Website Tenders
Website Tenders
Department Of Education Division Of Apayao Tender
Others
Philippines
Details: Description Re-invitation To Bid Supply And Delivery Of Office And Gso Supplies, Materials, And Equipment For Fy 2025 Early Procurement Activity 1. The Schools Division Office Of Apayao, Through The Fy 2025 General Administrative Support Fund Intends To Apply The Sum Of One Million One Hundred Twenty Nine Thousand Three Hundred Nine Pesos And Seventy One Centavos Only (php 1,129,309.71) Being The Abc To Payments Under The Contract For Supply And Delivery Of Office And Gso Supplies, Materials, And Equipment For Fy 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Office Of Apayao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Schools Division Office Of Apayao And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m. Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23,2025-february 12, 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 Only (php5,000.00). Purchase Of Bidding Documents May Be Done In Person Or Through Online Banking Through The Sdo Trust Fund Account No. 2252-1012-79. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees That Will Be Presented In Person, Or Through Email At Sdobacapayao2024@gmail.com. Under Sections 6316 And 6817 Of Presidential Decree No. 1445, The Acknowledgment Of Such Payment As Government Funds Should Be Made Through The Issuance Of An Official Receipt. Therefore, Prospective Bidders Are Advised To Present The Official Receipt As Proof Of Payment; Otherwise Bid Envelopes Shall Not Be Accepted. 6. The Schools Division Office Of Apayao Will Hold A Pre-bid Conference On January 31, 2025 At 9:30 A.m. At The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Zoom Meeting Id: 878 9991 7538 Passcode: 9mzuqe Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before 9:00 A.m. Of February 12, 2025. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Also Be Rejected. Jerry B. Sario, Jr. Bac Chairperson Deped Car Sdo Apayao Capagaypayan, Luna, Apayao 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 12, 2025, At 9:30 A.m. At The Given Address Below The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Via Zoom Meeting Id: 878 9991 7538 Passcode: 9mzuqe. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schools Division Office Of Apayao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Rochelle Ann B. Natay Bac Secretariat Member Schools Division Office Of Apayao Provincial Government Center, Capagaypayan, Luna, Apayao Email Address:sdobacapayao2024@gmail.com Tel. No.:09978151287 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.depedapayao.com For Online Bid Submission: Sdobacapayao2024@gmail.com Jerry B. Sario, Jr. Assistant Schools Division Superintendent Bac Chairperson
Closing Soon12 Feb 2025
Tender AmountPHP 1.1 Million (USD 19.3 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Commercial Product Procurement Notice|5||x||||
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|||||||||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|w25g1u|tbd|||tbd||||||
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
option For Increased Quantity--separately Priced Line Item (mar 1989)|1|365 Days After Receipt Of Order|
contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (jan 2025))|83||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (jan 2025))|16|||||||||||||||||
offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3||||
alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x|x|||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|336310|1,050 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
evaluation--commercial Products And Commercial Services (nov 2021)|4|||||
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 70 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information:
Quote Amount And Rtat
o Unit Price:__________
o Total Price:__________
o Repair Turnaround Time (rtat):_______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
Contract.
Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte) ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example):__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
o Awardee Cage:__________
Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
Option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-7 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Governor,diesel Eng .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Governor,diesel Eng Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;7llb9 9900-526;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cotabato 1st District Engineering Office Villarica, Midsayap, Cotabato Invitation To Bid For 25md0040 – Construction Of Road, Barangay Patindeguen – Barangay Lagumbingan – Barangay Bagumba – Barangay Bual Norte, Midsayap, North Cotabato 1. The Department Of Public Works And Highways– Cotabato 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php4,950,000.00 Being The Approved Budget For The Contract (abc) To Payment Under The Contract For 25md0040 – Construction Of Road, Barangay Patindeguen – Barangay Lagumbingan – Barangay Bagumba – Barangay Bual Norte, Midsayap, North Cotabato . Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 31 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. 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 4:00pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways–cotabato 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 – February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 7. The Bidding Documents 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. Dpwh-infr-04-2016 8. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 @ 10:00 A.m. At Dpwh Cotabato 1st Deo Conference Room, Villarica, Midsayap, Cotabato And/or Through Youtube Channel (https://youtube.com/@dpwhcotabato1stdeo), Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or February 11, 2025 @ 9:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On February 11, 2025 @ 9:00 A.m At The Given Address Below And/or Through Youtube Channel. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways–cotabato 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 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. 13. For Further Information, Please Refer To: Ana Maria B. Resmenia Head, Procurement Unit Dpwh Villarica, Midsayap, Cotabato Banay.josephine@dpwh.gov.ph Tel. No. (064) 5770389 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Refer To Dpwh D.o. 087, S. 2020 (http://dpwhweb/pdf/issuances/do/20/do 087 S2020 Electronic Bid Submission Email: Electronicbids_cotabato1@dpwh.gov.ph Date Issue: January 23, 2025 Evelyn L. Dilangalen Engineer Iii Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
MUNICIPALITY OF PAETE, LAGUNA Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Province Of Laguna Municipality Of Paete Tel. Nos. (049) 501-6490-101, (049) 557-0001 Invitation To Bid For Rehabilitation Of Box Culvert At Mariguerra Ext Barangay Bagumbayan 1. The Municipality Of Paete, Laguna, Through The 20%development Fund-continuing Intends To Apply The Sum Of Five Million Pesos Only (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Rehabilitation Of Box Culvert At Madriguerra Ext Barangay Bagumbayan With Identification Number Ip-003-25madrigeurra Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Description Of Work 2. The Municipality Of Paete, Laguna Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 110 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 Municipality Of Paete, Laguna And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23-february 11, 2025@9:00 Am From Given Address And Website/s Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php 5,000.00). 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Through Bac Secretariat. 6. The Municipality Of Paete, Laguna Will Hold A Pre-bid Conference On January 30, 2025@ 9:30 Am At Municipal Building, Municipal Hall J.v. Quesada St. Barangay 1, Paete, Laguna Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 11, 2025@ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025@9:30 Am At The Given Address Below Municipal Building, Municipal Hall, J.v. Quesada St. Brgy 1, Paete, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Advertisement/issuance Of Bidding Documents January 23-february 11, 2025@9:00 Am 2. Pre-bid Conference January 30, 2025@9:30 Am 3.deadline Of Submission Of Bids February 11, 2025 @9:00 Am 4. Opening Of Bids February 11, 2025 @9:30 Am 5. Bid Evaluation February 12, 2025 6. Post-qualification February 13-14, 2025 7. Notice Of Award February 18, 2025 8. Contract Agreement February 28, 2025 9. Notice To Proceed March 3, 2025 10. The Municipality Of Paete, Laguna 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: Christine M. Cainto Bac Secretariat J.v. Quesada St. B-1 Paete, Laguna Odacrem_12@yahoo.com 049-501-6490-101 Paete.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.paete.gov.ph January 2, 2025 ________________ ________________ Engr. John Laurence M. Cadawas Bac Chairman
Closing Soon11 Feb 2025
Tender AmountPHP 5 Million (USD 85.5 K)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS DAVAO DEL NORTE 2N Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Department Of Public Works And Highways (dpwh) Contract Id : 25lj0017, 25lj0035, 25lj0036, 25lj0037, 25lj0041, 25lj0042, 25lj0044, 25lj0049, 25lj0051, 25lj0087, 25lj0116, 25lj0125, 25lj0128, 25lj0129 Contract Name : Various Location Of The Contract : Various Davao Del Norte 2nd District Engineering Office Tagum City, Region Xi Invitation To Bid 1. The Department Of Public Works And Highways Davao Del Norte 2nd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bidders To Submit Bids For The Infra Projects Funded Under Gaa Cy 2025, To Wit: 7. Contract Id : 25lj0044 Contract Name/location : Construction Of Multi-purpose Building (barangay Hall), Barangay New Camiling, Carmen, Davao Del Norte Scope Of Works : Construction Of Multi-purpose Building (barangay Hall) Approved Budget For The Contract (abc) : Php 7,920,000.00 Contract Duration : 115 Cal. Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Rejected Automatically At Bid Opening. 2. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation With Pcab License For Size Range Small B (items 1, 3, 4, 5, 6, 7, 8, 9, 11, 12 & 13), Medium A (items 2, 10 & 14), (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. 3. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. 4. 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, 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. 5. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance Of Bidding Documents January 23, 2025, Until 10:00 Am Of February 13, 2025 Procurement Unit Office, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 2. Pre-bid Conference January 31, 2025 At 9:00 Am Conference Room, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 3. Receipt Of Bids Until 10:00 Am Of February 13, 2025 Office Of The Bac Chairperson, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 4. Opening Of Bids February 13, 2025, After All Bids Have Been Received And Recorded Conference Room, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City The Bidding Documents May Also Be Downloaded Free Of Charge From The Dpwh (www.dpwh.gov.ph/dpwh/) And Philgeps (www.philgeps.gov.ph/) Websites, Provided That The Bidders Shall Pay The Applicable Fee Of Php 5,000 (items 6 & 12), Php 10,000 (items 4, 5, 7, 8, 9, 11 & 13), Php 25,000 (items 1, 2, & 3), & Php 50,000 (items 10 & 14), Per Project For The Bidding Documents Not Later Than The Date And Time Of The Submission Of Bids, Pursuant To The Latest Guidelines Issued By The Gppb. 6. 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_davaodelnorte2@dpwh.gov.ph For Electronic Submission Not Later Than The Date And Time Of The Submission. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Proposal May Be Submitted Through An Authorized Representative Together With A Company Id Or Any Government Issued Id And The Original Authorization Letter (i.e. Special Power For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Information From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) For The Authenticity And Veracity Of Said Authorization Letter. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Channel: Https://www.youtube.com/@dpwh.ddnsub.deo. And Via Zoom Application With Meeting Id: 229 852 7318 Password: Dpwddn2 On The Dates Above. 8. The Department Of Public Works And Highways Davao Del Norte 2nd District Engineering Office Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 9. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Nelita L. Acain Engineer Iii Head, Procurement Unit Dpwh Davao Del Norte 2nd Deo Email: Dpwhddnsubdeo.procurement@gmail.com Date Of Posting: January 23, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Del Norte 2nd Deo Compound Garry E. Verano Officer-in-charge Office Of The Assistant District Engineer Bac Chairperson
Closing Date13 Feb 2025
Tender AmountPHP 7.9 Million (USD 135.4 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n771.5|wll|see Email|dillon.m.hippensteel.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|tbd|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity (mar 1989)|1|365 Days After Contract Award Date|
alternate A, Annual Representations And Certifications (oct 2024)|13||x||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334412|750 Employees|x|||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 121 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information:
Quote Amount And Rtat
Unit Price:__________
Total Price:__________
Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract.
Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Circuit Card Assemb .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Circuit Card Assemb Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;34246 9011a0504-101c/c;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
\
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Hiyang Hiyang Elementary School Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Department Of Education Region Vi-western Visayas Division Of Cadiz City Hiyang-hiyang Elementary School Invitation To Bid For The Procurement Of Materials For Improvement Of Ceiling And Roofing Of Grade 4, 5 And 6 Classrooms 1. The Hiyang-hiyang Elementary School Of Cadiz City, Through The Schools Mooe Fund Cy 2025 Intends To Apply The Sum Of Twenty Eight Thousand Nine Hundred Fifty Two Pesos (php 28,952.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Invitation To Bid For The Procurement Of Materials For Improvement Of Ceiling And Roofing Of Grade 4, 5 And 6 Classrooms. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Hiyang-hiyang Elementary School Of Cadiz City Now Invites Bids For The Procurement Of Materials For Repair Of Stand Alone Comfort Room. Delivery Of The Goods Is Required Within The Months Of January To December As Stated In Section Vi-schedule Of Requirements. Bidders Should Have Completed, Within 3 Days 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) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: 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 5183. 4. Interested Bidders May Obtain Further Information From Hiyang-hiyang Elementary School And Inspect The Bidding Documents At The Address Given Below During 8am To 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10, 2025 From Hiyang-hiyang Elementary School And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php 500.00 ) 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 Hiyang-hiyang Elementary School Of Cadiz City Will Hold A Pre-bid Conference On January 29, 2025, 8:00 Am At Hiyang-hiyang Elementary School Principal’s Office Room, Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before February 10, 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. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 10, 2025 At 8:00 In The Morning. 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 23, 2025 At 8:00 In The Morning At Hiyang-hiyang Elementary School . 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. 9. The Exact Delivery And Procurement Date Of The Office Supplies And Materials For The School Forms Is Movable But The Month Of Procurement Is Fixed. 10. The Hiyang-hiyang Elementary School Of Cadiz City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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: Mr. Jordan B. Magracia Bac Secretariat Hiyang-hiyang Elementary School So. Hiyang-hiyang, Brgy. Celestino Villacin Cell No. 09382249721 Ms. Sheila May C. Barilea Bac Chairman Hiyang-hiyang Elementary School
Closing Soon10 Feb 2025
Tender AmountPHP 28.9 K (USD 495)
Department Of Health Center For Health Development Bicol Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Health Bicol Center For Health Development Invitation To Bid For Provision Of Catering Services, Venue And Accommodation For Various Capability Building Activities In The Province Of Albay For The Period April-december 2025 Ib No. 25-23 1. The Department Of Health Bicol Center For Health Development (doh Bicol-chd), Through The General Appropriations Act (gaa) Intends To Apply The Sum Nine Million Four Hundred Eight Thousand Three Hundred Seventy-five Pesos Only (php 9,408,375.00) Being The Abc To Payments Under The Contract For Provision Of Catering Services, Venue And Accommodation For Various Capability Building Activities In The Province Of Albay For The Period April-december 2025 Ib No. 25-23. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Doh Bicol-chd Now Invites Bids For The Above Procurement Project. Delivery Of The Goods And Services Is Required On The Expected Delivery Date (s) Stated In Section Vi, Schedule Of Requirements. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Doh Bicol-chd And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 12, 2025 (9:00 Am) From The Given Address And Website(s) Below. The Applicable Fees For The Bidding Documents Are As Follows. Total Abc Of Item(s) The Bidders Is Bidding For (opt To Bid) Cost Of Bidding Documents (philippine Peso) 500,000.00 And Below 500.00 More Than 500,000.00 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 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally Or Through Electronic Mail For Bidders Who Will Be Paying Through Bank Transfer 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. Account Name: Doh Chd Bicol Branch: Lbp Legazpi Branch Account No: 0132-1068-51 6. The Doh Bicol Chd Will Hold A Pre-bid Conference On January 31, 2025, 9:00 Am At Doh Bicol Chd, Legazpi City, Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Accessible To All Prospective Bidders. Interested Bidders May Contact The Bac Secretariat For The Meeting Link. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below On Or Before February 12, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 12, 2025, 9:00 Am At Doh Bicol Chd, Legazpi City, Via Cisco Webex. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. Ib-25-23- Mupservices -technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. Ib-25-23- Mupservices -financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before February 12, 2025, 9:00 Am Philippine Standard Time To Publicbidding@bicol.doh.gov.ph • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. Ib-25-23-mupservices • Upon Submission, Bidders Shall Receive An Acknowledgement From The Doh Bicol-chd Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Doh Bicol-chd Bac Secretariat During Office Hours At (052) 732-2031 Local 5171 Or 5170 For Further Assistance. For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done Through Videoconferencing, Webcasting Or Similar Technology. 11. The Doh Bicol-chd 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. Unsealed Or Unmarked Bid Envelopes, Or In Case Of Electronic Bid Submission, Bidding Documents Not In Compressed Archive Folders And Are Not Password Protected, Shall Be Rejected. However, Bid Envelopes That Are Not Properly Sealed And Marked Or Not Properly Compressed And Password-protected, As Required In The Bidding Documents, Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Improperly Compressed Or Password-protected Folder, Or For Its Premature Opening. (gppb Resolution No. 09-2020). 12. For Further Information, Please Refer To: Ms. Liberty T. Tapado Head, Bac Secretariat Procurement Section Doh Bicol-chd Legazpi City, 4500 Email Address: Publicbidding@bicol.doh.gov.ph (052) 732-2031 Local 5171 Or 5170 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Ro5.doh.gov.ph For Online Bid Submission: Publicbidding@bicol.doh.gov.ph January 23, 2025 (sgd) Rosa Maria B. Rempillo, Md, Mchm, Cese Chairperson
Closing Soon12 Feb 2025
Tender AmountPHP 9.4 Million (USD 160.9 K)
Municipality Of Mangaldan, Pangasinan Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Mangaldan Invitation To Bid For Construction Of 1-storey 3-classroom School Building At Salaan Elementary School, Brgy. Salaan, Mangaldan, Pangasinan The Municipal Government Of Mangaldan, Pangasinan, Through The Municipal Budget Of Mangaldan, Pangasinan Intends To Apply The Lump Sum Of Six Million Five Hundred Thousand Pesos (php 6,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of 1-storey 3-classroom School Building At Salaan Elementary School, Brgy. Salaan, Mangaldan, Pangasinan With Identification Number: Mmp-pb-2025-028 Lump Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening Provided That Each Project Does Not Exceed The Project Cost As Follows; 1. The Municipal Government Of Mangaldan, Pangasinan, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Descrip-tion 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 Municipal Government Of Mangaldan, Pangasinan Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 4:00 P.m. Except Holidays. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 12, 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 Php 10,000.00. The Procuring En-tity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Municipal Government Of Mangaldan, Pangasinan Will Hold A Pre-bid Con-ference On 10:00 A.m., January 31, 2025, At Bac Office, 1st Floor, Beside Engi-neering Office Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Inside A Red Envelope And Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 9:00 A.m., February 12, 2025. 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 10:00 A.m., February 12, 2025 At The Bac Office, 1st Floor, Beside Engineering Office. Bids Will Be Opened In The Presence Of The Bid-ders’ Representatives Who Choose To Attend The Activity. 9. The Bidding Process Applies The Gbpb Resolution No.14-2019 Dated July 17, 2019 And Gppb Circular No. 06-2019 Dated July 17, 2021 On Early Procurement Activities (epa), Wherein, The Award Of Contract Shall Be Made After The Final Approval Of The Loan From The Land Bank Of The Philippines. 10. The Municipal Government Of Mangaldan, 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incur-ring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Raymund J. Gotoc Head Bac-secretariat Rizal Street ,poblacion Mangaldan, Pangasinan Philippines 2432 Telephone: (075)540-2400 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph ____________________________ Juan R. Garcia, Jr. Bac Chairperson
Closing Soon12 Feb 2025
Tender AmountPHP 6.5 Million (USD 111.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For 25ck0082 – Construction Of Flood Mitigation Structure Along The Banks Of Rio Chico River In Barangay Lomboy (phase Vii), La Paz, Tarlac. 1. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 96,499,347.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ck0082 – Construction Of Flood Mitigation Structure Along The Banks Of Rio Chico River In Barangay Lomboy (phase Vii), La Paz, Tarlac. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Through Its Bids And Awards Committee (bac), Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Mitigation Structure Along The Banks Of Rio Chico River In Barangay Lomboy (phase Vii), La Paz, Tarlac Contract Id No. : 25ck0082 Locations : La Paz, Tarlac Scope Of Works : Construction Of Flood Mitigation Structure Approved Budget For The Contract : Php 96,499,347.50 Contract Duration : 184 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B For Medium A. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building., 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (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 Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo) And Inspect The Bidding Documents At San Francisco, Concepcion, Tarlac During Weekdays From Mondays To Fridays At 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By The Interested Bidders On January 23, 2025 To February 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 6. 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. 7. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Will Hold A Pre-bid Conference On January 30, 2025, 10:00 Am At Dpwh T2deo Multi-purpose Hall Room, Via Youtube Livestreaming Which Shall Be Open To Prospective Bidders. 8. 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_tarlac2@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On February 11, 2025, After 10:00 A.m At Dpwh T2deo Multi-purpose Hall Room. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways – Tarlac 2nd District Engineering Office (dpwh-t2deo) Reserves The Right To Accept Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Head: Erwin D. Salvador Address: San Francisco, Concepcion, Tarlac Tel. No(s).: (045) 934-53-93 Email Address: Dpwhtarlac2nddeo_bac@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website & Www.dpwh.gov.ph Date Of Issue: January 23, 2025 Advisory: Prospective Bidders/suppliers Are Strictly Advised To Observe Covid-19 Health Protocols Prescribed By The Iatf And/or Local Government Units, And Thus, They And/or Their Authorized Representative Who Will Attend The Procurement Activities And/or Submit Bids Are Required To Present Current Antigen And/or Rt- Pcr Negative Test Results. Approved By: Julio Elano C. Villanis Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
5041-5050 of 9670 active Tenders