Website Tenders
Website Tenders
Municipality Of Buenavista, Marinduque Tender
Furnitures and Fixtures
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 50 K (USD 864)
Details: Description Republic Of The Philippines Municipality Of Buenavista Invitation To Re-bid For Supply And Delivery Of Tables And Chairs For Dilg Office 1. The Local Government Unit Of Buenavista, Marinduque Through Mpoc Fund Cy 2025 Intends To Apply The Sum Of Fifty Thousand Pesos (php 50,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For Supply And Delivery Of Tables And Chairs For Dilg Office. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Buenavista, Marinduque Now Invites Bids For The Supply And Delivery Of Tables And Chairs For Dilg Health Office. Delivery Of The Goods Is Required Within Ten (10) Days After Receipt Of Purchase Order. Bidders Should Have Completed Within One (1) Year 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. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Buenavista, Marinduque And Inspect The Bidding Documents At The Address Given Below During 8:00am – 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24 – March 3, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Below On Or Before 1:30 O’clock In The Afternoon Of March 3, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms. Bid Opening Shall Be On March 3, 2025/2:00 P.m. At The Executive Conference Room. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. Request For Clarification Must Be Submitted At Least Two (2) Days Before The Scheduled Bid Opening. 8. The Local Government Unit Of Buenavista, Marinduque 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Lea P. Fabrero Bac Secretary Barangay I, Buenavista Marinduque 4904 0921-4865217 10. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph February 22, 2025 Ranel S. Castillo, Ce, Enp Mpdc/bac Chairperson
Municipality Of San Miguel, Zamboanga Del Sur Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 800 K (USD 13.8 K)
Details: Description Republic Of The Philippines Western Mindanao, Region Ix Province Of Zamboanga Del Sur Municipality Of San Miguel Invitation To Bid For Construction Of Access Road Leading To Solar Dryer At Brgy. Betinan 1. The Local Government Unit Of San Miguel, Intends To Apply The Sum Of Php 800,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Access Road Leading To Solar Dryer At Brgy. Betinan. Bids Received Over The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of San Miguel Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 60 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of San Miguel And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 From 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 Php 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On March 3, 2025 At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of San Miguel 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. 10. For Further Information, Please Refer To: Chris Vel P. Linao Bac Secretariat Municipality Of San Miguel Province Of Zamboanga Del Sur Benjamin N. Laurenciana Bac Chairperson Municipality Of San Miguel Province Of Zamboanga Del Sur
Municipality Of Lila, Bohol Tender
Food Products
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 404.9 K (USD 7 K)
Details: Description Invitation To Bid For Storage For Food & Non-food (food & Non-food Bodega) Identification No. 001-02-2025 1. The Lgu Lila, Bohol Through The 70% Calamity Fund Intends To Apply The Sum Of Four Hundred Four Thousand Nine Hundred Ninety-nine Pesos & 52/100 Only (php 404,999.52) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Storage For Food & Non-food (food & Non-food Bodega). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu Lila, Bohol Now Invites Bids For The Storage For Food & Non-food (food & Non-food Bodega). Completion Of The Works Is Required Within Thirty-five (35) Calendar Days. Bidders Should Have Completed Within The Last Ten (10) Years From The Date Of Submission And Receipts Of Bid, 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 Lgu Lila, Bohol And Inspect The Bidding Documents At The Address Given Below From Monday To Friday, 8:00 Am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Anytime, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00),and Shall Preferably Use The Purchased Bidding Documents. 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. Bids Not Using The Prescribed Lgu Forms Attached Shall Not Be Accepted 6. All Notarized Documents Must Have Doc, Page, Book Numbers Including Series. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 28, 2025 At 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 Clause18. Bid Opening Shall Be On March 3, 2025 At 10:00 Am At Bac Office. 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. Bids Shall Be Prepared In One (1) Original And Two (2) Copies Using The Appropriate Bid Forms Provided In The Bidding Documents Furnished In Strict Compliance To The Requirements Of Ra 9184. Any Erasure, Correction, Or Changes Shall Be Initialed By The Bidder Or His Authorized Representative. All Pages Must Be Signed On The Space Provided For. Any Unsigned Page Of The Bidder’s Tender Shall Be A Ground For Disqualification. 9. In The Event That The Lgu Would Conduct Bidding Of The Same/similar Projects In Different Locations, Bidder/supplier Is Allowed To Participate, Drop Bid Proposals Only In A Maximum Of Two Locations. Maximum Delivery Period Is 35 Days From Date Of Receipt Of Notice Of Award. 10. The Lgu Lila, Bohol 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. 11. For Further Information, Please Refer To: Marielle Valerie Niña W. Silagan Bac Secretariat Lgu Lila, Bohol 038-4225254 Rosario Sergio Cagaanan Bac Chairman
Department Of Health Center For Health Development Bicol Tender
Others...+1Electrical and Electronics
Philippines
Closing Soon28 Feb 2025
Tender AmountPHP 120 K (USD 2 K)
Details: Description Republic Of The Philippines Department Of Health Bicol Center For Health Development February 20, 2025 The Manager __________________________ __________________________ __________________________ Dear Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below Subject To The General Conditions Stated Below. Definitely, No Cod Payments Shall Be Allowed. Filled Canvass Form Should Be Returned To This Office In A Sealed Envelope. __________________________________________________ Rosa Maria Rempillo, Md, Mchm, Cese Bac Chairperson Qty. Unit Item & Description Total Abc Unit Cost Total Cost Ict Repair (ups) 2 Pc Apcrbc140apc Replacement Battery Cartridge # 140 120,000.00 P ___________ P ___________ Specifications: Must Be Compatible For Apc Srt6kxli Model: Srt6kxli S/n: As2104170007 Including Installation Of The Unit Warranty: 2 Years ******** Total: 120,000.00 P ___________ Subject To The Following Conditions: 1. Subject To Witholding Tax 2. Subject To 5% Retention For Warranty 3. Quotation Exceeding The Approved Budget For The Contract (abc) Php 120,000.00 Shall Not Be Considered For Award. 4. Philgeps Registration Is Required (to Register Log On To Www.philgeps.net) Philgeps Registration No.:______________ (if Applicable) 5. New Suppliers Must Submit The Following Legal, Technical And Eligibility Documents To Be Eligible To Participate In This Procurement Process; (a) Sec/dti Registration Certificate (d) Philgeps Registration; (b) Mayor's Permit/license (e) Omnibus Sworn Statement (for Above 50k) (c) Latest Income & Business Tax Return 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialled By The Bidder Or His/her Authorized Representative. 7. Submission Of Quotation Is At The Procurement Office, Doh Bicol-chd, Legazpi City. Open Submission May Be Submitted Through Email Address: Canvass @bicol.doh.gov.ph Deadline Of Submission Will Be On: ____________________ @ 9:00am Pr No. 25-01-408 (ict) After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________________ Name Of Establishment & Telephone No. _______________________________________ Downloaded Thru Doh Bicol Chd Website & Philgeps Signature Over Printed Name Of Manager/ Authorized Representative _______________________________________ Complete Mailing Address _______________________________________ Complete Email Address (pls Write Legibly)
City Of Quezon Tender
Healthcare and Medicine
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 13.8 Million (USD 239 K)
Details: Description Invitation To Bid No. Project No. Office Project Name Amount Source Of Fund Delivery Period 1. Conso-25-dm-0350 Quezon City Health Department Line 1: Various Medicines (amlodipine, Losartan, And Others) With Pouch 8,161,136.00 General Fund 30 Cd Line 2: Moringa Capsule 5,670,000.00 General Fund 30 Cd 1. The Quezon City Local Government, Through The General Fund, Trust Fund And Special Education Fund Of Various Years Intends To Apply The Sums Stated Above Being The Abc To Payments Under The Contract For The Above Stated Projects Of Contract For Each Lot/item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Quezon City Local Government Now Invites Bids For Various Projects. Delivery Of The Goods Is Required As Stated Above. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Quezon City Government Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. – 5:00 P.m 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Monday, February 24, 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. Standard Rates: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Following Are The Requirements For Purchase Of Bidding Documents; 1. Philgeps Registration Certificate (platinum – 3 Pages) 2. Document Request List (drl) 3. Authorization To Purchase Bidding Documents 3.1 Corporate Secretary Certificate For Corporation (specific For The Project) 3.2 Special Power Of Attorney For Single Proprietorship (specific For The Project) 4. Notarized Joint Venture Agreement (as Applicable) 6. The Quezon City Local Government Will Hold A Pre-bid Conference On 9:00 A.m. Of Tuesday, March 04, 2025 At 2nd Floor, Procurement Department-bidding Room, Finance Building, Quezon City Hall Compound, And/or Through Video Conferencing Via Zoom Which Shall Be Open To Prospective Bidders. Topic: Bac-goods Pre-bid Conference Meeting Join Zoom Meeting Https://us02web.zoom.us/j/84835002246?pwd=ovruve0wexzmnxywzg5lawd1dxk1qt09 Meeting Id: 848 3500 2246 Passcode: 154733 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound On Or Before 10:00 A.m. Of Tuesday, March 18, 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 11:00 A.m. Of Tuesday, March 18, 2025 At The Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Topic: Bac-goods & Services Bidding Join Zoom Meeting Https://us02web.zoom.us/j/85850855933?pwd=r2dzuup4z3lyu29izgv1wmdkrjzcdz09 Meeting Id: 858 5085 5933 Passcode: 118682 10. The Quezon City Local Government 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 Bidder 11. For Further Information, Please Refer To: Atty. Dominic B. Garcia Oic, Procurement Department 2nd Floor, Procurement Department, Finance Building, Quezon City Hall Compound Elliptical Road, Barangay Central Diliman, Quezon City. Email Add: Bacgoods.procurement@quezoncity.gov.ph Tel. No. (02)8988-4242 Loc. 8506/8710 Website: Www.quezoncity.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.quezoncity.gov.ph By: Ms. Ma. Margarita S. Mejia, Dpa Chairperson, Qc-bac-goods And Services
Province Of Batangas Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Republic Of The Philippines Province Of Batangas Bids And Awards Committee Invitation To Bid For Construction Of Flood Control System/slope Protection At Brgy. Caysasay, Taal, Batangas (phase Ii) 1. The Provincial Government Of Batangas, Through The General Fund Supplemental Budget No. 3 Of Fy 2024 Intends To Apply The Sum Of Five Hundred Thousand Pesos (p500,000.00) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In The Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Batangas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Sixty (60) Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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 Irr Of Ra No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. All Interested Bidders Shall Be Financially Capable To Finance Performance Or Completion Of The Above-mentioned Projects In Order To Avoid Delay Of The Said Projects. 5. All Interested Bidders Are Highly Encouraged To Comply With The Minimum Public Health Standards Set Forth By The National Inter-agency Task Force. 6. Prospective Bidders May Obtain Further Information From The Bac Secretariat Office Of The Provincial Government Of Batangas And Inspect The Bidding Documents From Monday To Friday, 08:00 A.m. To 05:00 P.m. At The Office Address And/or Email Address Provided Below Within Ten (10) Calendar Days Before The Opening Of Bids. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24, 2025 To March 03, 2025 From The 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City. The Bac Secretariat Will Issue The Order Of Payment Per Project To Be Presented At The Provincial Treasurer’s Office For Issuance Of Official Receipt As Proof Of Payment For The Fees. The Bac Shall Issue The Bidding Documents To The Interested Bidders Upon Payment Of The Corresponding Cost Thereof As Prescribed Under Appendix 8 Of Ra No. 9184 And Its Revised Irr, As Tabulated Below: Approved Budget For The Contract Maximum Cost Of Bidding Documents (php) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City On March 03, 2025 (monday), 08:30 To 09:30 A.m. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On March 03, 2025, 10:00 A.m. At The 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Prescribed Color Of The Folders And Envelopes Of Bidding Documents To Be Submitted Is White And There Must Be A Corresponding Tabbing/label For Each Document. 12. Interlineations, Erasures, Corrections Or Overwriting In The Financial Bid Form And Bill Of Quantities Are Highly Discouraged. In Case Of Such Instance, It Shall Be Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder Beside The Interlineations, Erasures, Corrections Or Overwriting In Order To Ensure Integrity Of The Bidding Documents And Transparency In The Bidding Procedures. Such Interlineations, Erasures, Corrections Or Overwriting And The Corresponding Signature Or Initial Shall Be Duly Acknowledged By The Authorized Representative/s Of The Bidder Who Made The Signature Or Initial During The Opening Of Bids And The Acknowledgement Shall Be Recorded In The Minutes Of The Meeting For Proper Documentation. 13. The Provincial Government Of Batangas 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 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder/s. 14. For Further Information, Please Refer To: Atty. Mary Remie Jane T. Marasigan-ambida, Bac Secretariat Head Bids And Awards Committee 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City Contact No.: (043) 783-7095 Email Address: Bac@batangas.gov.ph 15. For Your Reference, You May Visit This Website: Www.batangas.gov.ph/portal/bids-and-awards/. Issued This 24th Day Of February 2025. (sgd) Engr. Gilbert P. Gatdula Bac Chairperson
Municipality Of Caibiran, Biliran Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 81 K (USD 1.4 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids And Award Committee Of Brgy. Bariis, Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Construction Of Reservoir Location : Brgy. Bariis, Caibiran, Biliran Period Of Implementation : 30 Working Days Abc : P81,000.00 Source Of Funds : Blgu 20% D.f. 2025 All Particulars Relative To The Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification, And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr Item No. Unit Quantity Scope Of Work 101 Sq. M. 11.52 Formworks 102 Kgs. 440.30 Reinforcing Steel Bars 103 Cu.m. 4.49 Structural Concrete Spcl 1 L.m. 600.00 Pipe Works Schedule Of Activities: (1st Posting) Advertisement : February 22, 2025 To March 3, 2025 Bid Evaluation : March 5, 2025 (9:00 Am At The Office Of The Bac Chairman, Brgy. Bariis, Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act” 2. Interested Bidders May Obtain Further Information From Bac Secretary, Of Brgy. Bariis, Caibiran, Biliran And Inspect The Bidding Documents At The Address Given Below During [8:00-12:00 Am & 1:00-5:00 Pm During Office Hours Except Saturday, Sunday & Holiday]. 3. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24, 2025, Until March 4, 2025, Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 4. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. Bids Must Be Duly Received By The Bac Secretary Together With The Official Receipt Issued By The Barangay Treasurer On Or Before March 5, 2025, At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 6. Bid Evaluation Shall Be On March 5, 2025, At Exactly 9:00 Am At The Office Of The Bac Chairman, Brgy. Bariis, Caibiran, Biliran. 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. 7. The Bids And Award Committee Of Brgy. Bariis, Caibiran 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. 8. Checklist Of Eligibility Requirements For Infrastructure Is Hereto Attached: First Envelope (technical Proposal) Eligibility Requirements: 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A Dti/sec/cda Registration B Mayors Business Permit Or Its Equivalent Documents C Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & D Stamp Approved By The Bir 2. Audited Financial Statement 3. Statement Of Ongoing Contracts 4. Statement Of Single Largest Completed Contract (slcc) 5. Valid Pcab License Registration 6. Nfcc Computation Of Committed Line Of Credit Technical Requirements: 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Venture If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Duly Signed Organizational Chart 4. Duly Signed List Of Project Personnel 5. Schedule Of Works 6. Duly Signed Of Contractors Equipment For Project 7. Certificate Of Site Inspection (signed By The Project Engineer Of The Procuring Entity) 8. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete, Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2nd Envelope Financial Proposal 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates & Equipment Rentals Used In Indicating Also The Direct And Indirect Costs In Coming Up With The Bid. 3. Cash Flow By Quarter And Payment Schedule Note: Any Missing, Incomplete, Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2025philgeps012
Province Of Batangas Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 491.3 K (USD 8.4 K)
Details: Description Republic Of The Philippines Province Of Batangas Bids And Awards Committee Invitation To Bid For Installation Of Purification System At Sitio Hamilo, Brgy. Papaya, Nasugbu, Batangas 1. The Provincial Government Of Batangas, Through The General Fund Supplemental Budget No. 3 Of Fy 2024 Intends To Apply The Sum Of Four Hundred Ninety-one Thousand Three Hundred Ninety-nine Pesos And 37/100 (p491,399.37) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In The Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Batangas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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 Irr Of Ra No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. All Interested Bidders Shall Be Financially Capable To Finance Performance Or Completion Of The Above-mentioned Projects In Order To Avoid Delay Of The Said Projects. 5. All Interested Bidders Are Highly Encouraged To Comply With The Minimum Public Health Standards Set Forth By The National Inter-agency Task Force. 6. Prospective Bidders May Obtain Further Information From The Bac Secretariat Office Of The Provincial Government Of Batangas And Inspect The Bidding Documents From Monday To Friday, 08:00 A.m. To 05:00 P.m. At The Office Address And/or Email Address Provided Below Within Ten (10) Calendar Days Before The Opening Of Bids. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24, 2025 To March 03, 2025 From The 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City. The Bac Secretariat Will Issue The Order Of Payment Per Project To Be Presented At The Provincial Treasurer’s Office For Issuance Of Official Receipt As Proof Of Payment For The Fees. The Bac Shall Issue The Bidding Documents To The Interested Bidders Upon Payment Of The Corresponding Cost Thereof As Prescribed Under Appendix 8 Of Ra No. 9184 And Its Revised Irr, As Tabulated Below: Approved Budget For The Contract Maximum Cost Of Bidding Documents (php) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City On March 03, 2025 (monday), 08:30 To 09:30 A.m. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On March 03, 2025, 10:00 A.m. At The 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Prescribed Color Of The Folders And Envelopes Of Bidding Documents To Be Submitted Is White And There Must Be A Corresponding Tabbing/label For Each Document. 12. Interlineations, Erasures, Corrections Or Overwriting In The Financial Bid Form And Bill Of Quantities Are Highly Discouraged. In Case Of Such Instance, It Shall Be Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder Beside The Interlineations, Erasures, Corrections Or Overwriting In Order To Ensure Integrity Of The Bidding Documents And Transparency In The Bidding Procedures. Such Interlineations, Erasures, Corrections Or Overwriting And The Corresponding Signature Or Initial Shall Be Duly Acknowledged By The Authorized Representative/s Of The Bidder Who Made The Signature Or Initial During The Opening Of Bids And The Acknowledgement Shall Be Recorded In The Minutes Of The Meeting For Proper Documentation. 13. The Provincial Government Of Batangas 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 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder/s. 14. For Further Information, Please Refer To: Atty. Mary Remie Jane T. Marasigan-ambida, Bac Secretariat Head Bids And Awards Committee 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City Contact No.: (043) 783-7095 Email Address: Bac@batangas.gov.ph 15. For Your Reference, You May Visit This Website: Www.batangas.gov.ph/portal/bids-and-awards/. Issued This 24th Day Of February 2025. (sgd) Engr. Gilbert P. Gatdula Bac Chairperson
Department Of Trade And Industry - DTI Tender
Others
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 3 Million (USD 51.8 K)
Details: Description Request For Expression Of Interest Consulting Service For The Development Of Chatbot For The Department Of Trade And Industry (dti) 1. The Department Of Trade And Industry, Through The General Appropriations Act For Cy 2025, Intends To Apply The Sum Of Three Million Pesos (php3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Consulting Service For The Development Of Chatbot For The Department Of Trade And Industry (dti) (bidding No. 25-002a). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Trade And Industry Now Calls For The Submission Of Eligibility Documents For The Consulting Service For The Development Of Chatbot For The Department Of Trade And Industry (dti) (bidding No. 25-002a). Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 9 Am Of 03 March 2025 At The Procurement Management Division, Human Resource And Administrative Service (pmd-hras), G/f Trade & Industry Building, 361 Sen. Gil Puyat Avenue, Makati City Or Email It At Bacsecretariat@dti.gov.ph. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From Hras-pmd And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8 Am To 5 Pm, Monday To Friday. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Beginning On 24 February 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Government Procurement Policy Board (gppb), In The Amount Of Five Thousand Pesos (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 Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: A. Applicable Experience Of The Consultant, Considering Both The Overall Experiences Of The Firm, Or In Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants (30 Points); B. Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertaking (50 Points); And C. Current Workload Relative To Capacity (20 Points). 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 7. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Procuring Entity Shall Indicate The Weights To Be Allocated For The Technical And Financial Proposals. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Contract Shall Be Completed Within Twelve (12) Months. 9. The Department Of Trade And Industry 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: Mary Ann D. Yulas Officer-in-charge, Procurement Management Division Human Resource And Administrative Service Department Of Trade And Industry G/f, Trade And Industry Building 361 Sen. Gil Puyat Avenue, Makati City Tel. No: +63 (2) 7791-3363/3367 Email: Maryannyulas@dti.gov.ph Website: Www.dti.gov.ph 21 February 2025 Kristian R. Ablan Assistant Secretary Chairperson Dti-bids And Awards Committee
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 139.9 Million (USD 2.4 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 2nd District Engineering Office Regional Office V Baras, Canaman, Camarines Sur Invitation To Bid For 25fe0024 - Cssp: Sustainable Infrastructure Projects Alleviating Gaps (sipag) -flood Mitigation Structures Protecting Major/strategic Public Buildings/ Facilities - Construction Of Awayan-barcelonita Road Dike (package 2), Libmanan, Camarines Sur 1. The Department Of Public Works And Highways, Camarines Sur 2nd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php139,925,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cssp: Sustainable Infrastructure Projects Alleviating Gaps (sipag) -flood Mitigation Structures Protecting Major/strategic Public Buildings/ Facilities - Construction Of Awayan-barcelonita Road Dike (package 2), Libmanan, Camarines Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Camarines Sur 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Cssp: Sustainable Infrastructure Projects Alleviating Gaps (sipag) -flood Mitigation Structures Protecting Major/strategic Public Buildings/ Facilities - Construction Of Awayan-barcelonita Road Dike (package 2), Libmanan, Camarines Sur Contract Id No. : 25fe0024 Location : Libmanan, Camarines Sur Scope Of Works : Construction Of Flood Mitigation Structure Approved Budget For The Contract : Php139,925,000.00 Contract Duration : 378 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B For Medium A. 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 Department Of Public Works And Highways, Camarines Sur 2nd District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh, Cam. Sur 2nd Deo, Baras, Canaman, Camarines Sur During Weekdays From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24 – March 18, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php50,000.00 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, Camarines Sur 2nd District Engineering Office Will Hold A Pre-bid Conference On March 3, 2025 At 10:00 Am At Bac Office, Dpwh, Cam. Sur 2nd Deo, Baras, Canaman, Camarines Sur, Which Shall Be Open To Prospective Bidders And Live-streamed On Youtube: Https://www.youtube.com/@dpwh.camsur2deo 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_camarinessur2@dpwh.gov.ph For Electronic Submission On Or Before March 18, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 18, 2025 At 10:30am At Bac Office, Dpwh, Cam. Sur 2nd Deo, Baras, Canaman, Camarines Sur And Live-streamed On Youtube: Https://www.youtube.com/@dpwh.camsur2deo 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 Department Of Public Works And Highways, Camarines Sur 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Crispin A. Batac Bac Secretariat Head Baras, Canaman, Cam. Sur Telephone No. 054 (8816852) Email Address: Bacdpwhcs2@gmail.com Salvacion Lora C. Deleña Bac Chairperson Baras, Canaman, Cam. Sur Telephone No. 054 (8816852) Email Address: Delena.salvacion_lora@dpwh.gov.ph Approved By: (sgd) Salvacion Lora C. Deleña Bac Chairperson
11-20 of 10000 active Tenders