenance Services (picc App2025-mc-17). Bids Received In Excess Of Abc Shall Be Automatically Rejected At Bid Opening. 2. The Picc Now Invites Bids For The Abovementioned Requirement. Bidders Should Have Completed, Within Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Abovementioned Requirement. 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 Starting February 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty-five Thousand Pesos (₱25,000.00). 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 March 3, 2025 At 1:30 P.m. At Function Room B (fr-b), 2nd Floor Secretariat Building, Picc And/or Through Videoconferencing/webcasting Via Zoom/google Meet, Which Shall Be Open To Prospective Bidders (see Interim Guidelines For Conduct Of Video Conferencing). 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:30 Am At March 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 17, 2025, At 10:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Via Video Conferencing. 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 February 20, 2025 Wilson B. Delos Reyes Chairman
Closing Date17 Mar 2025
Tender AmountPHP 22.5 Million (USD 389.3 K)
City Government Of Tagum Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Please Quote Your Price(s) Of The Articles / Services / Supplies Listed In The Attached Canvass Form Hereunder Which The City Of Tagum Desired To Buy From You. Your Quotations Shall Be Submitted In A Sealed Envelope And Will Be Opened In The Presence Of Other Bidders At A Designated Time And Place By This Office. It Is Emphatically Suggested That The Brand, Condition, Availability And Period Of Delivery Be Expressed In Your Bid And The Period Of Effectivity Of Your Price Quotation Should Not Less Than 60 Calendar Days. Return Your Canvass Form To The Canvasser Or To The Bids And Awards Committee Secretariat In A Tightly Sealed Envelope (sealed With Scotch Tape Or Paper Glue) In Order To Protect The Sanctity Of Your Quotation. Kindly Submit The Required Legal And Technical Documents On Or Before Award. For Inquiries, Visit Us At The Bac Secretariat Office, 3rd Floor City Hall Bldg., Jv Ayala Ave., Brgy. Apokon, Tagum City Or Contact Us Through The Following: Telephone No: (084) 645-3300 Local 323 Email Address: Bacsecretariattagumcity@gmail.com/bacsecretariattagumcity2@gmail.com Tagum City Website: Https://tagumcity.gov.ph/bidsandawards/ Office Supplies Total Abc - 68,046.00 *please See Attached Canvass Form For Complete Details. Atty. Neil John A. Villarico City Legal Officer Chairperson, Bids And Awards Committee
Closing Soon24 Feb 2025
Tender AmountPHP 68 K (USD 1.1 K)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Construction Of Flood Control Structure Along Casili Creek, Caloocan City (phase 1) 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 97,995,555.52 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0201 - Construction Of Flood Control Structure Along Casili Creek, Caloocan City (phase 1) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0201 Contract Name And Location : Construction Of Flood Control Structure Along Casili Creek, Caloocan City (phase 1 Brief Description : Construction Of Flood Control Structure Approved Budget For The Contract (abc) : Php 97,995,555.52 Source Of Funds : Fy 2025 Gaa Contract Duration : 330 Calendar Days Cost Of Bidding Documents : Php 50,000.00 Pcab License Size Range : Medium A Pcab License Category/classification : B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela City During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21, 2025 To March 12, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of March 12, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On February 28, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before March 12, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On March 12, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Dpwh-metro Manila 3rd District Engineering Office Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 14. The Dpwh-ncr-metro Manila 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Rejeane G. Mangulabnan / Jessel Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: February 21, 2025 Dpwh-infr-04-2016
Closing Date12 Mar 2025
Tender AmountPHP 97.9 Million (USD 1.6 Million)
City Of Lapu lapu Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of 558 Vial Anti-rabies Serum And 2,740 Vial Inactivated Purified Vero Cell Rabies Vaccine The City Of Lapu-lapu Through The Mooe Funds 4411-5-02-03-070-2 Intends To Apply The Sum Of Four Million Nine Hundred Ninety-nine Thousand Two Hundred Twenty Pesos (₱ 4,999,220.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 558 Vial Anti-rabies Serum And 2,740 Vial Inactivated Purified Vero Cell Rabies Vaccine Under P. R No. 25-01-0184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. Cho Item No. Qty. Unit Of Issue Item Description 1. 558 Vial Anti-rabies Serum ( Equine) Anti-rabies Serum 200 Iu/ml, 5 Ml Solution For Injection Vial (equine) 2. 2740 Vial Inactivated Purified Vero Cell Rabbies Vaccine Vaccine, Rabies Chick Embryo Cell 2.5 Iu Powder For Injection Vial + 1 Ml Diluent (purified, Inactivated) Additional Requirements/remarks: 1. Lot (one Time Delivery); 2. Atleast 18 Months Expiry From Delivery Date; 3. Delivery Shall Be Made Within 15 Days From Receipt Of Notice Of Award; And 4. Po No. Batch/ Lot No. And Expiry Date Shall Be Indicated In The Delivery Receipt. Prospective Bidders Must Include The Stated Requirement In Addition To The Eligibility Documents: ( If Applicable: ) 1. Valid Certificate Of Product Registration (cpr), Which Will Indicate The Distributors And Manufacturers Of Each Drug 2. Valid License To Operate (lto) Which Will Indicate The List Of Sources Of The Companies That A Distributor Is Only To Carry And Sell/ Authority To Distribute. 3. Valid Certificate Of Good Manufacturing Practice (cgmp). 4. Certificate Of Distributorship Agreement Duly Received By The Fda With Reference Number 5. Certificate Of Expiry Date Should Be At Least Eighteen (18) Months From Receipt Of Delivery. 6. Certificate Of Existence & Location Map Of Their Warehouse With An Inventory Proportionate To The Total Abc Amount To Be Bid. The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days Upon Receipt Of Notice Of Award/purchase Order. 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). 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. Prospective Bidders May Obtain Further Information From The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 21, 2025 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of March 11, 2025 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. The City Of Lapu-lapu/ Bac Will Hold A Pre-bid Conference On February 27, 2025 (1:30 P.m.) At Bac Conference Room Located At 2/floor City General Services Office, Pusok, Lapu-lapu City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of March 11, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 11, 2025 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac 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. For Further Information, Please Refer To: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Ronaldo D. Malacora Officer-in-charge- Cgso Bac Chairperson 21st Day Of February, 2025 (philgeps’ Posting Date)
Closing Date11 Mar 2025
Tender AmountPHP 4.9 Million (USD 86.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1st Invitation To Bid For 25pl0049 – Organizational Outcome 2: Protect Lives And Properties Against Major Floods - Flood Management Program - Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure Along Mananig River At Cullayanan, Barangay Junction, Pinukpuk, Kalinga February 20, 2025 1. The Dpwh-lower Kalinga District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pl0049 – Organizational Outcome 2: Protect Lives And Properties Against Major Floods - Flood Management Program - Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure Along Mananig River At Cullayanan, Barangay Junction, Pinukpuk, Kalinga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-lower Kalinga District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Organizational Outcome 2: Protect Lives And Properties Against Major Floods - Flood Management Program - Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure Along Mananig River At Cullayanan, Barangay Junction, Pinukpuk, Kalinga Contract Id No. : 25pl0049 Locations : Barangay Junction, Pinukpuk, Kalinga Scope Of Works : Construction Of 221.0m Stone Masonry Flood Control Structure Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 69 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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-lower Kalinga District Engineering Office And Inspect The Bidding Documents At Bulanao, Tabuk City, Kalinga During Weekdays From Mondays To Fridays At 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By The Interested Bidders On February 21-march 13, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. 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 Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-lower Kalinga District Engineering Office Will Hold A Pre-bid Conference On February 28, 2025, 10:00 Am At Dpwh-lower Kalinga District Engineering Office, Conference Hall, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be 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_lowerkalinga@dpwh.gov.ph For Electronic Submission On Or Before March 13, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 13, 2025, 10:00 A.m At Dpwh-lower Kalinga District Engineering Office, Conference Hall. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-lower Kalinga District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To 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: Bac Chairperson: Generoso T. Mukay Head –procurement Staff: Marivic T. Pagala Address: Dpwh-lower Kalinga Deo Address: Dpwh-lower Kalinga Deo Cellphone No. 0936-370-7985 Cellphone Nos. 0905-778-6534 Email Address: Dpwhlkdeobac@yahoo.com Email Address: Dpwhlkdeobac@yahoo.com Approved By: Generoso T. Mukay Bac Chairperson
Closing Date13 Mar 2025
Tender AmountPHP 4.9 Million (USD 84.7 K)
MINISTRY OF PUBLIC WORKS BARMM, REGIONAL OFFICE Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid 1. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional Office, Through The Ministry Of Finance Budget And Management (mfbm) Under The Gaab 2024, Intends To Apply The Sum Php 29,449,200.00, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Road At Brgy. Timbangan (phase 3), Shariff Aguak, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional Office Now Invites Bids For; Project Name : Concreting Of Road At Brgy. Timbangan (phase 3), Shariff Aguak Location : Shariff Aguak, Maguindanao Del Sur Category : Road Description : Concreting Of 1.855 Km Road With 2.50m Width On Each Lane (250 Mm Thick Pccp), And 1.0 M Concrete Shoulder On Both Sides With Solar Led Roadway Lighting Limits : Concreting Ri 2020: (20-rim2rd126 Concreting Of Timbangan Road, Shariff Aguak); Sta. 0+000 – Sta. 1+855 Net Length : 1.855 Km Classification : Barangay Road Duration : 139 Calendar Days Roadbed Width : 8.80 M Pavement Width & Thickness : 5 M & 0.25 M Thk. Completion Of The Works Is One Hundred Thirty-nine (139) Calendar Days, Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. (working Days Only). Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao Ministry Of Public Works Office Of The Minister Barmm Compound, Cotabato City, 9600 9 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21, 2025 – March 11, 2025 (weekdays Only) From 8:00 A.m To 5:00 P.m, And On March 12, 2025, Before The Cut-off-time At 9:00 A.m, From Given Address And Website/s Below, In The Amount Of Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through The Official Receipt Issued By The Office. 6. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional Office Will Hold A Pre-bid Conference On February 28, 2025 (friday) @ 9:00 A.m. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 12, 2025 (wednesday) @ 9:00 A.m. At The Given Address Below Mpw – Barmm Regional Office, Conference Room 2nd Floor, Operations Building, Barmm Compound, Cotabato City And/or Through Www.mpw.bangsamoro.gov.ph Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao (mpw – Barmm) Regional 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. 1. For Further Information, Please Refer To: Ms. Sherielyn S. Salinas Chief, Bac Secretariat Section Mpw – Barmm Regional Office Barmm Compound, Cotabato City, 9600 (064)421-1061 Or 0917-623-4376 Email Address: Bac@mpw.bangsamoro.gov.ph 2. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph (associated Components/bid Supplements)
Closing Date12 Mar 2025
Tender AmountPHP 29.4 Million (USD 509.1 K)
Municipality Of Quirino, Isabela Tender
Civil And Construction...+1Construction 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/ Completion Of Community Center Of Tobacco Producing Barangay - Brgy. Villa Miguel 1. The Local Government Unit Of Quirino, Isabela, Through The Lgu Share From The Collection Of Tobacco Excise Tax For Fiscal Year 2022, Intends To Apply The Sum Of Fifteen Million Pesos (php 15,000,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction/ Completion Of Community Center Of Tobacco Producing Barangay - Brgy. Villa Miguel. 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/ Completion Of Community Center Of Tobacco Producing Barangay - Brgy. Villa Miguel. Completion Of The Works Is Required One Hundred Fifty (150) 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 22 – March 17, 2025 From The Address Below Upon Payment Of Non-refundable Fee For The Bidding Documents, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (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 March 3, 2025, 8:30am 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 17, 2025, 8:30am. 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 17, 2025, 8:45am 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 Date17 Mar 2025
Tender AmountPHP 15 Million (USD 259.3 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Drainage Work
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 25aa0161: Flood Management Program - Construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Flood Control Structure Along Cabaritan River, Sitio Nasgaban, Barangay Cabaritan, Dumalneg, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,913.47 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0161 - Flood Management Program - Construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Flood Control Structure Along Cabaritan River, Sitio Nasgaban, Barangay Cabaritan, Dumalneg, 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 61 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; ≤ 15m ; Allowable Range Of Contract Cost Up To Php 30m. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43 Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21 – March 13, 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 28, 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 13, 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 13, 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 21, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted By: Glenn C. Miguel District Engineer
Closing Date13 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.7 K)
City Of Toledo Tender
Automobiles and Auto Parts
Philippines
Details: Description Itb No. G05-01-2025 Invitation To Bid For: Supply And Delivery Of Three (3) Units Brand New Utility Van For Deped Use 1. The City Government Of Toledo Under The Sef-3 Units Multi-purpose Van For Rescue, Medical Team & Task Force Motor Vehicle – Has Appropriated The Sum Of Four Million Eight Hundred Thousand Pesos (php4,800,000.00) Only, Being The Approved Budget For The Contract (abc) For The Supply And Delivery Of Three (3) Units Brand New Utility Van For Deped Use. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Toledo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For A Period Of (120) Working Days Upon Receipt Of The Purchase Order (po) And/or Ntp. 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 (r.a. 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 Sixty (60%) Percent 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 R.a. No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Office At Toledo Garden City Hall, Brgy. Ilihan, Toledo City Through The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.-5:00p.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21, 2025 Up To February 28, 2025 At 9:00 A.m. From The Address Below And Upon Payment Of The Applicable Fees For The Bidding Documents Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Toledo Will Hold A Public Re-bidding Conference On February 28, 2025 @ 9:00 A.m. At The Office Of The Bids And Awards Committee, Toledo Garden City Hall, Brgy. Ilihan,toledo City, Which Shall Be Open To All Prospective Bidders. 7. Bids May Be Duly Received By The Bac Secretariat At The Given Address On Or Before 9:00 O’ Clock In The Morning Of February 28, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated. 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 February 28, 2025 @ 9:00 A.m. Onwards At The Bids And Awards Committee Office, Toledo Garden City Hall, Brgy. Ilihan, Toledo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Each Bidder Shall Submit One (1) Certified Copy From The Original And Two (2) Additional Authenticated Copies Of The First And Second Components Of The Bid. Bidders Shall Enclose Their Original Eligibility And Technical Documents In One Sealed And Signed Envelope Marked “original-technical Component” And The Original Of Their Financial Component In Another Sealed And Signed Envelope Marked “original-financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. All Envelopes Shall Contain The Name Of The Contract To Be Bid In Capital Letters, Bear The Name And Address Of The Bidder In Capital Letters, Be Addressed To The Procuring Entity’s Bac, Bear The Specific Identification Of The Bidding Process And Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of The Bids, Bidders Are Also Required To Provide Table Of Contents With Corresponding Tab/label For Each Submitted Technical And Financial Components Of Its Bid. Failure To Comply Of The Said Requirements Shall Be Ground For Disqualification. 11. Prospective Bidders Should Have Completed Similar Contract Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value At Least 50% Of The Abc. 12. The City Government Of Toledo 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 Hereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To : Ms. Leslie V. Abellanosa - Head – Bac Secretariat Bac Office, Toledo Garden City Hall ,brgy. Ilihan, Toledo City Cel No. 09667703246 Email: Lgu_bactoledo@yahoo.com February 19, 2025. Signed Atty. Hazan F. Bargamento Chairman
Closing Soon28 Feb 2025
Tender AmountPHP 4.8 Million (USD 82.9 K)
151-160 of 10000 active Tenders