Website Tenders
Website Tenders
BARANGAY STA MARGARITA, BAGGAO, CAGAYAN Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Baggao Barangay Sta. Margarita Invitation To Bid Purchase Of Materials For The Construction Of Conc. Perimeter Fence Mph At Barangay Sta. Margarita, Baggao, Cagayan 1. The Barangay Sta. Margarita, Baggao, Cagayan, Through Pgc Financial Assistance Cy 2024 Intends To Apply The Sum Of Two Hundred Thirty-nine Thousand One Hundred Seventeen Pesos Only (₽ 239,117.00) Being The Abc To Payments Under The Contract For Purchase Of Materials For The Construction Of Conc. Perimeter Fence Mph At Barangay Sta. Margarita, Baggao, Cagayan (b-g-2025-01-001). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Sta. Margarita, Baggao, Cagayan Now Invites Bids For The Above Services.delivery Of The Goods Is Required Until 20 Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Hall, Sta. Margarita, Baggao, Cagayan And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 Until 8:30am Of February 17, 2025 From The Given 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 Php500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Barangay Sta. Margarita, Baggao, Cagayan Will Hold A Pre-bid Conference On February 3, 2025 9:30am At Barangay Hall, Sta. Margarita, Baggao, Cagayan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 17, 2025, 9:00am. 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 17, 2025, 9:30am At The Barangay Hall, Sta. Margarita, Baggao, Cagayan Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Barangay Sta. Margarita, Baggao, Cagayan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Michelle De Guzman Barangay Hall, Sta. Margarita Sta. Margarita, Baggao, Cagayan 09266031056 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philippine Government Electronic Procurement System (philgeps) ______________________________________ Tolentino D. Guitilen Bbac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 239.1 K (USD 4 K)
Province Of Davao Del Sur Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid (ib) No. C-011-25 One Job Order For The Construction Of Potable Water Supply System Located At Brgy. Latian, Kiblawan, Davao Del Sur All In Accordance To Plans, Specifications And Scope Of Work And The Green Procurement Policy As Adopted By Executive Order No. 30 Series Of 2019 1.the Provincial Government Of Davao Del Sur, Through The Cy 2024 (supplemntalbudget) - 20% Development Fund Intends To Apply The Sum Of P4,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ib No.c-011-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Provincial Government Of Davao Del Sur Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 Calendar Days Contract Duration. 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 Provincial Government Of Davao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m., Monday To Friday: Engr. Shiela Mae A. Zapanta, Mpa Administrative Officer Iv Head, Bac Secretariat For Infrastructure Projects Room 16, Provincial Capitol Building, Matti, Digos City, Davao Del Sur 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28- February 18, 2025, At The Procurement Management Office Room 16 (bac Secretary For Infrastructure Projects), Executive Building, Capitol Compound, Barangay Matti, Digos City, Davao Del Sur With The Official Website Https://davaodelsur.gov.ph/ Upon Accomplishing A Bidder’s Assessment Slip Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Of P5,000.00. The Provincial Government Of Davao Del Sur Through The Bids And Awards Committee Shall Allow The Bidder To Present Its Proof Of Payment (official Receipt) For The Fees. Said Proof Of Payment Shall Be Presented In Person To The Bac Secretariat At The Procurement Management Office. 6.the Provincial Government Of Davao Del Sur Will Hold A Pre-bid Conference On February 04, 2025, 9:00 A.m. At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidder. 7.bids Must Be Duly Received By The Bac Secretariat At The Following Through Manual Submission. Late Bids Shall Not Be Accepted. advance Dropping (before February 18, 2025) – Room 16, Procurement Management Office (infrastructure Projects), Capitol Building, Matti, Digos City. date Of Opening (february 18, 2025), Before 9:00 A.m.) – At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidders. 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 February 18, 2025 At 9:00 A.m., At Ralota Hall, Gov. Douglas Ra. Cagas Cultural, Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidders. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.process As To Purchase Of Bidding Documents: A.a Special Power Of Attorney From The Proprietor Of The Company Or A Secretary’s Certificate If Corporation, Shall Be Presented In Case The Latter Opted To Send Representative/s In His/her Behalf. B. The Bidder Shall Accomplish A Bidder’s Assessment Slip To Be Signed By The Bac Secretariat, Bac Chairperson Or Bac Vice-chairperson In Absence Of The Former, And The Head Of The Procuring Entity. C.payment Of Bidding Documents Fee At The Provincial Treasurer’s Office. D.presentation Of The Official Receipt To The Procurement Management Office For The Release Of The Bidding Documents. Preparation Of Bidding Documents: A.two-envelope System: A.1 Envelope 1 – Eligibility/technical Documents In 3 Sets, Book Bound, And With Proper Tabbing. A.2 Envelope 2 – Financial Documents In 3 Sets Book Bound, And With Tabbing. However, If It Will Not Exceed 10 Pages, The Bidder May Book Bound Or Securely Stapled. B. Any Document Submitted, Not Book-bound And Less Than Three (3) Sets, Shall Be Rejected Outright. C.envelope 1 And Envelope 2 Shall Be Placed In One Mother Envelope. Please See Bid Data Sheet For Further Instruction. 11.the Provincial Government Of Davao Del Sur 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. 12.for Further Information, Please Refer To: The Bac Chairperson Provincial Government Of Davao Del Sur Contact No: 09487685848 Email Address: Sbacdavaodelsur@gmail.com Engr. Shiela Mae A. Zapanta, Mpa Head, Bac Secretariat For Infrastructure Projects Pgo – Procurement Management Office Office Of Bac Secretariat For Infrastructure Projects Room 16, Provincial Capitol Building, Matti, Digos City, Davao Del Sur Contact No: 09487685848; Email Address: Sbacdavaodelsur@gmail.com 13.you May Visit The Website, Www.davaodelsur.gov.ph, For Downloading Of Bidding Documents. Dessamie Buat- Sanchez, Cpa, Jd Provincial Budget Officer Bac Chairperson January 27, 2025
Closing Date18 Feb 2025
Tender AmountPHP 4 Million (USD 68.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid 1. The Dpwh, Cavite Ii District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay – Crisanto M. Delos Reyes Ave. – K0066+(-504) – K0066+437, K0066+891 - K0068+536 Contract Id No. : 25dg0052 Contract Location : Tagaytay City, Cavite Scope Of Works : Asphalt Overlay Net Length/dimension : 10.4776 Lane Km Approved Budget For The Contract : Php 96,499,792.69 Source Of Funds : Fy 2025 Gaa Contract Duration : 158 Calendar Days Size Range License Category : : Medium A B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Contractors/applicants Are Also Enjoined To Comply With The Provisions Of R.a. 6685 And R.a. 9710 Per D.o. No. 130 Series Of 2016. (see Instruction To Bidders And General Conditions Of Contract For Reference/guidance) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 18, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The 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 Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, Will Hold A Pre-bid Conference On February 6, 2025 @ 10:00 A.m. At The Conference Room, Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite2@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 After 10:00 A.m. At The Conference Room, Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 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 To Be Bid. 11. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. 12. The Dpwh, Cavite Ii District Engineering Office, Alfonso, Cavite, 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Ariel P. Umipon Chief, Quality Assurance Section Bac Chairperson Telephone No. (046) 412-9513 Email Address: Dpwh_csdeo@yahoo.com Catherine May P. Almario Engineer Ii Oic-procurement Unit Telephone No. (046) 412-9513 Email Address: Dpwh_csdeo@yahoo.com Department Of Public Works And Highways Cavite Ii District Engineering Office Mangas Ii, Alfonso, Cavite 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite2@dpwh.gov.ph. January 27, 2025 Approved By: Ariel P. Umipon Chief, Quality Assurance Section Bac Chairperson Noted: Marlo B. Correa District Engineer
Closing Date18 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Capiz 1st District Engineering Office Km. 1, Roxas City, Capiz, Region Vi Invitation To Bid For Contract Id No.: 25gd0039 Contract Name: Construction Of Multi-purpose Building, Barangay Yatingan, Pontevedra, Capiz 1. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gd0039 – Construction Of Multi-purpose Building, Barangay Yatingan, Pontevedra, Capiz. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Yatingan, Pontevedra, Capiz Contract Id No. : 25gd0039 Location : Barangay Yatingan, Pontevedra, Capiz Scope Of Works : Part B. Other General Requirements Part C. Earthworks Part D. Reinforced Concrete Part E. Finishing And Other Civil Works Part F. Electrical Part G. Mechanical Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 115 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are 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 Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attach Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Capiz 1st District Engineering Office And Inspect The Bidding Documents At Procurement Unit, Km. 1, Roxas City, Capiz During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, To February 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 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 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 Capiz 1st District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025, At 10:00 A.m. At Bidding Room, Procurement Unit, 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 The Manual Submission Or At Electronicbids_capiz1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025, At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 18, 2025, At 10:00 Am At Department Of Public Works And Highways Capiz 1st District Engineering Office, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Chooses To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Capiz 1st 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: Jonathan S. Oro Head, Bac-secretariat (036) 620-2533 Hanzel B. Samson Bac-chairperson (036) 620-0490
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Province Of Pampanga Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-15 Ig- Bac Invitation To Bid For Purchase Request No. 25-0382 And 23-5096 The Provincial Government Of Pampanga (“province”) Intends To Apply The Following Sums From The Following Funds, As Follows: Source Of Funding/year Approved Budget For The Contract (abc) Purchase Request Number Description General Fund 28,000,000.00 #25-0382 1 Lot Custom Made Mobile Clinic Barge General Fund 1,500,000.00 #23-5096 Supply And Delivery Of 1 Set Global Navigation Satelite System: Real Time Kinetic (gnss-rtk) Land Surveying Equipment Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Above Procurement Project. Delivery Of Goods Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Two 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. 2. 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. 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. 3. Interested Bidders May Obtain Further Information From The Province And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga Between 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From January 28, 2025 (tuesday) Between 8:00 A.m. To 5:00 P.m. Up To February 18, 2025 (tuesday) Until 8:30 A.m. Only From The Given Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Purchase Request Number Abc Amount #25-0382 28,000,000.00 25,000.00 #23-5096 1,500,000.00 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees In Person. 5. The Province Will Hold A Pre-bid Conference On February 6, 2025 (thursday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bids And Awards Committee (bac) Secretariat Office Thru Manual Submission At Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga On Or Before 8:45 A.m. Of February 18, 2025 (tuesday). 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 14. 8. Opening Of Bids Will Be On February 18, 2025 (tuesday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga. Bids Will Be Opened In The Presence Of The Bidders ’representatives Who Choose To Attend At The Activity. 9. Online Bid Submission Is Not Applicable. 10. The Province Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure 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 Hereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Filipina R. Sevilla Chairperson - Bids And Awards Committee (bac) Secretariat Bac Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pampanga.gov.ph January 27, 2025 Francis V. Maslog Chairman Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.5 K)
Government Service Insurance System - GSIS Tender
Finance And Insurance Sectors
Philippines
Details: Description 1. The Government Service Insurance System (gsis), Through The Gsis Corporate Operating Budget For Cy 2025, Intends To Apply The Sum Of Five Million One Hundred Thirty Thousand Pesos (php5,130,000.00) Being The Abc To Payments Under The Contract For The Project Procurement Of Services For Cy 2025 Annual Medical And Physical Examination. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Gsis Now Invites Bids For The Abovementioned Procurement Project. Conduct Of The Annual Medical And Physical Examination (ampe) Should Be Completed Within Sixty (60) Calendar Days From The Date Indicated In The Notice To Proceed. All Other Project Deliverables Should Be Completed By 31 December 2025. Bidders Should Have Completed, Within The Past Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Whose Value, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From The Gsis Bids And Awards Committee (gbac) Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday Excluding Holidays. Gbac Secretariat, Level 2 Core G, Gsis Headquarters Building, Financial Center, Pasay City 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On 28 January 2025, From 9:00am To 4:00pm, Monday To Friday Excluding Holidays, From The Abovementioned Address And Website Provided Below And Upon Payment Of The Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php10,000.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Gsis Website, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Gsis Bids And Awards Committee Will Hold A Pre-bid Conference On 06 February 2025, Starting At 10:00am At The Gbac Conference Room, Level 2 Core G, Gsis Headquarters Building, Financial Center, Pasay City And Through Zoom Video Conferencing Facility. To Receive The Zoom Meeting Details, Interested Bidders Should Register Using The Qr Code Or Link Provided Below. The Pre-bid Conference Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 20 February 2025, 9:30am. Late Bids Shall Not Be Accepted. Gbac Secretariat, Level 2 Core G, Gsis Headquarters Building, Financial Center, Pasay City 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 20 February 2025, Starting At 10:00am At The Given Address Below And Through Zoom Video Conferencing Facility. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Gbac Conference Room, Level 2 Core G, Gsis Headquarters Building, Financial Center, Pasay City To Receive The Zoom Meeting Details, Authorized Representatives Of The Bidders Should Register Using The Qr Code Or Link Provided Below. 10. In Accordance With Gppb Circular 06-2005, The Gsis Adopts The Use Of “draw Lots” As A Tie-breaking Method In The Event Two Or More Of The Bidders Have Been Declared As Having The Lowest Calculated Responsive Bid (lcrb). 11. The Gsis Warns The Public/bidders Of Unscrupulous Individuals And Groups Posing As Officers/employees Of The Gsis Soliciting Money, Gifts, Favors Or Benefits For Alleged Aid For Whatever Purpose. Do Not Give Anything To These Unscrupulous Individuals And Groups. The Gsis Thus Enjoins The Cooperation Of The Public/bidders To Report These Individuals/groups To The Gsis Bids And Awards Committee And Gbac Secretariat. 12. The Gsis 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. 13. Each Eligible Bidder Is Expected To Be Ready With Respect To The Submission Of Post-qualification Documents, Post-qualification Evaluation And Award Of Contract. Upon Approval Of Contract Award, The Notice Of Award (noa) Will Be Sent To The Winning Bidder’s Registered Email. This Email Notification Must Be Acknowledged By The Winning Bidder Within 24 Hours. In Any Case, The Noa Shall Be Considered Received On The Date The Email Was Sent. If The Email Was Sent On A Non-working Day, The Noa Shall Be Considered Received On The Next Business Day. Upon Its Receipt Of The Noa, The Winning Bidder Shall Immediately Coordinate With The Gsis Authorized Representative As Indicated In Section V (special Conditions Of The Contract) Of The Bidding Documents And In The Noa For The Contract Preparation. The Winning Bidder Must Submit The Following Requirements Within Five (5) Calendar Days: A. Performance Security As Prescribed In Section 39 Of The Revised Irr Of Ra No. 9184; B. Contract Agreement Form Signed By The Winning Bidder’s Representative As Indicated In The Omnibus Sworn Statement And Notarized Secretary’s Certificate/special Power Of Attorney. (note: The Contract Agreement Form Is Attached In The Published Bidding Documents. Bidders Are Encouraged To Review The Contract Agreement Form, General Conditions Of The Contract And Special Conditions Of The Contract Of The Bidding Documents As Early As Possible To Ensure The Timely Preparation And Signing Of Contract.) C. Other Document/s As Indicated In Itb Clause 21.1 Of Section Iii (bid Data Sheet) Of The Bidding Documents. If The Winning Bidder Failed To Submit These Requirements Within The Prescribed Period, The End-user Unit Has The Option To Recommend To The Head Of The Procuring Authority/approving Authority The Cancellation Of Noa. 14. For Further Information, Please Refer To: Gbac Secretariat Gsis Bids And Awards Committee Level 2 Core G, Gsis Headquarters, Financial Center, Pasay City Tel. Nos. (02)7976-4961/7976-4945 / Fax No. (01) 8859-0373 Gbac_secretariat@gsis.gov.ph / Www.gsis.gov.ph 15. You May Visit The Following Websites For Downloading Of Bidding Documents: Http://www.gsis.gov.ph/opportunities/gbac Or The Philgeps Website At Https://www.philgeps.gov.ph. 16. Bidder’s Registration Https://bit.ly/gbacbiddersregform
Closing Date20 Feb 2025
Tender AmountPHP 5.1 Million (USD 87.4 K)
City Of Alaminos Tender
Others
Philippines
Details: Description Invitation To Bid For The Procurement Of Services Of Professional Event Hosts And Entertainers During The Search For Miss Hundred Islands 2025 (coronation Night) In The City Of Alaminos, Pangasinan 1. The City Government Of Alaminos, Pangasinan Through The Special Purpose Appropriation Intends To Apply The Sum Of Four Million Two Hundred Thousand Pesos (php 4,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of Professional Event Hosts And Entertainers During The Search For Miss Hundred Islands 2025 (coronation Night) In The City Of Alaminos, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty. Unit Of Measure Item Description 1 Lot Professional Event Hosts And Entertainers 1 Male Professional Host 1 Female Professional Host 1 Male Professional Singer 1 Professional Band Including Transportation 2. The City Government Of Alaminos, Pangasinan Now Invites Bids For The Above Procurement Project. Delivery Of The Services Is Required Within Ten (10) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. 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 Law Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From The City Government Of Alaminos, Pangasinan And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28 – February 17, 2025 From The Given Address And Website Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00) At The Bac Secretariat, City Engineering Office, City Of Alaminos, Pangasinan. 6. 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. 7. The City Government Of Alaminos, Pangasinan Will Hold A Pre-bid Conference On February 5, 2025, 10:00 A.m. At The Bac Office, City Hall Building, City Of Alaminos, Pangasinan Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat On Or Before February 17, 2025, 9:30 A.m. At The City Budget Office, City Hall Building, City Of Alaminos, Pangasinan. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On February 17, 2025, 10:00 A.m. At The Bac Office, City Hall Building, City Of Alaminos, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The City Government Of Alaminos, Pangasinan 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 No. 9184 & Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Rolever C. Bernabe / Engr. Wilson C. Rosario Head – Bac Secretariat / Member – Bac Secretariat Alaminos City Hall Building Quezon Avenue, Poblacion, City Of Alaminos, Pangasinan 09772078566 / 09984469612 Bacseretariat12020@gmail.com Rowena F. Ruiz City Budget Officer Chairperson - Bids And Awards Committee
Closing Date17 Feb 2025
Tender AmountPHP 4.2 Million (USD 71.6 K)
Municipality Of San Jose De Buan, Samar Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Republic Of The Philippines Municipality Of San Jose De Buan Province Of Samar Request For Expression Of Interest For Consultancy Services For The Formulation Of San Jose De Buan Master Development Plan 1. The Municipality Of San Jose De Buan, Through The General Fund C.y. 2025 Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (p 1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Consultancy Services For The Formulation Of San Jose De Buan Master Development Plan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Municipality Of San Jose De Buan Now Calls For The Submission Of Eligibility Documents For Consultancy Services For The Formulation Of San Jose De Buan Master Development Plan . Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before February 17, 2025, 2:00pm At Municipal Hall, Municipal Compound, Poblacion 02, San Jose De Buan, Samar. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Consultants May Obtain Further Information From Municipality Of San Jose De Buan And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm On Mondays To Fridays, Excluding Holidays. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Or Before February 17, 2025 From The Address Below Upon Payment Of The Applicable Fee Of One Thousand Five Hundred Pesos (p 1,500.00) For The Bidding Documents. 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 Fee For The Bidding Documents Not Later That 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) Interested Consultants Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Criteria Weight Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firms Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants; 50 % Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertaking; And 30 % Current Workload Relative To Capacity. 20 % Total 100 % 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. 7. 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. 8. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs). 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. 9. The Contract Shall Be Completed Within Six (6) Months From The Issuance Of The Notice To Proceed (ntp). 10. The Municipality Of San Jose De Buan 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: Ma. Beverly L. Arpon Bac Secretariat Municipality Of San Jose De Buan, Samar Brgy. 02 Poblacion, San Jose De Buan, Samar Arponbeverly@gmail.com 0905-540-0319 January 17, 2025 Date Of Issue Arnel G. Otida Bac Chairperson Municipality Of San Jose De Buan, Samar Brgy. 02 Pobl., San Jose De Buan, Samar Arnelgahatorotida29@gmail.com 0917-158-4077
Closing Date17 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.5 K)
Central Luzon State University Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Invitation To Bid 0143pb-clsu-2025 Repair And Improvement Of Clsu Guest House Phase Ii The Central Luzon State University, Through The Repair And Improvement Of Clsu Guest House Phase Ii. Intends To Apply The Sum Of Three Million Five Hundred Fifty Five Thousand Five Hundred Fifteen Pesos & 30/100 (₱3,555,515.30), Being The Approved Budget For The Contract (abc) To Payments Under The Contract Repair And Improvement Of Clsu Guest House Phase Ii, With Project Number#: 0143pb-clsu-2025, Philgeps Ref.11698828. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Central Luzon State University Now Invites Bids For The Above Procurement Project. Completion Of The Works Is 85 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). 2. 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. 3. Interested Bidders May Obtain Further Information From Central Luzon State University Bac Secretariat Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm- Monday To Friday. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 5. The Central Luzon State University Will Hold A Pre-bid Conference On February 5, 2025 2:00 Pm Through Face To Face At Conference Room Administration Building Central Luzon State University Science City Of Muñoz, Nueva Ecija Which Shall Be Open To Prospective Bidders. \ 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before February 17, 2025 At 11:30am. 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 February 17, 2025 At 2:00pm At The Given Address Below Conference Room Administration Building Central Luzon State University Science City Of Muñoz, Nueva Ecija And/or Through E-mail At Bac_sec@clsu.edu.ph Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Central Luzon State University 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: Mr. Ronnie L. Gutierrez Bac Secretariat Office Central Luzon State University, Science City Of Munoz, N.e 3120 E-mail Bac_sec@clsu.edu.ph Tel/fax-(044) 456 5652 Web Address-clsu.edu.ph 11. You May Visit The Following Websites: A. For Downloading Of Bidding Documents: Www.philgeps.gov.ph B. For Online Bid Submission: Bac_sec@clsu.edu.ph C. For Online Payment: Land Bank Of The Philippines - Clsu Trust Liability Account; Account Number: 2961-002-446
Closing Date17 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.6 K)
Municipality Of Kabacan, Cotabato Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Local Government Unit Of Kabacan, Through The Economic Development Fund 2024 Intends To Apply The Sum Of Five Million Pesos (php 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Opening Of Road At Sitio Tulunan, Brgy. Pisan, Kabacan, Cotabato. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Local Government Unit Of Kabacan Now Invites Bids For Opening Of Road At Sitio Tulunan, Brgy. Pisan, Kabacan, Cotabato. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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 Kabacan And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays From 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 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 Ten Thousand Pesos (php 10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Kabacan Will Hold A Pre-bid Conference On February 5, 2025 At Exactly 10:00am At Lgu Bac Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 17, 2025 At Exactly 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 17, 2024 At Exactly 10:30am At Lgu 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.
Closing Date17 Feb 2025
Tender AmountPHP 5 Million (USD 85.2 K)
5021-5030 of 10000 active Tenders