Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 9.8 Million (USD 168.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Bohol 1st District Engineering Office Tagbilaran City, Bohol, Region Vii Invitation To Bid For 25ha0081 – Construction Of Bayacabac-tinibgan (maribojoc)-obujan-tagubaas (antequera) Provincial Road, Maribojoc And Antequera, Bohol 1. The Department Of Public Works And Highways – Bohol 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 9,800,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ha0081. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bohol 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Bayacabac-tinibgan (maribojoc)-obujan-tagubaas (antequera) Provincial Road, Maribojoc And Antequera, Bohol Contract Id No. : 25ha0081 Location : Maribojoc, Bohol Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract : 9,800,000.00 Contract Duration : 80 - Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For License Category C & D. 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. 4. 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. 4.1 As Provided In Section 25.1 Of The 2016 Revised Irr Of R.a. 9184, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative …”. 4.2 To Further Clarify, The Bidder’s Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa). Otherwise, There Must Be A Duly Signed And Notarized Special Power Of Attorney (spa) [for Sole Proprietorship] Or Board/ Partnership/joint Venture Resolution With Secretary’s Certificate [for Corporation/partnership/joint Venture/cooperative] Presented In Hard Copy And A Soft Copy Thereof Must Also Be Emailed To Bohol1stbacsec@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Documents Mentioned Above From The Official Cwa-registered Email Address Of The Bidder Shall Result In The Bidder Not Being Issued An Order Of Payment Nor Being Allowed To Submit/drop Bid Proposals. 5. 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, Otherwise Known As The "“government Procurement Reform Act”. 6. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh – Bohol 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol During Weekdays From 8:00 A.m. To 5:00 P.m. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 – February 20, 2025 Until 10:00 A.m. Only From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00 9. 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. 10. The Dpwh – Bohol 1st District Engineering Office Will Hold A Pre-bid Conference On February 07, 2025 At 10:00 A.m. At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And/or Through Video Conferencing/webcasting The Dpwh Bohol 1st D.e.o. Official Youtube Channel Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq Which Shall Be Open To Prospective Bidders. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bohol1@dpwh.gov.ph For Electronic Submission On Or Before 12:00nn Of February 20, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 13. Bid Opening Shall Be On February 20, 2025 At 1:00 P.m At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And Shall Be Streamed Via Our Youtube Channel: Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq. 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. 14. The Dpwh – Bohol 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. 15. For Further Information, Please Refer To: Mary Noeline F. Racines Engineer Iii - Procurement Head/head Bac Secretariat Procurement Office, Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62014 Email Address: Racines.mary_noeline@dpwh.gov.ph Claudio D. Arcayena, Jr. A.e.r. Bac Chairman Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62004

President Ramon Magsaysay State University Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 20 Million (USD 344.6 K)
Details: Description Republic Of The Philippines President Ramon Magsaysay State University (formerly Ramon Magsaysay Technological University) Iba, Zambales, Philippines Tel/fax No.: (047) 602 6120 24 Invitation To Bid For The Project: Construction Of Three-storey Business & Technology Academic Building, Castillejos Campus Phase 1 Itb No.: Infra 2025-01-002 1. The President Ramon Magsaysay State University, Through The General Appropriations Act 2025 (gaa 2025) Intends To Apply The Sum Of Php 20,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Three-storey Business & Technology Academic Building, Castillejos Campus Phase 1 – Itb No.: Infra 2025-01-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The President Ramon Magsaysay State University Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred (200) 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 President Ramon Magsaysay State University And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays; 08:00am To 05:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 24, 2025 From The Office Of The Bac Secretariat, Administration Building, 2nd Floor, Prmsu, Iba, Zambales 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 20,000.00. 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 (www.prmsu.edu.ph), Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Payment Must Be Made At The Cashier’s Office, Administration Building, Ground Floor, Prmsu, Iba, Zambales.   6. The President Ramon Magsaysay State Univeristy Will Hold A Pre-bid Conference On February 10, 2025; 10:30am Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Interested Bidders Must Register Through Google Forms Made Available At Www.prmsu.edu.ph. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Secretariat Office, 2nd Floor, Administration Building, Prmsu Iba Campus, Palanginan, Iba, Zambales On Or Before February 24, 2025; 08:30am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 24, 2025; 09:30am At Futures Thinking Innovation Workspaces, 3rd Floor, Administration Building, Prmsu Iba Campus, Palanginan, Iba, Zambales. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The President Ramon Magsaysay 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. 11. For Further Information, Please Refer To: Chona Lou C. Fulinara, Lpt, Mpa Head, Pms/bac Secretariat Address: Prmsu, Iba, Zambales Email: Bac@prmsu.edu.ph Telephone No.: 047-602-6120-24 Website: Www.prmsu.edu.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.prmsu.edu.ph [january 31, 2025] ________________________________ Presy A. Antonio, Mmpm, Csee Bac Chairperson

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 3.8 Million (USD 67.1 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Construction/improvement Of Multi-purpose Building At P-8 Barangay Balila (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Three Million Eight Hundred Ninety-five Thousand Seven Hundred Thirty-three Pesos & 44/100 (php 3,895,735.44) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/improvement Of Multi-purpose Building At P-8 Barangay Balila Ib # 2025-01-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 155 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 Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 18, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On Febraury 6, 2025 At 9:00 A.m. At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On February 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 16. 9. Bid Opening Shall Be On February 18, 2025 At 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: January 31, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson   Bill Of Quantities Reference No. : Ib # 2025-01-002 Name Of Project: Constuction/improvement Of Multi-purpose Building At P-8 Barangay Balila Location: Balila, Lantapan, Bukidnon Abc: Php 3,895,733.44 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 803(1)a Structure Excavation, Common Soil Cu.m 63.54 804(1)a Embankment Cu.m 75.02 804(4) Gravel Fill Cu.m 11.98 902(1) Reinforcing Steel (deformed, Grade 40) Kg 2,449.75 900(1) Structural Concrete - Class A, 28 Days Cu.m 34.19 1046(1)c1 Non Loadbearing (including Reinforcement), 100mm Sq.m 163.20 1046(1)c1 Cement Plaster Finish Sq.m 82.56 1047(2) Structural Steel (post, Girder, Stiffener, Trusses And Purlins) Kg 11,822.91 1047(3) Metal Structure Accessories (turn Buckle And Anchor Bolts) Pc 92.00 1047(4) Metal Structure Accessories (cross Bracing) Pc 16.00 1047(6) Metal Structure Accessories (steel Plates) Pc 30.00 1047(7)b Metal Structure Accessoties (sagrods) Pc 230.00 1047(1)b2 Prepainted Metal Sheet (dura Curve Rib Type, Long Span Sq.m 638.88 1013 Fabricated Metal Accessory (box Type Gutter And Fascia Molding) Ln.m 64.00 Spl-2 Form Works And Scaffolding Bd.ft 1,500.00 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________

Province Of Batangas Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Details: Description Republic Of The Philippines Province Of Batangas Bids And Awards Committee Invitation To Bid For Rehabilitation Of Damaged Fence At The Health Integrated Management Center Compound, Brgy. Putol, Tuy, Batangas 1. The Provincial Government Of Batangas, Through The General Fund Supplemental Budget No. 5 Of Fy 2024 Intends To Apply The Sum Of Three Million Pesos (p3,000,000.00) 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 Seventy-five (75) 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 January 31, 2025 To February 19, 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. The Provincial Government Of Batangas Will Hold A Pre-bid Conference On February 07, 2025 (friday), 10:00 A.m. At The 2nd Floor, Bac Office, Provincial Capitol Compound, Kumintang Ibaba, Batangas City. 9. 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 February 19, 2025 (wednesday), 08:30 To 09:30 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 19, 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. 12. The Prescribed Color Of The Folders And Envelopes Of Bidding Documents To Be Submitted Is Yellow And There Must Be A Corresponding Tabbing/label For Each Document. 13. 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. 14. 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. 15. 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 16. For Your Reference, You May Visit This Website: Www.batangas.gov.ph/portal/bids-and-awards/. Issued This 31st Day Of January 2025. (sgd.) Engr. Gilbert P. Gatdula Bac Chairperson

Cotabato Sanitarium Tender

Healthcare and Medicine
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)
Details: Description Invitation To Bid Procurement Activity For The Procurement Of Various Goods 1. The Cotabato Sanitarium & General Hospital Through The Hospital Income And General Appropriation Act 2024 Intends To Apply The Sum Stated Below Being The Abc To Payments Under The Contract For Each Goods. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Cotabato Sanitarium & General Hospital Now Invites Bids For: Itb No. Name Of Project Total Abc (php) Amount Of Bidding Documents (php) 2025-001 Procurement Of Antiseptics (rebid) 743,800.00 1,000.00 2025-002 Procurement Of Laboratory Supplies (rebid) 1,179,700.00 5,000.00 2025-003 Procurement Of Sutures (rebid) 2,894,560.00 1,000.00 2025-004 Procurement Of Medical Supplies (rebid) 4,542,679.00 5,000.00 2025-005 Procurement Of Hemodialysis Supplies (rebid) 525,700.00 1,000.00 2025-006 Procurement Of Respiratory Care Supplies And Equipment 1,154,998.00 5,000.00 2025-007 Procurement Of Drugs And Medicines(rebid) 1,912,806.00 5,000.00 2025-008 Procurement Of Iv Fluids 3,867,960.00 5,000.00 2025-009 Procurement Of Housekeeping Supplies (rebid) 1,154,750.00 5,000.00 2025-010 Procurement Of Office Supplies (rebid) 1,402,395.80 5,000.00 2025-011 Procurement Of Engineering Supplies 1,078,789.25 5,000.00 Total 20,458,138.05 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). 2. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid January 31, 2025 Pre-bid Conference February 10, 2025, 2:00pm Via Google Meet Deadline For Submission: February 24, 2025, 10:00am, Face-to Face Cotabato Sanitarium & General Hospital • Procurement Of Antiseptics (rebid) • Procurement Of Laboratory Supplies (rebid) • Procurement Of Sutures (rebid) • Procurement Of Medical Supplies (rebid) • Procurement Of Hemodialysis Supplies (rebid) • Procurement Of Respiratory Care Supplies And Equipment February 25, 2025, 10:00am, Face-to Face Cotabato Sanitarium & General Hospital • Procurement Of Drugs And Medicines(rebid) • Procurement Of Iv Fluids February 26, 2025, 10:00am, Face-to Face Cotabato Sanitarium & General Hospital • Procurement Of Housekeeping Supplies (rebid) • Procurement Of Office Supplies (rebid) • Procurement Of Engineering Supplies Opening Of Bids Immediately After The Deadline Of Submission Of Bids Post Qualification Evaluation February 25 – March 12, 2025 Cotabato Sanitarium & General Hospital Landbank Of The Philippines Account Details Account Name: Cotabato Sanitarium Treatment Account No.: 0372-1178-93 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 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. Prospective Bidders May Obtain Further Information From Cotabato Sanitarium & General Hospital Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, Except Holidays, 8:00am Till 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Bac Secretariat And Upon Payment Of A Nonrefundable Fee In Amounts Pursuant To This Invitation. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. Republic Of The Philippines Department Of Health Cotabato Sanitarium And General Hospital Regional Office No. Xii Page 2 Of 2 Ib No. Cs-pb-2025-001_011 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 Cotabato Sanitarium & General Hospital Will Hold A Pre-bid Conference On February 10, 2025, 2:00pm, Which Shall Be Open To All Interested Parties. The Scheduled Meeting May Be Accessed Through This Link Via Google Meet. Pre-bid Conference (various Goods) Monday, February 10 · 2:00 – 5:00pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/bmv-popx-sjn Or Dial: (us) +1 716-427-7057 Pin: 570 827 998# More Phone Numbers: Https://tel.meet/bmv-popx-sjn?pin=6917297589030 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before The Following Dates And Time: February 24, 2025, 10:00am, Face-to Face, Cotabato Sanitarium & General Hospital • Procurement Of Antiseptics (rebid) • Procurement Of Laboratory Supplies (rebid) • Procurement Of Sutures (rebid) • Procurement Of Medical Supplies (rebid) • Procurement Of Hemodialysis Supplies (rebid) • Procurement Of Respiratory Care Supplies And Equipment February 25, 2025, 10:00am, Face-to Face, Cotabato Sanitarium & General Hospital • Procurement Of Drugs And Medicines(rebid) • Procurement Of Iv Fluids February 26, 2025, 10:00am, Face-to Face, Cotabato Sanitarium & General Hospital • Procurement Of Housekeeping Supplies (rebid) • Procurement Of Office Supplies (rebid) • Procurement Of Engineering Supplies Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Also Be Rejected. 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 24-26, 2025, At Cotabato Sanitarium And General Hospital. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Shall Drop Their Duly Accomplished Eligibility Requirements, Technical And Financial Proposals At The Cotabato Sanitarium & General Hospital Auditorium. 11. The Cotabato Sanitarium & General Hospital 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. 12. For Further Information, Please Refer To: The Chairperson Bids And Awards Committee C/o Bac Secretariat Cotabato Sanitarium & General Hospital Brgy. Ungap, Sultan Kudarat, Maguindanao Cp No. 09272228396 Bac. Email Add: Bac@cotsan.doh.gov.ph P.e. Website: Www.cotsan.doh.gov.ph (sgd) Mangontawar A. Daing, Md, Fpcp

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Soon13 Feb 2025
Tender AmountRefer Documents 
Details: Page 1 Of 10 combined Synopsis Solicitation Northampton Vamc Fitchburg Va Community-based Outpatient Clinic Fiber Optic Cable Installation (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number Is 36c24125q0266 And The Solicitation Is Issued As A Request For Quotation (rfq). (iii) A Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-01. (iv) This Requirement Is Being Issued As An Open Market, Sdvosb Set-aside. The Associated Naics 238210 And Small Business Size Standard Is $19.0 Million. (v) The Government Intends To Award A Firm-fixed Price Award To Install A Fiber Optic Cable At The Fitchburg Va Community-based Outpatient Clinic. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission. (vi) The Contractor Shall Provide All Resources Necessary To Provide Pest Management Services Iaw The Attached (performance Work Statement). Please See The Attached Pws For Full Requirement Details. (vii) The Place Of Performance Is Bedford Massachusetts As Described Per The (performance Work Statement). (viii) Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (jul 2016); 52.217-5 Evaluation Of Options (jul 1990); 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (ix) Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. site Visit: 05 Feb 2025 At 10 Am At The Main Entrance Of The Fitchburg Va Community-based Outpatient Clinic. submission Of Quotes: (1) Quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered. (2) Offerors Shall Submit Their Quotes Electronically Via Email To Carissa.sarazin@va.gov. (3) Quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer. evaluation Process: award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process. offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:â  price (follow These Instructions): offeror Shall Complete Attachment 1 - Price Schedule, With Offerors Proposed Contract Line Item Prices Inserted In Appropriate Spaces.â  past Performance: offeror Shall Utilize Attachment 2 Past Performance Worksheet To Provide At Least One (1) But No More Than (3) References Of Work, Similar In Scope And Size With The Requirement Detailed In The (performance Work Statement). References May Be Checked By The Contracting Officer To Ensure Your Company Is Capable Of Performing The Statement Of Work.â  The Government Also Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources. questions: questions Shall Be Submitted To The Contracting Officer In Writing Via E-mail. Oral Questions Are Not Acceptable Due To The Possibility Of Misunderstanding Or Misinterpretation. The Cut-off Date And Time For Receipt Of Questions Is 07-feb- 2025 By 12:00 Pm Est. Questions Received After This Date And Time May Not Be Answered. Questions Shall Be Answered In A Formal Amendment To The Solicitation So All Interested Parties Can See The Answers. technical: The Offeror S Quote Shall Be Evaluated To Determine If The Organization Has The Experience And Capabilities To Provide The Requested Services Iaw The (performance Work Statement) In A Timely Efficient Manner.â  contractor Shall Demonstrate Their Corporate Experience And Approach To Meet All Requirements Stated In The (performance Work Statement). contractor Shall Demonstrate That Their Technicians Meet The Qualification Standards Stated In The (performance Work Statement). if You Are Planning To Sub-contract Some Or All Of This Work, Please Provide The Name And Address(s) Of All Subcontractor(s) (if Applicable) And A Description Of Their Planned Subcontracting Effort. sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer. vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.204-16 Commercial And Government Entity Code Maintenance (jul 2016); 52.219-6 Notice Of Total Small Business Set-aside; 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (dec 2013); 852.203-70 Commercial Advertising (may 2008); 852.232-72 Electronic Submission Of Payment Requests (nov 2018) subcontracting Commitments - Monitoring And Compliance this Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments. (xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (wage Determination Applicable (manchester 2015-4019 Rev 23 Posted On Beta.sam.gov) (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Responses Are Due 13-sept- 2024 By 12:00 Pm Est. Rfq Responses Must Be Submitted Via Email To: Carissa.sarazin@va.gov. Hand Deliveries Shall Not Be Accepted. (xvi) The Poc Of This Solicitation Is Carissa.sarazin@va.gov) attachment 1 price Schedule item Number description Of Supplies/services quantity unit unit Price amount item Number description Of Supplies/services quantity unit unit Price amount 0001 fiber Optic Cable Installation 1.00 jb __________________ __________________ grand Total __________________ attachment 2 past Performance Worksheet 1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date Of Contract Award: 5. Beginning Date Of Contract: 6. Completion Date Of Contract: 7. Contract Value: 8. Type Of Contract: 9a. Technical Point Of Contact: 9b. Contracting Point Of Contact: name: name: title: title: address: address: telephone: telephone: email: email: 10. Place Of Performance: 11. Description Of Work (use A Continuation Sheet If Necessary): 12. List Any Commendations Or Awards Received: 13. List Of Major Subcontractors: performance Work Statement department Of Veterans Affairs (va) community-based Outpatient Clinic, Fitchburg, Ma fiber Optic Extension 3rd Fl. general the Va Central Western Mass Requires The Installation Of A Fiber Optic Cable From The 1st Fl To The 3rd Floor At Our Community Outpatient Clinic. This Will Support The Training Requirement At The Fitchburg Va Clinic Located At 881 Main St, Fitchburg, Ma. project Scope Of Work work Shall Consist Of Installation And Testing One 12 Strand Multi-mode Fiber Optic Cable From The First Floor It Room 143 To The Training Room Located On The Third-floor In Room 302 (approximate 450 ). The Fiber Shall Be Run Above Any Drop Ceilings In J-hooks Located Every 3 . Any Wall Penetrations Require Metal Sleeves And Firestopping. Contractor Shall Have No Less Than 5 Years Experience In Fiber Optic Installation. All Supplies, Tools And Equipment Shall Be Provided By The Contractor. this Includes The Following Task: provide And Install One Corning 012t88-33191-a3 (or Equal) 12 Strand Indoor Plenum Rated Interlocking Armored Multimode Om4 Fiber Optic Cable, Testing Equipment And All Materials Including But Not Limited To Ports, Terminations, Hangers, And Conduit. all Wall And Floor Penetrations Shall Have Steel Sleeves And Proper 2 Hour Fire Rating. provide And Install All Terminations. Terminations Shall Be New Lc Type Corning 95-051-98-sp-x (or Equal). (24 Total) provide And Install One Eaton Srwf6u (or Equal) 6u Vertical-mount Locking Cabinet Capable Of Being Mounted Over An Existing Receptacle On The 3rd Fl Training Room. Coordinate Final Location With Cor. provide And Install Two Corning Sph-01p (or Equal) Wall Mount, Single Door, 12 Port Fiber Patch Panels. Each One Shall Have 1 Cch Connector Panel Capable Of Holding 12 Lc Ports. all Work To Comply With Current Vha, Nfpa, Joint Commission, Nec, And Other Regulations And Guidelines. Fiber Testing Shall Be Completed To Tia-568.3-e Standards. quality Assurance quality Assurance Requirements Apply To Equipment And Systems Described In This Document. telecommunications And Associated Systems Shall Be Safe, Reliable, efficient, Durable, Easily And Safely Operable And Maintainable, Easily And Safely Accessible, And In Compliance With Applicable Codes As Specified. The Systems Shall Be Comprised Of High Quality institutional-class And Industrial-class Products Of Manufacturers That Are Experienced Specialists In The Required Product Lines. All Service Firms And Personnel Shall Be Experienced And Qualified specialists In Telecommunications. products Criteria: standard Products: Material And Equipment Shall Be The Standard products Of A Manufacturer Regularly Engaged In The Manufacture Of The Products For At Least 3 Years (or Longer As Specified Elsewhere). The Design, Model And Size Of Each Item Shall Have Been In Satisfactory And Efficient Operation On At Least Three Installations For Approximately Three Years. all Items Furnished Shall Be Free From Defects That Would adversely Affect The Performance, Maintainability And Appearance Of Individual Components And Overall Assembly. attachments: 1st And 3rd Floor Drawings

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 7.8 Million (USD 135.1 K)
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road At Barangay Taal, Pulilan, Bulacan Contract Id No. : 25cc0363 Locations : Pulilan, Bulacan Scope Of Works : Construction Of 0.440 Lane Km Road With Retaining Wall (b/s) Approved Budget For The Contract : P7,839,840.85 Contract Duration : 60 C.d. Amount Of Bidding Documents : Ten Thousand Pesos (p10,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan 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 31, 2025 To February 20, 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 Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 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_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before February 20, 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 15. 11. Bid Opening Shall Be On February 20, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 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 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: January 31, 2025– February 20, 2025

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 9.8 Million (USD 170.5 K)
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road At Barangay Bangkal, Malolos City, Bulacan Contract Id No. : 25cc0370 Locations : Malolos City, Bulacan Scope Of Works : Construction Of 0.330 Lane Km Road Approved Budget For The Contract : P9,899,606.82 Contract Duration : 90 C.d. Amount Of Bidding Documents : Ten Thousand Pesos (p10,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan 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 31, 2025 To February 20, 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 Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 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_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before February 20, 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 15. 11. Bid Opening Shall Be On February 20, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 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 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: January 31, 2025– February 20, 2025

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 7.9 Million (USD 136.4 K)
Details: Description Invitation To Bid For Contract Id No.: 25gk0128 Rehabilitation Of Multi-purpose Building (municipal Hall), Manapla, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 7,919,999.96 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Multi-purpose Building (municipal Hall), Manapla, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Multi-purpose Building (municipal Hall), Manapla, Negros Occidental Contract Id No. : 25gk0128 Locations : Manapla, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthwork Part E: Finishing And Other Civil Works Part F: Electrical Part G: Mechanical Approved Budget For The Contract : Php 7,919,999.96 Contract Duration : 150 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. 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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental 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 31, 2025 To February 20, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. 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_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 20, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson

City Of Toledo Tender

Software and IT Solutions
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 3.3 Million (USD 57.7 K)
Details: Description Itb No. G04-01-2025 Invitation To Bid For: Supply And Delivery Of Sixty-seven (67) Units Laptop For Elementary & Secondary Public Schools Deped Toledo –sef 2023 1. The City Government Of Toledo Under The Sef-ict Equipment Sb #2-2023 – Has Appropriated The Sum Of Three Million Three Hundred Fifty Thousand Pesos (php3,350,000.00) Only, Being The Approved Budget For The Contract (abc) For The Supply And Delivery Of Sixty-seven (67) Units Laptop For Elementary & Secondary Public Schools Deped Toledo –sef 2023. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Toledo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For A Period Of (30) Working Days Upon Receipt Of The Purchase Order (po) And/or Ntp. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty (60%) Percent Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Office At Toledo Garden City Hall, Brgy. Ilihan, Toledo City Through The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.-5:00p.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 Up To February 19, 2025 At 9:00 A.m. From The Address Below And Upon Payment Of The Applicable Fees For The Bidding Documents Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Toledo Will Hold A Pre-bidding Conference On February 07, 2025 @ 9:00 A.m. At The Office Of The Bids And Awards Committee, Toledo Garden City Hall, Brgy. Ilihan,toledo City, Which Shall Be Open To All Prospective Bidders. 7. Bids May Be Duly Received By The Bac Secretariat At The Given Address On Or Before 9:00 O’ Clock In The Morning Of February 19, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 19, 2025 @ 9:00 A.m. Onwards At The Bids And Awards Committee Office, Toledo Garden City Hall, Brgy. Ilihan, Toledo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Each Bidder Shall Submit One (1) Certified Copy From The Original And Two (2) Additional Authenticated Copies Of The First And Second Components Of The Bid. Bidders Shall Enclose Their Original Eligibility And Technical Documents In One Sealed And Signed Envelope Marked “original-technical Component” And The Original Of Their Financial Component In Another Sealed And Signed Envelope Marked “original-financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. All Envelopes Shall Contain The Name Of The Contract To Be Bid In Capital Letters, Bear The Name And Address Of The Bidder In Capital Letters, Be Addressed To The Procuring Entity’s Bac, Bear The Specific Identification Of The Bidding Process And Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of The Bids, Bidders Are Also Required To Provide Table Of Contents With Corresponding Tab/label For Each Submitted Technical And Financial Components Of Its Bid. Failure To Comply Of The Said Requirements Shall Be Ground For Disqualification. 11. Prospective Bidders Should Have Completed Similar Contract Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value At Least 50% Of The Abc. 12. The City Government Of Toledo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To : Ms. Leslie V. Abellanosa - Head – Bac Secretariat Bac Office, Toledo Garden City Hall ,brgy. Ilihan, Toledo City Cel No. 09667703246 Email: Lgu_bactoledo@yahoo.com January 28, 2025. Signed Atty. Hazan F. Bargamento Chairman
5031-5040 of 10000 active Tenders