Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 19.6 Million (USD 335.2 K)
Details: Description Department Of Public Works And Highways Davao Del Norte District Engineering Office Km. 48 Canocotan, Tagum City, Davao Del Norte Region Xi Invitation To Bid No. 2025-009 1. The Davao Del Norte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Procurement Id/contract Id 25lc0057 Contract Name Construction (completion) Of Dpwh Employees Quarters, Tagum City, Davao Del Norte, Phase Ii Contract Location Davao Del Norte Brief Description Construction (completion) Of Dpwh Employees Quarters Approved Budget For The Contract ( Abc ) 19,600,000.00 Source Of Fund Fy 2025 Gaa (nbp) Contract Duration 180 Cd Cost Of Bid Documents 25,000.00 Range Of Pcab License Small B Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. "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. " 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. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 5. Interested Bidders May Obtain Further Information From The Davao Del Norte District Engineering Office And Inspect The Bidding Documents At Dpwh Davao Del Norte District Engineering Office, Tagum City, Davao Del Norte During Weekdays From 8:00 Am – 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 24, 2025 Until Before 09:30 A.m. Of 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. 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 9:30 A.m. Of February 13, 2025. 8. The Davao Del Norte District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 9:00 Am At Conference Room, Dpwh Davao Del Norte District Engineering Office, Tagum City, Davao Del Norte 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_davaodelnorte@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 Conference Room, Dpwh Davao Del Norte District Engineering Office, Tagum City, Davao Del Norte. 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. Bidders Shall Submit Two Original Copies, One Copy One Certified True Copies Of Technical And Financial Components Of The Bid. The Original Copy Of The Bid Shall Be Typed Or Handwritten And Limited To Two (2) Decimal Places In Amount And Shall Be Signed By The Duly Authorized Representative. 13. Failure To Attach Any Requirement Or Any Missing, Incomplete Or Patently Insufficient Document Is A Ground For Outright Rejection Of The Bid. 14. Any Interlineations, Erasures, Alterations Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Person Signing The Bid. 15. The Davao Del Norte 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 & 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. Notices To Participating Bidders Shall Be In Writing And Will Be Sent Through Its Philgeps - Registered Physical Address Or Official E-mail Address. In Case The Notice For Non-compliance & Notice For Post Disqualification Is Sent Via Email, It Shall Be Considered As Received By The Bidder On The Date And Time The Email Was Sent, Whether Or Not The Bidder Acknowledged The Said Email. It Shall Be The Participating Bidders Responsibility To Check Its/his/her Email For The Purpose. 17. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Channel : Dpwh Davao Del Norte Deo Procurement Ls Or Www.youtube.com/@dpwh.ddn.deo. 18. For Further Information, Please Refer To: Grace Joy S. Racho Oic-head, Procurement Unit Dpwh, Davao Del Norte District Engineering Office Km. 48, Canocotan, Tagum City, Davao Del Norte Dpwhddn.procurement@gmail.com Sgd Chirwen P. Nazareno Bac Chairperson Dpwhddn.procurement@gmail.com

Province Of Isabela Tender

Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 6.2 Million (USD 106 K)
Details: Description Invitation To Bid Provincial Government Of Isabela Supply And Delivery Of One (1) Unit Wheel Loader (2 Nd Bid) The Provincial Government Of Isabela, Through The 20% Df - Reprogra Mming 2024 Intends To Apply The Sum Of Six Million Two Hundred Thousand Pesos (php 6,200,000.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of One (1) Unit Wheel Loader (2 Nd Bid) - Itb No. 2025-g-002 Lot 3. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Isabela Now Invites Bids For The Above Procurement Projects. Delivery Of Goods Is Required For Sixty (60) Calendar Days. Bidders Should Have Complete, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. A) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or 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. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From The Provincial Govemment Of Isabela And Inspect The Bidding Documents At The Address Given Below Between 8:00 A.m. And 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 7. Pre-bid Conference Shall Be On February 13, 2025, 10:00 A.m. At The Bac Office Located At Pgso Building, Alibagu, City Of Ilagan, Isabela. The Bids Of The Interested Bidders Must Be Submitted To The Bac Secretariat On Or Before The Scheduled Opening Of Bids. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Or On Or Before 10:00 A.m. On February 13, 2025. 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 16. 10. Bid Opening Shall Be On January 8, 2025 At Around 10:30 A.m. In The Bac Office And Will Be Made In The Presence Of The Bidders/representatives Who Choose To Attend Therein. Any Effort By The Bidder To Influence The Procuring Entity In Its Decision With Respect To The Bid Evaluation, Bid Comparison, Or Contract Award Will Result I The Rejection Of The Bidder’s Bid. 11. The Provincial Government Of Isabela Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Alexis P. Guzman Head-bac Secretariat Pgso Building, Capitol Compound Alibagu, City Of Ilagan, Isabela (078) 323-0570 13. You May Visit The Following Websites For Downloading Of Bidding Documents At Provinceofisabela.ph. Rodrigo T. Sawit Chairman, Bids And Awards Committee Provincial Government Of Isabela Alibagu, City Of Ilagan, Isabela N.b: • Start Date Of Posting At Philgeps, Pgi Website & Bulletin Boards Within The Capitol Premises: 1/24/2025 • End Date Of Posting: 02/13/2025 @ 10:00 Am

Province Of Bataan Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 3.2 Million (USD 54.9 K)
Details: Description Invitation To Bid No. Goods-sef-002-2025 The Provincial Government Of Bataan, Through The Special Education Fund002 Intends To Apply The Below Listed Procurement W/ Corresponding Approved Budget Of The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. Name Of Project Approved Budget Of The Contract (abc) 1. Supply And Delivery Of Nutri-bun With Patty To Be Used For The Bhss = ₱ = 7,551,740.00 Program Phase 2 - Healthy Lunch Activity, Bataan 2. Supply And Delivery Of Blast Frozen To Be Used For The Bhss Program = ₱ = 6,851,216.75 Phase 2 - Healthy Lunch Activity, Bataan 3. Supply And Delivery Of Kitchenware To Be Used For The Bhss Program = ₱ = 3,210,740.00 Phase 2 - Healthy Lunch Activity, Bataan 4. Purchase Of Rice To Be Used For The Bhss Program Phase 2 – Healthy = ₱ = 987,040.00 Lunch Activity From Day 1 To Day 25, Bataan The Provincial Government Of Bataan Now Invites Bids For The Above Listed Procurement Projects. Delivery Of Goods Is Required For Project No.1, For Project No. 2, For Project No. 3, And For Project No.4 Are Within 25 Calendar Days. Bidders Should Have Completed, Within (1) Contract 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). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. Prospective Bidders May Obtain Further Information Provincial Bataan Bids & Awards Committee Office, 4th Floor At The Bunker Capitol Compound, Balanga City, Bataan And Inspect The Bidding Documents At The Address Given Below During From 8:00 A.m. To 5:00 P.m.. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 12, 2025 From The Given Address And Website(s) Below: Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 The Provincial Government Of Bataan Will Hold A Pre-bid Conference On January 31, 2025 At 10:30 A.m At 5th Floor Training Room At The Bunker, Capitol Compound, Balanga City, Bataan Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 12, 2025 At 2:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On February 12, 2025 At 2:00 P.m. At The Given Address Below 5th Floor Training Room At The Bunker, Capitol Compound, Balanga City, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. In Case Of The Above Dates Is Declared A Special Non-working Holidays, It Will Automatically Reset On The Next Working Days. Other Necessary Information Deemed Relevant By The Provincial Government Of Bataan Activities Schedule 1. Advertisement/posting Of Invitation To Bid January 24 – 30, 2025 2. Eligibility Check Refer To Date Of Opening Of Bids 3. Issuance And Availability Of Bidding Documents January 24 – February 12, 2025 4. Request For Clarification February 3, 2025 5. Opening Of Bids February 12, 2025 The Provincial Government Of Bataan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ms. Aileen C. Sagun Provincial Bac Office / 4th Floor At The Bunker, Capitol Compound, Balanga City, Bataan Bac@bataan.gov.ph Jeffrey T. Calma Bac Chairman

LA County Development Authority Tender

Software and IT Solutions
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: To Download The Solicitation Package, Visit The Lacda’s Website At Www.lacda.org, Scroll To The Bottom Of The Webpage And Click On “vendors,” Click On “view Open Solicitations,” And Under The “title” Column, Select The Solicitation Of Interest, Then Click On “download Documents Below,” And Follow The Instructions. ************************************************************************************************************ January 23, 2025 Notice Request For Proposals For Investment Portfolio Management System Services Rfp No. Lacda25-012 Notice Is Hereby Given That Proposals Will Be Received By The Los Angeles County Development Authority (lacda) Until Thursday, February 13, 2025, At 3:00 P.m. For Investment Portfolio Management System (ipms) Services. This Will Include Furnishing All Labor, Material And Equipment, And Performing All Work Necessary And Incidental In Accordance With The Statement Of Work (sow) And Contract Documents. The Lacda Intends To Award A One-year Contract With The Option Of Four (4) One-year Extensions, Provided Services Are Satisfactory And Funds Are Available. A Request For Proposal (rfp) Package Containing All Submission Requirements May Be Downloaded From The Lacda’s Website At Www.lacda.org, Scroll To And Click On “vendors,” Click On “view Open Solicitations,” And Under The “title” Column, Select The Solicitation Of Interest, Then Click On “download Documents Below,” And Follow The Instructions. Proposers Shall Provide Their Proposals And All Required Forms And Documentation By The Due Date And Time Stated Herein, And It Shall Be Uploaded In A Portable Document File (pdf) (no Other Electronic Formats Will Be Accepted) With The Electronic File Name, "[proposer’s Name] - Business Proposal For Ipms Services – Lacda25-012, [date Submitted]" And "[proposer’s Name] - Cost Proposal For Ipms Services – Lacda25-012, [date Submitted]" At The Lacda’s Website, Www.lacda.org, Under “vendors”, Click On “view Open Solicitations”. Then Select The Rfp Solicitation Of Interest Click “upload Proposals,” And Follow The Registration And Upload Instructions. Once Uploaded, The Proposer Shall Email Claudia Perez, Procurement Analyst, At Claudia.perez@lacda.org To Confirm The Uploaded Proposal. Questions Regarding The Rfp Are To Be Directed To Claudia Perez At (626) 586-1696 Or Claudia.perez@lacda.org. Si Usted Requiere Mas Información Sobre Este Anuncio, Por Favor Comuníquese Con La Sra. Claudia Perez Al Siguiente Numero De Teléfono (626) 586-1696. This Is A Hud Section 3 Contract, And All Proposers Must Commit To Achieving Established Requirements, Including Benchmarks, For Section 3 Workers And Targeted Section 3 Workers To Be Considered A Responsive Proposer And Eligible For A Contract Award. In Submitting A Proposal, Each Proposer Thereby Agrees That, If Awarded A Contract, It Shall Execute A Standard Lacda Contract, A Sample Of Which Is Attached To The Rfp Package For Reference. The Lacda Shall Not Award A Contract To, Or Be Obligated To Execute A Contract With, Any Proposer Who Refuses To Execute Said Standard Lacda Contract. The Lacda Reserves The Right To Reject Any And All Proposals. This Rfp Is Not A Contract Or Commitment Of Any Kind. The Lacda Is Not Liable For Costs Incurred In The Preparation Of The Respondent’s Proposal. It Reserves The Right To Issue Supplementary Information Or Guidelines Related To This Rfp. Notwithstanding Any Other Provisions Herein, The Lacda Reserves The Right In Its Sole Discretion To Waive Minor Technical Deficiencies In The Proposals. In Accordance With The Civil Rights Act Of 1964, Americans With Disabilities Act Of 1990, Age Discrimination Act Of 1975 And Section 504 Of The Rehabilitation Act Of 1973, It Is The Policy Of The Lacda To Assure Equal Opportunity To All Persons, In The Award And Performance Of Any Contract, Without Regard To Race, Color, Sex, Religion, National Origin, Ancestry, Age, Marital Status, Or Disability. Contract Requirements: • Insurances (please Refer To The Sample Lacda Contract For Required Values And Additional Requirements.) ? General Liability Insurance With Additional Insured Endorsement. Shall Include Completed Operations And Be On A Primary And Non-contributory Basis. ? Cyber Liability Insurance. ? Technology Errors & Omissions Insurance. ? Professional Liability Insurance. • Child Support Compliance • Contribution And Agent Declaration • Default Property Tax Program • Equal Employment Opportunity (eeo) Act • Fair Chance Employment Hiring Practices Policy • Federal Lobbyist Requirements • Section 3 Provisions • Jury Service Program • Safely Surrendered Baby Law • Zero Tolerance Human Trafficking Policy Approved By: __________________________________________________ Deanna Tantraphol, Procurement Officer Los Angeles County Development Authority To Download The Solicitation Package, Visit The Lacda’s Website At Www.lacda.org, Scroll To The Bottom Of The Webpage And Click On “vendors,” Click On “view Open Solicitations,” And Under The “title” Column, Select The Solicitation Of Interest, Then Click On “download Documents Below,” And Follow The Instructions. ************************************************************************************************************ January 23, 2025 Notice Request For Proposals For Investment Portfolio Management System Services Rfp No. Lacda25-012 Notice Is Hereby Given That Proposals Will Be Received By The Los Angeles County Development Authority (lacda) Until Thursday, February 13, 2025, At 3:00 P.m. For Investment Portfolio Management System (ipms) Services. This Will Include Furnishing All Labor, Material And Equipment, And Performing All Work Necessary And Incidental In Accordance With The Statement Of Work (sow) And Contract Documents. The Lacda Intends To Award A One-year Contract With The Option Of Four (4) One-year Extensions, Provided Services Are Satisfactory And Funds Are Available. A Request For Proposal (rfp) Package Containing All Submission Requirements May Be Downloaded From The Lacda’s Website At Www.lacda.org, Scroll To And Click On “vendors,” Click On “view Open Solicitations,” And Under The “title” Column, Select The Solicitation Of Interest, Then Click On “download Documents Below,” And Follow The Instructions. Proposers Shall Provide Their Proposals And All Required Forms And Documentation By The Due Date And Time Stated Herein, And It Shall Be Uploaded In A Portable Document File (pdf) (no Other Electronic Formats Will Be Accepted) With The Electronic File Name, "[proposer’s Name] - Business Proposal For Ipms Services – Lacda25-012, [date Submitted]" And "[proposer’s Name] - Cost Proposal For Ipms Services – Lacda25-012, [date Submitted]" At The Lacda’s Website, Www.lacda.org, Under “vendors”, Click On “view Open Solicitations”. Then Select The Rfp Solicitation Of Interest Click “upload Proposals,” And Follow The Registration And Upload Instructions. Once Uploaded, The Proposer Shall Email Claudia Perez, Procurement Analyst, At Claudia.perez@lacda.org To Confirm The Uploaded Proposal. Questions Regarding The Rfp Are To Be Directed To Claudia Perez At (626) 586-1696 Or Claudia.perez@lacda.org. Si Usted Requiere Mas Información Sobre Este Anuncio, Por Favor Comuníquese Con La Sra. Claudia Perez Al Siguiente Numero De Teléfono (626) 586-1696. This Is A Hud Section 3 Contract, And All Proposers Must Commit To Achieving Established Requirements, Including Benchmarks, For Section 3 Workers And Targeted Section 3 Workers To Be Considered A Responsive Proposer And Eligible For A Contract Award. In Submitting A Proposal, Each Proposer Thereby Agrees That, If Awarded A Contract, It Shall Execute A Standard Lacda Contract, A Sample Of Which Is Attached To The Rfp Package For Reference. The Lacda Shall Not Award A Contract To, Or Be Obligated To Execute A Contract With, Any Proposer Who Refuses To Execute Said Standard Lacda Contract. The Lacda Reserves The Right To Reject Any And All Proposals. This Rfp Is Not A Contract Or Commitment Of Any Kind. The Lacda Is Not Liable For Costs Incurred In The Preparation Of The Respondent’s Proposal. It Reserves The Right To Issue Supplementary Information Or Guidelines Related To This Rfp. Notwithstanding Any Other Provisions Herein, The Lacda Reserves The Right In Its Sole Discretion To Waive Minor Technical Deficiencies In The Proposals. In Accordance With The Civil Rights Act Of 1964, Americans With Disabilities Act Of 1990, Age Discrimination Act Of 1975 And Section 504 Of The Rehabilitation Act Of 1973, It Is The Policy Of The Lacda To Assure Equal Opportunity To All Persons, In The Award And Performance Of Any Contract, Without Regard To Race, Color, Sex, Religion, National Origin, Ancestry, Age, Marital Status, Or Disability. Contract Requirements: • Insurances (please Refer To The Sample Lacda Contract For Required Values And Additional Requirements.) ? General Liability Insurance With Additional Insured Endorsement. Shall Include Completed Operations And Be On A Primary And Non-contributory Basis. ? Cyber Liability Insurance. ? Technology Errors & Omissions Insurance. ? Professional Liability Insurance. • Child Support Compliance • Contribution And Agent Declaration • Default Property Tax Program • Equal Employment Opportunity (eeo) Act • Fair Chance Employment Hiring Practices Policy • Federal Lobbyist Requirements • Section 3 Provisions • Jury Service Program • Safely Surrendered Baby Law • Zero Tolerance Human Trafficking Policy Approved By: __________________________________________________ Deanna Tantraphol, Procurement Officer Los Angeles County Development Authority More

Capiz Provincial Government Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 6.6 Million (USD 113.5 K)
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 Six Million Six Hundred Forty Thousand Pesos (₱6,640,000.00) 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.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Drainage Work
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 29.4 Million (USD 502.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pangasinan Iv District Engineering Office Tuliao, Sta. Barbara, Pangasinan Invitation To Bid For Construction Of Flood Control Structure Along Libas Creek, Barangay Libas, San Carlos City, Pangasinan 1. The Pangasinan Iv District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 29,400,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Flood Control Structure Along Libas Creek, Barangay Libas, San Carlos City, Pangasinan/contract Id No. 25aj0091 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Pangasinan Iv District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 175 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 Pangasinan Iv District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00am – 5:00pm Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At 8:00am – 5:00pm From January 24, 2025 To February 12, 2025 And Until 9:00am Of February 13, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00.the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Pangasinan Iv District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 At Dpwh-pangasinan Iv District Engineering Office, Conference Room @ 2:00pm, And/or Through Videoconferencing/webcasting Via Https://www.youtube.com/@dpwh.pangasinan4thdeo Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Both (i) Manual Submission At The Office Address As Indicated Below, And (ii) Online Or Electronic Submission Through Electronicbids_pangasinan4@dpwh.gov.ph, On Or Before February 13, 2025 @ 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 13, 2025 @ 10:30am At Dpwh-pangasinan Iv District Engineering Office, Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh-pangasinan Iv 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid". 11. For Further Information, Please Refer To: Consuelo J. Cruz Head, Bac Secretariat Tuliao, Sta. Barbara, Pangasinan 075-653-6418 Local 22805 Email C/o: Cruz.consuelo@dpwh.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [dpwh And Philgeps Websites] For Online Bid Submission: Electronicbids_pangasinan4@dpwh.gov.ph Nony Domingo B. Quinto, Mba Bac Chairperson Dates Of Publication: January 24, 2025 To January 30, 2025 Note: Award Subject To Availability Of Fund

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Details: Nsn 7r-6115-011575008-ek, Ref Nr 28b139-87a, Qty 8 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. All Terms And Conditions Are In Accordance With Boa: N0038320gv601 Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 21.5 Million (USD 368.7 K)
Details: Description Invitation To Bid For 25cb0072: Construction/upgrading/rehabilitation Of Drainage Along National Roads - Secondary Roads - Roman Expressway - K0135 + 996 - K0136 + 300, K0138 + 100 - K0138 + 300, Bataan 2nd District 1. The Dpwh-bataan 2nd Deo, Through The Fy 2025 Dpwh Infrastructure Program Intends To Apply The Sum Of Php21,560,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25cb0072: Construction/upgrading/rehabilitation Of Drainage Along National Roads - Secondary Roads - Roman Expressway - K0135 + 996 - K0136 + 300, K0138 + 100 - K0138 + 300, Bataan 2nd District. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-bataan 2nd Deo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Thirty-six (136) 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 Dpwh-bataan 2nd Deo And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 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 Php25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Thru In Person, By Facsimile, Or Through Electronic Means. 6. The Dpwh-bataan 2nd Deo Will Hold A Pre-bid Conference On January 31, 2025, 10:00 A.m. At Dpwh-bataan 2nd Deo, Procurement Unit, Conference Room, And Through Videoconferencing/ Webcasting Via Https://www.youtube.com/@ Dpwhbataan2nddeo, 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, And Online Or Electronic Submission As Indicated Below On Or Before February 13, 2025, 10:00 A.m. 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 13, 2025, 10:00 A.m. At The Given Address Below And Through Https://www.youtube.com/@dpwhbataan2nddeo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bataan2@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025, 10:00 A.m. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. Bidders May Use A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions. 11. The Dpwh-bataan 2nd Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Teresita C. Suralta Dpwh-bataan 2nd Deo Vicarville Subdivision, Bagong Silang Balanga City, Bataan Electronicbids_bataan2@dpwh.gov.ph (047) 633-5511 Www.dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan2@dpwh.gov.ph January 24, 2025 Sgd. Ma. Regina A. Bangco Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 39.7 Million (USD 680.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Samar 2nd District Engineering Office Regional Office No. Viii Brgy. Guindapunan, Catbalogan City, Samar Invitation To Bid 1. The Department Of Public Works And Highways, Samar Second District Engineering Office, Brgy. Guindapunan, Catbalogan City, Samar, Through Gaa Fy 2024 Intends To Apply The Sum Above Stated Being The Approved Budget For The Contract (abc) To Payments For The Above Mentioned Contracts. Bids Received In Excess Of The Abc Shall Be Declared Non-complying In The Financial Bid Opening. 2. The Department Of Public Works And Highways, Samar Second District Engineering Office, Brgy. Guindapunan, Catbalogan City, Samar, Now Invites Bids For The Hereunder Works: I. Contract Id No. : 24ik0103 Contract Name : Phase I Construction Of Modified Design With Parapet, 1 Unit 4- Storey 20- Classroom School Building In Catbalogan Ii Central Elementary School, Barangay Poblacion 7, Catbalogan City Contract Location : Barangay Poblacion 7, Catbalogan City Scope Of Works : Phase I Construction Of Modified Design With Parapet, 1 Unit 4- Storey 20- Classroom School Building In Catbalogan Ii Central Elementary School Approved Budget For The Contract (abc) : ₱ 39,799,999.02 Contract Duration : 220 Calendar Days Cost Of Bid Documents : ₱ 25,000.00 Pcab License (size Range) : Medium A 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category For License Classification As Stated Above For Each Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex 11-1.1b 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 Are, 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. Interest Bidders May Obtain Further Information From The Department Of Public Works And Highways, Samar Second District Engineering Office, Brgy. Guindapunan, Catbalogan City, Samar And Inspect The Bidding Documents At Department Of Public Works And Highways, Samar Second District Engineering Office, Brgy. Guindapunan, Catbalogan City During Weekdays From 8:00 A.m. – 5:00 P.m. 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 Department Of Public Works And Highways, Samar 2nd District Engineering Office, Brgy. Guindapunan, Catbalogan City, Samar Will Hold A Pre-bid Conference On 10:00 Am Of January 31, 2025 At Conference Room, Dpwh, Samar 2nd Deo, Catbalogan City, Samar, 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_samar2@dpwh.gov.ph For Electronic Submission On Or Before 10:00 Am Of February 13, 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. 11. Bid Opening Shall Immediately Be Done On February 13, 2025 At Conference Room, Dpwh, Samar 2nd Deo, Catbalogan City, Samar. 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. 12. The Department Of Public Works And Highways, Samar 2nd District Engineering Office, Brgy. Guindapunan, Catbalogan City, Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Samar 2nd District Engineering Office Brgy. Guindapunan, Catbalogan City, Samar Tel. No. 543-9369 Telefax No. 055-543-9123 Joelito A. Castillo Engineer Iii (bac Chairperson) Noted: Herminio V. Gulmatico District Engineer R08.21jpdm/eg]

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 66.6 Million (USD 1.1 Million)
Details: Description Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 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) Quezon 2nd District Engineering Office, And Inspect The Bidding Documents At The Address Given From [monday-thursday 8:00a.m.-5:00 Pm. And Every Fridays @ 8:00 A.m- 12:00 Noon.]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23-february 11, 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) Quezon 2nd District Engineering Office, Will Hold A Pre-bid Conference On January 30, 2025 @ 9:00 A.m. Which Shall Be Open To Bidders Through Video Conferencing / Webcasting Via [zoom With Id: 5164739727 Password: Q2bacbid And Youtube Channel: Https://www.youtube.com/channel/ucw8oddcvsjshbqer5gzy9pq] Or Face To Face At The Dpwh Quezon 2nd Deo. 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_quezon2@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 09:00 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 11, 2025 @ 09:00 A.m. Immediately After The Deadline For The Submission And Receipt Of Bids At Bac Conference Room, Dpwh Quezon 2nd District Engineering Office, Dalahican Road, Lucena City Or Through Video Conferencing/webcasting Via [zoom With Id: 5164739727 Password: Q2bacbid And Youtube Channel: Https://www.youtube.com/channel/ucw8oddcvsjshbqer5gzy9pq]. 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) Quezon 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: Julius Ceasar V. De Gala Bac Chairperson Telephone No. (042) 373-4252 Local. 48935 Email Address: Degala.julius@dpwh.gov.ph Or At Que.2deo@yahoo.com.ph Jumel B. Reyes Engineer Iii Head, Procurement Unit Telephone No. (042) 373 4252 / Local 48910 Email Address: Reyes.jumel@dpwh.gov.ph Or At Que.2deo@yahoo.com.ph Department Of Public Works And Highways Quezon 2nd District Engineering Office Dalahican Road, Lucena City 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph / Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_quezon2@dpwh.gov.ph
5091-5100 of 10000 active Tenders