Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Invitation To Bid For 25bj0045 : Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Completion Of Multi-purpose Building Belance High School, Brgy. Belance, Dupax Del Norte, Nueva Vizcaya 1. The Dpwh-nueva Vizcaya 2nd District Engineering Office, Through The Nep Fy 2025 (early Procurement Activity) Intends To Apply The Sum Of ₱2,475,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25bj0045: Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Completion Of Multi-purpose Building Belance High School, Brgy. Belance, Dupax Del Norte, Nueva Vizcaya. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Vizcaya 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract And Location Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Completion Of Multi-purpose Building Belance High School, Brgy. Belance, Dupax Del Norte, Nueva Vizcaya Contract Id No. 25bj0045 Scope Of Works Construction Of 15.0m X 15.0m Multi-purpose Building (covered Court 3 - Span) With Complete Finishing, Reinforced Concrete Flooring (15.50m X 15.30m X 100mm Thk.) And Electrical Works. Provision Of Movable Standard Backboard Fiber Glass Acrilic Laser Cut With Stand And Complete Accessories. Approved Budget For The Contract (abc) ₱2,475,000.00 Contract Duration 90 Calendar Days 3. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) 4. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For General Engineering. 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. 5. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 6. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 7. 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. 8. Interested Bidders May Obtain Further Information From The Dpwh Nueva Vizcaya 2nd District Engineering Office And Inspect The Bidding Documents At Procurement Staff Of Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya During Weekdays From 8:00 A.m. To 5:00 P.m. 9. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 11, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱5,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 10. 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. 11. The Dpwh Nueva Vizcaya 2nd District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 9:00 Am At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya, And/or Youtube Channel (dpwh Nueva Vizcaya 2nd Deo Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 12. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 13. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya Or At Electronicbids_nuevavizcaya2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 16. The Dpwh Nueva Vizcaya 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Youtube Livestream: Dpwh Nueva Vizcaya 2nd Deo Procurement Livestream For Online Bid Submission: Electronicbids_nuevavizcaya2@dpwh.gov.ph 18. For Further Information, Please Refer To: Diozen T. Degala Officer-in-charge Office Of The Head Of Procurement Staff Dpwh Nueva Vizcaya 2nd Deo Malasin, Dupax Del Norte, Nueva Vizcaya Contact No.: 0908-410-2971 Email Address: Procurement.nuevavizcaya2nd@gmail.com Danilo A. Bernabe Oic-assistant District Engineer Bac Chairperson Date Of Posting: Dpwh And Philgeps Websites: January 22, 2025 Conspicuous Place (office Bulletin Board): January 22, 2025
Closing Soon11 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.3 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|navsup|hs0|717-605-4061|william.g.biggs4.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo||to Be Determined (tbd)|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| 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|334412|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For A Buy. 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. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is An Authorized Distributor Of Their Items. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Ovp Board . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Ovp Board Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;s4231 D40065; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. tech Manual S9475-am-mmc-010 Provide Photo Of Item. Used Dss Weight And Cube.
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

Municipality Of Sudipen, La Union Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of La Union Municipality Of Sudipen Barangay Ilocano Bids And Awards Committee Invitation To Bid For Construction Of Farm To Market Road At Sector 1 Located At Barangay Ilocano, Sudipen, La Union 1. The Barangay Ilocano, Sudipen, La Union, Through The Budget Approved By The Respective Sanggunian Intends To Apply The Sum Of Two Hundred Sixty Thousand Pesos Only (php 260,000.00) Being The Abc To Payments Under The Contract For Construction Of Farm To Market Road At Sector 1 Located At Barangay Ilocano, Sudipen, La Union /barangay Infra 25-01-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Ilocano, Sudipen, La Union Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Calendar Days. Bidders Should Have Completed, Within Five 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. Interested Bidders May Obtain Further Information From Bac Office, Barangay Ilocano, Sudipen, La Union And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 5:00 P.m. (office Hours). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22-february 11, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. N/a 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below(n/a), Or (iii) Both(n/a) On Or Before 10:00 A.m., February 11, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 A.m., February 11, 2025 At The Given Address Below Bac Office, Barangay Ilocano, Sudipen, La Union And/or Through [insert Website, Application, Or Technology To Be Used] (n/a). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] N/a 11. The Barangay Ilocano, Sudipen, La Union Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Ruby D. Garces Bac Secretariat Chairman Barangay Ilocano, Sudipen, La Union Mobile Number: 09387284999 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [philgeps Website] For Online Bid Submission: [indicate Website] (n/a) Jun T. Orfiano(sgd) Bac Chairman Barangay Ilocano, Sudipen, La Union
Closing Soon11 Feb 2025
Tender AmountPHP 260 K (USD 4.4 K)

Municipality Of Kabugao, Apayao Tender

Textile, Apparel and Footwear
Philippines
Details: Description Procurement Of Sports Uniform For Provincial Meet 2025 Lgu-kabugao, Apayao The Local Government Unit Of Kabugao, Through Resolution No. 85 Series Of 2024 Intends To Apply The Sum Of Two Hundred Thousand Pesos (php200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Sports Uniform For Provincial Meet 2025 Under Contract No. Sf Goods 2025-33. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Kabugao Now Invites Bids For Procurement Of Sports Uniform For Provincial Meet 2025 Under Contract No. Sf Goods 2025-33. Delivery Of The Goods Is Required To Be Delivered Within Fifteen (15) Days From The Contract Effectivity Date Stated In The Notice To Proceed. Bidders Should Have Completed, Within One (1) Year 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. Interested Bidders May Obtain Further Information From Local Government Unit Of Kabugao And Inspect The Bidding Documents At The Address Given Below During 8 Am To 5 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 4, 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 Five Hundred Pesos (₱500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Local Government Unit Of Kabugao Will Hold A Pre-bid Conference On January 29, 2024, 8:00 Am At Bac Office Kabugao Town Hall, Rugrog St., Cor. Jose Agcon St., Poblacion, Kabugao, Apayao, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 4, 2025, 9:45 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. Bid Opening Shall Be On February 4, 2025, 10:00 Am At Kabugao Town Hall, Rugrog St., Cor. Jose Agcon St., Poblacion, Kabugao, Apayao. 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. The Local Government Unit Of Kabugao 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. For Further Information, Please Refer To: Engr. Junar E. Sirit Kabugao Town Hall Rugrog St., Cor. Jose Agcon St Poblacion, Kabugao, Apayao Cp #09778356560 Baclgukabugao@gmail.com Charlemagne M. Ulayan Municipal Engineer/ Bac Chairman
Closing Soon4 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+1Water Storage And Supply
United States
Details: Solicitation 75h70125q00009 Samantha Degoede New Test Well (mossyrock, Wa, Lewis County) the Attached Solicitation 75h70125q00009 Is Issued On Behalf Of The Indian Health Service (ihs). The Purpose Of The Project Is To Install A Residential Drinking Water Well On Fee Land In Mossyrock, Wa. This Project Will Be Procured As A 100% Small Business Set-aside Solicitation Under North America Industry Classification System (naics) Code 237110-water And Sewer Line And Related Structures Construction With A Size Standard Of $45 Million. Please Review All Attachments To This Notice For Project Details. scope Of Work: See Section C Of The Attached Solicitation (attachment B01 75h70125q00009) location Of Project: 297 Degoede Drive, Mossyrock, Wa 98564 (lewis County) tero: Tero Fees Do Not Apply. construction Duration: Period Of Performance Is 30 Calendar Days From Issuance Of The Notice To Proceed. construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be Between $25,000.00 And $100,000.00 In Accordance With Far 36.204. contract Type: The Ihs Intends To Award A Firm Fixed Price (ffp) Construction Contract In Support Of This Requirement Using Price Only Evaluation Criteria As Detailed In Section M. This Solicitation Is Issued As A Request For Quote (rfq) In Accordance With Far 13 And 36 Procedures. quote Requirements: In Accordance With Solicitation Section L, Paragraph L.4. The Quote Shall Include The Following: 1. Complete Sf1442, Blocks 14-20c. Any And All Solicitation Amendments Require Acknowledgement In Block 19 Of The Sf1442; And 2. Section B, Price Schedule Shall Be Filled Out In Its Entirety. site Visit: Site Visits May Be Scheduled By Contacting The Homeowner Directly. See Far 52.236-27, Site Visit Construction On Page 34 Of The Solicitation For Details. quote Due Date: The Quotation Shall Be Submitted Electronically In Pdf Format Via Email To Colleen.henry@ihs.gov At Your Earliest Convenience But No Later Than February 20, 2025 At 2:00pm Est Unless Changed By Amendment. evaluation: In Accordance With Far 13.106.2, The Evaluation For This Award Will Be Based On Price And The Quoter’s Compliance With The Terms And Conditions For This Request For Quotes; See Section L. The Quoter Shall Possess All Necessary Certifications To Perform The Work Specified In Section C In Order To Be Eligible For Award. Prices Quoted Must Reflect The Quoter’s Understanding Of The Requirement, Ability To Perform, And Be Considered Fair And Reasonable To The Government. standard Form 1442 With Blocks 14 Through 20 Properly Filled Out By The Offeror. price Is The Discriminating Factor For Award Among Offers. The Total Firm Fixed Price (inclusive Of Options) Listed In Block 17 Of The Sf1442 Will Be Utilized For The Overall Price Evaluation And To Determine The Lowest Priced Offer. questions: Quoters Shall Submit All Questions Concerning This Solicitation In Writing To The Contracting Officer, Colleen Henry, At Colleen.henry@ihs.gov. Questions Should Be Received No Later Than 7 Days Prior To The Quote Due Date To Allow Time For A Response. notes: All Dates Are Subject To Change. See Solicitation For Official Dates, Times And Location Of Site Visits And Deadlines. for Information Concerning Naics And Sba Size Standards, Go To Http://www.sba.gov it Is The Responsibility Of The Contractor To Check Https://sam.gov/ Frequently For Any Amendments Or Changes To The Solicitation. Hard Copy Documents Will Not Be Available-all Documents For Proposal Purposes Will Be Posted At The Website For Download By Interested Parties. note: Registration In The System For Award Management (sam) Database Is Mandatory To Considered For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At: Https://www.sam.gov . Contractors Are Encouraged To Complete Sam Registration As Soon As Possible; The Government Will Not Delay Award For The Purpose Of Allowing A Contractor Additional Time To Register In Sam.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

City Of Borongan Eastern Samar Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Eastern Samar City Of Borongan -0- Bids And Awards Committee ------------------------------------------------------------------------------------------ Invitation To Bid For Road Rehabilitation (iglesia To Barangay Plaza), Barangay Maypangdan, Borongan City, Eastern Samar 1. The City Government Of Borongan, Through The 20% Development Fund, Annual Budget 2025, Intends To Apply The Sum Of Three Million Nine Hundred Ninety Nine Thousand Three Hundred Sixty Four Pesos And Ninety Three Centavos Only (php3, 999,364.93) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Road Rehabilitation (iglesia To Plaza), Brgy. Maypangdan, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Borongan Now Invites Bids For Rehabilitation/reblocking Of 180.50m X 5.00m Pccp (two-lanes) With 46.00m X 1.00m X 1.00m Reinforced Concrete Drainage (one Side) And Other Works. Completion Of The Works Is Required Eighty Seven (87) 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Borongan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm During Office Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Date Of Publication Until The Deadline Of Submission Of Bids 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 Five Thousand Pesos (php5, 000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Borongan Will Hold A Pre-bid Conference At 9:00 A.m. On January 30, 2025, Bac Office, 3rd Floor, New Executive Building, City Of Borongan, Eastern Samar, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 12, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 12, 2025 At 9:00 A.m. 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. 8. The City Government Of Borongan 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. 9. For Further Information, Please Refer To: Ma. Joyse Claire Q. Caspe, Cpa Head, Bac Secretariat Bids And Awards Committee Cardona Corner Victoria Streets, 6800 Borongan City, Eastern Samar Lguboronganbac@gmail.com (sgd.) Atty. Romeo Alexis B. Devora City Legal Officer/bac Chairperson
Closing Date12 Feb 2025
Tender AmountPHP 3.9 Million (USD 68.4 K)

Province Of Bukidnon Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Bukdinon Malaybalay City Office Of The Provincial Governor Bids And Awards Committee Invitation To Bid For The “supply And Delivery Of 1 Lot It Equipment” Itb No. G-2025-048 1. The Provincial Government Of Bukidnon, Through General Fund Intends To Apply The Sum Of Nine Hundred Thousand Pesos Only(₱ 900,000.00) Being The Abc To Payments Under The Contract For "supply And Delivery Of 1 It Equipment” For Provincial Government Of Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected On Bid Opening. 2. The Provincial Government Of Bukidnon Now Invites For The Above Procurement Projects. Delivery Of The Goods Is Required By 15 Calendar Days Upon The Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From Date Of Submission And Receipt Of Bids, A Contract Similar To The Project(s). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Bukidnon-provincial Governor’s Office-bids & Awards Committee (pgo-bac) And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Document May Be Acquired By The Interested Bidders On January 22, 2025 To February 11, 2025 From The Given Address And Websites Below Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of ₱1,000.00. It May Also Be Downloaded Free Of Charge From The Websites Given Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Facsimile Or Through Electronic Means. 6. The Provincial Government Of Bukidnon Will Hold A Pre-bid Conference On January 28, 2025 9:00 A.m. At The Bac Conference Room, Bac Office, Capitol Compound, Malaybalay City, Bukidnon Which Shall Be Open To Prospective Bidder 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On February 11, 2025 On Or Before 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 11, 2025 At 9:00 A.m, At The Bac Conference Room, Bac Office, Capitol Compound, Malaybalay City, Bukidnon. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Chooses To Attend At The Address Below. 10. Each Bidder Shall Submit One (1) Original Marked As “original” And Two (2) Copies Of The First And Second Components Of Its Bid Marked As “copy 1 & 2”- To Be File In Orange Folder. Sealed In One (1) Orange Envelope Contain The Name Of Contract To Be Bid, Name & Address Of The Bidder, Be Addressed To The Provincial Government Of Bukidnon An Bear A Warning “do Not Open Before ---“. Tabbing Of Each Documents Submitted Is Necessary. (1 Folder For Eligibility And Technical Components And 1 Folder For Financial Components). Back Up Data For The Technical Specification (soft Copy) Shall Be Submitted. 11. Other Schedule Of Activities Involved Are As Follows: Evaluation Of Bids – February 13, 2025 (bac) At 9:00 A.m. And Post Qualification Evaluation –february 18, 2025 (bac) 9:00 A.m. 12. The Provincial Government Of Bukidnon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of 2016 Revised Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Charito G. Yulo/ Japhet S. Concon Bac Office, Capitol Compound, Malaybalay City 088-813-5564 / 0927-780-5974 Email: Bukprovlbac@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And/or Www.bukidnon.gov.ph Date Of Issue: January 21, 2025 Atty. Nestor E. Cajes, Jr Provincial General Services Officer Bac Chairman
Closing Soon11 Feb 2025
Tender AmountPHP 900 K (USD 15.3 K)

City Of Iloilo Tender

Electrical and Electronics...+1Electrical Works
Philippines
Details: Description Invitation To Bid For Upgrading Of Electrical System At Mandurriao National High School, Iloilo City 1. The City Government Of Iloilo, Through The Sef Res. No. 8 Sb No. 3 Series Of 2024 Capital Outlay To Apply The Sum Of Four Million Pesos (php 4,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Upgrading Of Electrical System At Mandurriao National High School, Iloilo City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Iloilo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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 City Government Of Iloilo And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00am To 12:00 Noon And 1:00pm To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From Given Address And Website/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 Personally Present Its Proof Of Payment For The Fees. 6. The City Government Of Iloilo Will Hold A Pre-bid Conference On January 31, 2025 At Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Which Shall Beopen To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 17, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 17, 2025 At 10:00amat The Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Iloilo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Rowena L. Villanueva Bids And Awards Committee Secretariat Room 7n, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Tel. No.: (033) 333-1111 Loc. 742 Email: Bac.iloilocity@gmail.com Website: Www.iloilocitygov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents:www.iloilocitygov.ph January 22, 2025 (sgd.) Atty.edgardo J. Gil Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 4 Million (USD 68.4 K)

Province Of Northern Samar Tender

Energy, Oil and Gas
Philippines
Details: Description Republic Of The Philippines Province Of Northern Samar Catarman, Northern Samar Bids And Award Committee Fuel For The Use Of Pgns Ns-01-21-25-20 1. The Provincial Government Of Northern Samar, Through The Sp Ordinance No. 41 Series Of 2024, Dated 20 December 2024 (general Fund -pgso) Intends To Apply The Sum Of Eight Million Fifty One Thousand Three Hundred Eighty Pesos Only (php8,051,380.00) Being The Abc To Payments Under The Contract For Ns-01-21-25-20: Fuel For The Use Of Pgns. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Northern Samar Now Invites Bids For The Fuel For The Use Of Pgns. Delivery Of The Goods Is Required By 90 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bac Office Of Provincial Government Of Northern Samar And Inspect The Bidding Documents At The Address Given Below During 8:00 Am-5:00 Pm Working Days. . 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22 To February 17, 2025, From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Provincial Government Of Northern Samar Will Hold A Pre-bid Conference On February 3, 2025, 9:00am At Bac Conference Room, 2nd Floor New Capitol Bldg. Brgy. Dalakit Catarman N. Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 17, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 17, 2025, 9:00am At Bac Conference Room, 2nd Floor New Capitol Bldg. Brgy. Dalakit Catarman N. Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Northern Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Adah Gwynne P. Tobes Bac Secretary Bids And Awards Committee Bac Office New Capitol Building Brgy. Dalakit, Catarman, Northern Samar Contact No. (055)500-2342 Pgnsbac1@gmail.com 1. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph Date: January 22, 2025 Dr. Jose Luis A. Acompañado Chairperson Bids And Awards Committee
Closing Date17 Feb 2025
Tender AmountPHP 8 Million (USD 137.7 K)

Provincial Government Of Camarines Norte Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For The Concreting Of Farm To Market Road, Brgy. Bautista, Labo, Camarines Norte 1. The Provincial Government Of Camarines Norte, Through The 20% Development Fund Ab-2025 Intends To Apply The Sum Of One Million Nine Hundred Ninety-three Thousand Five Hundred Five Pesos And Fifty-four Centavos (p1,993,505.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of Farm To Market Road, Brgy. Bautista, Labo, Camarines Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Camarines Norte Now Invites Bids For The Concreting Of 174.00lm X 4.00m X 0.20m Road With 0.50m Shoulder On Both Sides. Completion Of The Works Is Required 90 Cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 4. Bidders May Obtain Further Information From The Provincial Government Of Camarines Norte And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00p.m., Monday To Friday, Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 22, 2025 – February 13, 2025 At The Provincial Capitol Building, Daet, Camarines Norte And From The Website Of The Philippine Government Electronic Procurement System (philgeps) Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Camarines Norte Will Hold A Pre-bid Conference On January 30, 2025, 2:00p.m. At The New Bac Conference Office, At The Back Of Agro-sports Center, J. Lukban Street, Daet, Camarines Norte, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Below On Or Before February 13, 2025 At 1:30p.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, 2:00 P.m. Onwards At The New Bac Conference Office, At The Back Of Agro-sports Center, J. Lukban Street, Daet, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity, Provided That An Authorization Letter Shall Be Submitted To The Bac On Or Before The Scheduled Opening Of Bids. Only One (1) Representative For Each Bidder May Physically Attend The Bid Opening. 10. The Provincial Government Of Camarines Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of Ra 9184 Of The Revised Irr Of Ra 9184 Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Almirante A. Abad Head, Bac Secretariat Provincial Capitol Bldg., Daet, Camarines Norte (054) 885-1474 12. You May Visit The Website: Philippine Government Electronic Procurement System (philgeps) Atty. Archimedes O. Yanto Provincial Legal Officer / Bac Chairperson
Closing Date13 Feb 2025
Tender AmountPHP 1.9 Million (USD 34 K)
5111-5120 of 9637 active Tenders