Website Tenders

Website Tenders

Municipality Of Apalit, Pampanga Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Municipality Of Apalit Province Of Pampanga Invitation To Bid For The Supply Of Materials For The Upgrading And Concreting Of Road @aroma, Sampaloc, Apalit, Pampanga 1. The Municipality Of Apalit, Through The 20% Dev’t Fund Intends To Apply The Sum Of Four Million One Hundred Eighteen Thousand Two Hundred Seventy-five And 00/100 (4,118,275.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Materials For The Upgrading And Concreting Of Road @aroma, Sampaloc, Apalit, Pampanga [lgu-apa-02-03-2025]. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Apalit Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 Working 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 Municipality Of Apalit And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. Weekdays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 19, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 19, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 19, 2025 At 10:00 A.m. At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Apalit Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Emely M. Gonzales Bac Secretariat Head Municipal Hall Compound, San Juan, Apalit, Pampanga E-mail Address: Cesarcarlos135@gmail.com 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph January 24, 2025 Nestor G. Macalino Bac Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 4.1 Million (USD 70.4 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n774.12|cfc|717-605-2464|charles.t.miller7.civ@us.navy.mil| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|tbd|tbd|||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|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| 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|325920|750|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Charles.t.miller7.civ@us.navy.mil. This Is A Competitive Procurement. All Quotes That Would Like To Be Considered Must Be submitted Before The Closing Date. b. General Requirements: Mil-std Packaging, Government Source Inspection Required. c. All Freight Is Fob Origin. d. This Rfq Is For A Buy/procurement. 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. e. Only A Firm-fixed Price (ffp) Will Be Accepted. f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. g. Your Quote Should Include The Following Information For Justification Purposes: - New Procurement Unit Price____________________ - Total Price _____________________ - Procurement Delivery Lead Time (ptat) _________________ Days - Award To Cage _______________ - Inspection & Acceptance Cage, If Not At Award To Cage _____________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________ (90 Days Minimum Is Requested). - Delivery Vehicle (if Delivery Order Requested)(e.g. If Your Cage Has A Current Boa/idiq) h. Important Traceability Notice: if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items. evaluation Factors: evaluation Utilizing Simplified Acquisition Procedures the Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And A Non-price Factors. The Following Factors Will Be Used To Evaluate quotations In Order Of Relative Importance: 1) Price. 2) Past Performance. The Offeror?s Past Performance On Related Contracts Will Be Evaluated To Determine The Following As Appropriate: Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, communications Between Contracting Parties, And Customer Satisfaction. 3) Supplier Performance Risk As Described In Dfars 252.204-7024. (end Of Provision) quotes Shall Be Received No Later Than The Date Specified In The Solicitation In Order To Be Considered. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Test Set Subassembl . 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. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=2505735 |10001| K|fn |d|0001 | |49998|0111854 drawing Data=2505797 |10001| E|fn |d|0001 | |49998|0063699 drawing Data=2510007 |10001| F|fn |d|0001 | F|49998|0159130 drawing Data=5727490 |53711| Y|fn |d|0001 | Y|49998|0345813 drawing Data=5894123 |53711| D|fn |d|0001 | D|49998|0056509 drawing Data=5894161 |53711| A|doc|d|0001 | A|49998|2618473 drawing Data=5894214 |53711| K|fn |d|0001 | K|49998|0214592 drawing Data=5894214 |53711| K|fn |d|0002 | K|49998|0175407 drawing Data=5894215 |53711| D|fn |d|0001 | D|49998|0049122 drawing Data=5894218 |53711| J|fn |d|0001 | J|49998|0261998 drawing Data=5894223 |53711| D|fn |d|0001 | D|49998|0051687 drawing Data=5905578 |53711| D|fn |d|0001 | D|49998|0051327 drawing Data=5905580 |53711| K|fn |d|0001 | |49998|0073170 drawing Data=5905582 |53711| F|fn |d|0001 | F|49998|0062778 drawing Data=5905583 |53711| U|fn |d|0001 | U|49998|0201358 drawing Data=5905583 |53711| U|fn |d|0002 | U|49998|0149748 drawing Data=5905590 |53711| H|fn |d|0001 | |49998|0122826 drawing Data=5905592 |53711| C|fn |d|0001 | C|49998|0054357 drawing Data=5905594 |53711| D|fn |d|0001 | |49998|0122373 drawing Data=5905595 |53711| C|fn |d|0001 | C|49998|0064773 drawing Data=5905596 |53711| F|fn |d|0001 | |49998|0061297 drawing Data=5905597 |53711| F|fn |d|0001 | F|49998|0043458 drawing Data=5905598 |53711| E|fn |d|0001 | E|49998|0056847 drawing Data=5905599 |53711| D|fn |d|0001 | D|49998|0041440 drawing Data=5905603 |53711| D|fn |d|0001 | D|49998|0078846 drawing Data=5905607 |53711| F|st |d|0001 | |49998|0887715 drawing Data=5905611 |53711| C|fn |d|0001 | C|49998|0093786 drawing Data=5905612 |53711| C|fn |d|0001 | C|49998|0106201 drawing Data=5905615 |53711| B|fn |d|0001 | B|49998|0088362 drawing Data=5905647 |53711| D|fn |d|0001 | D|49998|0073916 drawing Data=5905648 |53711| C|fn |d|0001 | C|49998|0115960 drawing Data=5905661 |53711| E|fn |d|0001 | |49998|0112264 drawing Data=5905661 |53711| E|pl |d|0001 | |49998|0026750 drawing Data=5905662 |53711| M|fn |d|0001 | M|49998|0091866 drawing Data=5905662 |53711| N|pl |d|0001 | |49998|0028330 drawing Data=5905663 |53711| U|fn |d|0001 | U|49998|0098007 drawing Data=5905663 |53711| U|pl |d|0001 | U|49998|0006860 drawing Data=5905664 |53711| C|fn |d|0001 | C|49998|0062720 drawing Data=5905664 |53711| C|pl |d|0001 | C|49998|0005927 drawing Data=5905665 |53711| E|fn |d|0001 | E|49998|0047851 drawing Data=5905667 |53711| P|fn |d|0001 | P|49998|0100442 drawing Data=5905667 |53711| P|fn |d|0002 | P|49998|0028930 drawing Data=5905667 |53711| P|pl |d|0001 | P|49998|0006854 drawing Data=5905669 |53711| N|fn |d|0001 | N|49998|0069343 drawing Data=5905669 |53711| N|pl |d|0001 | N|49998|0006216 drawing Data=5905671 |53711| L|fn |d|0001 | L|49998|0093345 drawing Data=5905676 |53711| P|fn |d|0001 | P|49998|0099979 drawing Data=5905676 |53711| P|fn |d|0002 | P|49998|0058008 drawing Data=5905676 |53711| P|fn |d|0003 | P|49998|0029080 drawing Data=5905676 |53711| P|fn |d|0004 | P|49998|0028724 drawing Data=5905676 |53711| P|fn |d|0005 | P|49998|0029185 drawing Data=5905676 |53711| P|fn |d|0006 | P|49998|0029306 drawing Data=5905676 |53711| P|fn |d|0007 | P|49998|0029124 drawing Data=5905676 |53711| R|pl |d|0001 | |49998|0011164 drawing Data=5905677 |53711| J|fn |d|0001 | J|49998|0179642 drawing Data=5905677 |53711| J|pl |d|0001 | J|49998|0021231 drawing Data=5905677 |53711| J|pl |d|0002 | J|49998|0012094 drawing Data=5905677 |53711| J|pl |d|0003 | G|49998|0010775 drawing Data=5905678 |53711| B|fn |d|0001 | B|49998|0045539 drawing Data=5905909 |53711| D|fn |d|0001 | D|49998|0070472 drawing Data=5906210 |53711| E|fn |d|0001 | E|49998|0110586 drawing Data=5906369 |53711| B|fn |d|0001 | B|49998|0047559 drawing Data=5906402 |53711| B|fn |d|0001 | B|49998|0044185 drawing Data=6105182 |53711| D|fn |d|0001 | |49998|0046246 drawing Data=6105271 |53711| K| |d|0001 | |49998|2859985 drawing Data=6105271 |53711| K|pl |d|0001 | |49998|0033200 drawing Data=6300790 |53711| A|fn |d|0001 | A|49998|0132689 drawing Data=6301515 |53711| A|fn |d|0001 | A|49998|0063819 drawing Data=6301895 |53711| D|fn |d|0001 | D|49998|0097285 drawing Data=6511012 |53711| -|fn |d|0001 | -|49998|0099275 drawing Data=6511013 |53711| -|fn |d|0001 | -|49998|0106858 drawing Data=6511193 |53711| A|fn |d|0001 | A|49998|0078402 drawing Data=7053080 |53711| C|fn |d|0001 | C|49998|0153900 drawing Data=7053080 |53711| B|pl |d|0001 | B|49998|0005876 drawing Data=7053081 |53711| B|fn |d|0001 | B|49998|0053579 drawing Data=7053082 |53711| C|fn |d|0001 | |49998|0082454 drawing Data=7053082 |53711| C|pl |d|0001 | |49998|0040434 drawing Data=7053083 |53711| C|fn |d|0001 | C|49998|0058621 drawing Data=7053083 |53711| C|pl |d|0001 | C|49998|0005821 document Ref Data=mil-std-129 | | |r |190927|a| |02| document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Test Set Subassembl Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 6105271 57377 6105271; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize Mil-i-45208 If Desired.; 4.3 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. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 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 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. 6.3 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.
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Capiz Provincial Government Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description 1. The Capiz Provincial Government, Is Conducting This Procurement Through The Early Procurement Activity (epa) For Cy 2025 To Ensure The Timely Implementation Of Projects Consistent With The Gppb Resolution No. 14-2019 Dated July 17, 2019 Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids & Awards Committee To The Head Of Procuring Entity (hope) As To Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year, Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (short Of Award). C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder Nay Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security. In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 2. The Capiz Provincial Government, Through The Gop Cy-2025 Intends To Apply The Total Amount Of Twenty – Four Million Four Hundred Eighty Thousand Pesos (₱24,480,000.00) Being The Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Capiz Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 240 Calendar Days. Completion Of The Works Will Start From The Date Of Receipt Of The Notice To Proceed. Bidder 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). 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 Capiz Provincial Government And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 24, 2025 To February 19, 2025 At The Ppmd Office, Capiz Provincial Capitol, Roxas City And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Prescribed Amount Of Twenty – Five Thousand Pesos (₱25,000.00). 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 7. The Capiz Provincial Government Will Hold A Prebid Conference On February 07, 2025, At 10:00 Am, At Capiz Provincial Capitol, Roxas City, At Which Shall Be Open To All Interested Parties. 8. Bids Must Be Duly Received By The Bac Secretariat On Or Before February 19, 2025, At 10:00 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On February 19, 2025, At 10:00 Am, At Capiz Provincial Capitol, Roxas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Capiz Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date19 Feb 2025
Tender AmountPHP 24.4 Million (USD 418.7 K)

Capiz Provincial Government Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description 1. The Capiz Provincial Government, Is Conducting This Procurement Through The Early Procurement Activity (epa) For Cy 2025 To Ensure The Timely Implementation Of Projects Consistent With The Gppb Resolution No. 14-2019 Dated July 17, 2019 Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids & Awards Committee To The Head Of Procuring Entity (hope) As To Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year, Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (short Of Award). C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder Nay Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security. In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 2. The Capiz Provincial Government, Through The Gop Cy-2025 Intends To Apply The Total Amount Of Five Million Three Hundred Eighty – Seven Thousand Pesos (₱5,387,000.00) Being The Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Capiz Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 150 Calendar Days. Completion Of The Works Will Start From The Date Of Receipt Of The Notice To Proceed. Bidder 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). 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 Capiz Provincial Government And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 24, 2025 To February 19, 2025 At The Ppmd Office, Capiz Provincial Capitol, Roxas City And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Prescribed Amount Of Ten Thousand Pesos (₱10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids 7. The Capiz Provincial Government Will Hold A Prebid Conference On February 07, 2025, At 10:00 Am, At Capiz Provincial Capitol, Roxas City, At Which Shall Be Open To All Interested Parties. 8. Bids Must Be Duly Received By The Bac Secretariat On Or Before February 19, 2025, At 10:00 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On February 19, 2025, At 10:00 Am, At Capiz Provincial Capitol, Roxas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Capiz Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date19 Feb 2025
Tender AmountPHP 5.3 Million (USD 92.1 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 24gq0051 (rebid) Contract Name: Installation Of Roadway Lighting Structures Along Bacolod North Rd (s00425nr) K0140 + 000 – K0143 + 073 1. The Department Of Public Works And Highways Regional Office Vi Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Php 38,600,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. Installation Of Roadway Lighting Structures Along Bacolod North Rd (s00425nr) K0140 + 000 – K0143 + 073. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vi Through Its Special Bids And Awards Committee (sbac) For Dpwh Negros Occidental 5th District Engineering Office (deo) Now Invites Bids For The Hereunder Works: Name Of Contract : Installation Of Roadway Lighting Structures Along Bacolod North Rd (s00425nr) K0140 + 000 – K0143 + 073 Contract Id No. : 24gq0051 (rebid) Locations : San Carlos City, Negros Occidental, Philippines Scope Of Works : Installation Of Roadway Lighting Structures Approved Budget For The Contract : Php 38,600,000.00 Contract Duration : 180 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To 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 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 “’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 5th District Engineering Office And Inspect The Bidding Documents At San Carlos 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 From January 24, 2025 – February 14, 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 25,000.00. For Purposes Of Procurement Activities To Be Held Through Dpwh Negros Occidental 5th Deo, Prospective Bidders Are Hereby Notified That Said Deo Is Unable To Accept Payments For Bidding Documents Due To The Current Structure Of Its Finance Section. In Consideration Thereof, Prospective Bidders Are Advised To Pay The Applicable Fee From Other Dpwh Offices For The Bidding Documents. Also, For Purposes Of Maintaining The Orderly Conduct Of Procurement Activities, Prospective Bidders Are Further Advised That The Bids And Awards Committee Will Only Accept Bids Within The Period As Provided Under Applicable Rules And Regulations Only If Submitted Together With An Official Receipt (or) Evidencing That The Aforementioned Fee Has Been Duly Paid. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Regional Office Vi Through The Dpwh Negros Occidental 5th District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 At 10:00 A.m. At Conference Room, Dpwh Negros Occidental 5th Deo, San Carlos City, Negros Occidental 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_r6@dpwh.gov.ph For Electronic Submission On Or Before February 14, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 14, 2025 At 10:00 A.m At Conference Room, Dpwh Negros Occidental 5th Deo, San Carlos City, Negros Occidental. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Regional Office Vi Through The Dpwh Negros Occidental 5th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Mark Rovin C. Pido Special Bids And Awards Committee Secretariat For Neg. Occ. 5th Deo Dpwh Negros Occidental 5th Deo, San Carlos City, Negros Occidental 09770650078 Ricardo R. Gutierrez Sbac Chairperson Website: Www.dpwh.gov.ph Tel. No.: (033) 339-72-00
Closing Date14 Feb 2025
Tender AmountPHP 38.6 Million (USD 660.2 K)

Municipality Of Polomolok, South Cotabato Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Section I. Invitation To Bid Republic Of The Philippines Philippine Rural Development Project Scale Up Invitation To Bid For The Concreting Of Prk. Kalyong-bukay Eel-guaza-buluan-bato-paradise, Landan Farm To Market Road Identification No.: Prdp-su-ib-r012-soc-004-pol-001-2023-fmr Loan No. 9577-ph January 24, 2025 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank Towards The Cost Of Philippine Rural Development Project Scale Up And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For The Concreting Of Prk. Kalyong-bukay-eel-guaza-buluan-bato-paradise,landan Farm To Market Road, Subproject Id No. Prdp-su-ib-r012-soc-004-pol-001-2023-fmr. 2. The Local Government Unit Of Polomolok, South Cotabato, Implementing Partner Of The Department Of Agriculture, Now Invites Bids For The Concreting Of Prk. Kalyong-bukay-eel-guaza-buluan-bato-paradise,landan Farm To Market Road. Completion Of The Works Is Required By 450 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Irr Of Ra 9184 (r.a. 9184), With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Regulations Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post Qualification. The Estimated Project Cost For This Project Is Two Hundred Sixty-six Million Seven Hundred Thirty-eight Thousand Pesos Only (php266,738,000.00). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of Local Government Unit Of President Roxas, North Cotabato And Inspect The Bidding Documents At The Address Given Below And Also At The Prdp Regional Project Coordination Office Xii (rpco Xii) With Address At Prime Regional Government Center, Carpenter Hill, Koronadal City, South Cotabato And At The Prdp Project Support Office Mindanao (pso Mindanao) With Address At Alvarez Building, Angliongto Sr. Avenue, Lanang, Davao City And At The National Project Coordination Office (npco) With Address At Elliptical Road, Diliman, Quezon City From 9:00 A.m. To 5:00 P.m., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 24, 2025 From The Address Below, Prdp Rpco Xii Or Prdp Pso Mindanao And Upon Payment Or Depositing To The Municipality Of Polomolok– Trust Fund- Lbp Acct. Number: 0762-1004-36, A Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php10,000.00) Not Later Than The Submission Of Their Bids. The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Serves As Your Proof Of Payment The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Or Printed Receipt From Other Online Payment Channels Serves As The Proof Of Payment. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Prdp Website (prdp.da.gov.ph). For Detailed Engineering Design (ded), Drawings And Plans, Please Follow The Link Https://drive.google.com/drive/folders/10vjjn1cwurvnvtclxbnn8vl5xhf6v7_a?usp=sharing. As Part Of The Transparency Measures Being Instituted By The Department Of Agriculture (da) The Bidders Can Virtually Visit The Site Of The Above-described Subproject At Prdp.da.gov.ph Where Geotagged Base Photographs Are Viewable. The Da, However, Requires That All Potential Contractors Who Will Be Awarded Contract Under The Project Shall Have Undergone Geotagging Training Provided By The Prdp Project Support Office. 6. The Local Government Unit Of Polomolok, South Cotabato Will Hold A Pre-bidding Conference On February 13, 2025, 2:00 P.m. At Bac Conference Room, Lgu-polomolok, South Cotabato, Which Shall Be Open To All Interested Parties. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 27, 2025 At 9:00 A.m. At The Bac Conference Room, Lgu-polomolok, South Cotabato. All Bids Must Be Accompanied By A Bid Securing Declaration. Bids Will Be Opened On February 27, 2025 At 9:00 A.m. At The Bac Conference Room, Lgu-polomolok, South Cotabato. 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. 8. The Local Government Unit Of Polomolok, South Cotabato Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mary Ann P. Almio Secretariat, Bids And Awards Committee Bac Office, Lgu-polomolok, South Cotabato Mobile Nos: 09171392713/09773004053 E-mail Address: Bacpolomolok@gmail.com/setentajoel20@gmail.com Engr. Agustin P. Valencia, Jr. Chairperson, Bids And Awards Committee
Closing Date27 Feb 2025
Tender AmountPHP 266.7 Million (USD 4.5 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
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 : Installation Of Streetlights Along Plaridel Pulilan Diversion Road K0042 + 935 - K0044 + 282, Pulilan, Bulacan Contract Id No. : 25cc0332 Locations : Pulilan, Bulacan Scope Of Works : Installation Of 104.00 Units Single Arm Solar (8m Pole, 60w-80w) Streetlights Along Plaridel-pulilan Diversion Road Approved Budget For The Contract : P23,539,864.62 Contract Duration : 120 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) 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 24, 2025 To February 13, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount 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 January 31, 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 13, 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 13, 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: Benedict J. Matawaran 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 24, 2025– February 13, 2025
Closing Date13 Feb 2025
Tender AmountPHP 23.5 Million (USD 402.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid No. 2025-02 1. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, Los Baños, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 4 Name Of Contract : Construction Of Multi-purpose Building, Barangay Marco Polo, Santa Rosa City, Laguna Contract Id No. : 25di0061 Contract Location : Barangay Marco Polo, Santa Rosa City, Laguna Scope Of Works : Construction Of Multi-purpose Building Including Additional Scope For Court Such As Concrete Bleachers And Canopy Roofing Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : General Appropriations Act (gaa) Fy 2025 Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php 10,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 12, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 @ 10:00 A.m. At Dpwh Multi-purpose Building, Brgy. Bambang, Los Baños, Laguna, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna2@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 12, 2025 And Will Be Immediately Open After The Deadline Of Submission Of Bids At Dpwh Multi-purpose Building, Brgy. Bambang, Los Baños, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janne P. Garcia - Rosales Bac, Vice - Chairperson Telephone No. (049) 557-2315 Email Address: Bac.dpwhlag2deo@gmail.com Jes Morris D. Tobias Bac Secretariat Head Procurement Unit Telephone No. (049) 557-2315 Email Address: Bac.dpwhlag2deo@gmail.com Department Of Public Works And Highways Laguna 2nd District Engineering Office Brgy. Bambang, Los Baños, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_laguna2@dpwh.gov.ph January 24, 2025 Approved By: Sgd. Janne P. Garcia-rosales Engineer Iii Bac Vice - Chairperson
Closing Date12 Feb 2025
Tender AmountPHP 9.9 Million (USD 169.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-046) For Construction Of Road, From Junction Sakuan To Barangay Alvar To Sitio Bantolinao Barangay Palma Gil To Sitio Bantolinao, Barangay Pichon, Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0141 – Construction Of Road, From Junction Sakuan To Barangay Alvar To Sitio Bantolinao Barangay Palma Gil To Sitio Bantolinao, Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0141 Contract Name : Construction Of Road, From Junction Sakuan To Barangay Alvar To Sitio Bantolinao Barangay Palma Gil To Sitio Bantolinao, Barangay Pichon, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of Concrete Road 0f 2,205 Ln.m. (6,700mm Width, 280mm Thick • Construction Of 2,200 Ln.m. Line Canal • Installation Of 910mmø 70.00 Ln.m. Rcpc With Headwall On B/s • Installation Of Relectorized Thermoplastic Pavement Markings 561.25 Sq.m. White And 524.25 Sq.m. Yellow Approved Budget For The Contract (abc) : Php96,500,000.00 Contract Duration : 220 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 (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Road. 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 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 13, 2025 Until 10:00 A.m. From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php50,000.00. 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. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 13, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 24, 2025 To January 30, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Closing Date20 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

Department Of Public Works And Highways Tender

Civil And Construction...+2Civil Works Others, Drainage Work
Philippines
Details: Description 1. The Davao Oriental 2nd District Engineering Office, Through The Gaa Fy-2025 Intends To Apply The Sum Of Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Declared Non-complying/failed. 2. The Dpwh Davao Oriental 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bid For The Hereunder Works Of The Contract: Contract Id No. : 25lg0041 Contract Name : Construction Of Flood Control Structure Along Bilawan River, Sitio Sudlon, Barangay Central, Mati City, Davao Oriental Contract Location : Mati City, Davao Oriental Project Description/ Scope Of Work : Construction Flood Mitigation Structure - Concrete Revetment With Steel Sheet Pile Approved Budget For The Contract : Php 49,500,000.00 Contract Duration : 292 Calendar Days Cost Of Bidding Documents : Php 25,000.00 Pcab License (size Range) : Medium A 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category For License Classification As Stated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Davao Oriental 2nd District Engineering Office And Inspect The Bidding Documents At Brgy. Matiao, Mati, Davao Oriental During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Stated Above. Bidders Can Make Payments For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Procurement Activity Date/time 1. Publication/issuance And Downloading Of Bidding Documents : January 23, 2025 To February 13, 2025 2. Pre-bid Conference : January 31, 2025 @ 10:00 A.m. 3. Deadline Of Receipt/submission Of Bids :february 13, 2025 @ 10:00 A.m. 4. Opening Of Bids: February 13, 2025 @ 10:00 A.m. 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. Pre-bid Conference And Opening Of Bids Will Be Held At The 3rd Floor Conference Room, Dpwh Compound, Brgy. Matiao, City Of Mati, Davao Oriental Which Is Also Accessible Through Youtube Live Streaming Through This Page Https://www.youtube.com/@dpwh_davor2_deo , 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 Manual Submission Or At Electronicbids_davaooriental2@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 13, 2025 @ 10:00 Am At 3rd Floor Conference Room, Dpwh Compound, Brgy. Matiao, City Of Mati, Davao Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Davao Oriental 2nd Deo, Mati, Davao Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Crispin P. Valles Bac Chairperson (087) 811-7576 (tele/fax Number) Rowena A. Aquino Head, Bac Secretariat (087) 811-7576 (tele/fax Number) Matidpwh@gmail.com
Closing Date13 Feb 2025
Tender AmountPHP 49.5 Million (USD 846.6 K)
5071-5080 of 10000 active Tenders