Website Tenders
Website Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 99 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-042) For Construction Of Flood Control Structure Along Caraga River Protecting Caraga- Maragusan Road (tigbawan, Don Leon Balante Section), Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php99,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0137 – Construction Of Flood Control Structure Along Caraga River Protecting Caraga- Maragusan Road (tigbawan, Don Leon Balante Section), Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0137 Contract Name : Construction Of Flood Control Structure Along Caraga River Protecting Caraga- Maragusan Road (tigbawan, Don Leon Balante Section), Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of Gabion Revetment On A Steel Sheet Pile Foundation – Total Length – 390.00 Meters • Tree Planting (seedlings) – 1,000.00 Pcs. Approved Budget For The Contract (abc) : Php99,000,000.00 Contract Duration : 336 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Flood Control. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 11, 2025 Until 10:00 A.m. From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php50,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 29, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 22, 2025 To January 28, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
European Stability Mechanism ESM Tender
Others
Luxembourg
Closing Date30 Apr 2029
Tender AmountRefer Documents
Details: Title: Provision Of Consultancy Services
description: The Esm Is Launching A Dynamic Purchasing System (dps) As Defined In The Esm Procurement Policy For Consultancy Services. Candidates Can Apply To The Dps At Any Time During The Validity Of The Dps, Which Is 4 Years. The Selected Candidates Will Sign A Framework Agreement With Esm With An End Date Of 30/04/2029. To Participate, Candidates Need To Be Registered On The Esm Intend Portal (free Of Charge) To Submit Their Application. The Dps Is A Dynamic Procedure Where Candidates Will Be Able To Apply At Any Time While The Dps Is Open. Esm Will Therefore Assess Applications Regularly Without Undue Delay. Esm Is However Informing All Candidates That A First Assessment Will Be Done In A ‘batch’ To Ensure That Framework Agreements Are Signed And Can Start On 01/05/2025. The Esm’s Current Consultant Panel Will Expire On 30/04/2025 Therefore It Is Necessary To Have New Framework Agreements In Place To Replace The Expiring Ones. We Encourage Candidates To Submit Their Application By The 23/01/25 To Ensure Sufficient Time For The Assessment And The Contract Signature Process To Have New Framework Agreements In Place By 01/05/25. The Consultancy Services Are Grouped In Four Categories: Category 1 Financial Services, Category 2 It Services, Category 3 Corporate Services, Category 4 Banking And Economic Services. Each Category Is Composed Of Various Disciplines. Candidates Can Bid For One Or Multiple Disciplines. All Procurement Documents Are Available On The Esm Website And The Esm E-procurement Tool (intend).
City Of San Fernando Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Invitation To Bid For Rehabilitation Of Barangay Road And Continuation Of Slope Protection At Purok 5, Muslim Village, Barangay Namtutan 1. The City Government Of San Fernando, La Union, Through The 20% Development Fund Intends To Apply The Sum Of Four Million Nine Hundred Eighty Two Thousand One Hundred Fifty One Pesos And Ninety Nine Centavos (p4,982,151.99) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Barangay Road And Continuation Of Slope Protection At Purok 5, Muslim Village, Barangay Namtutan (project Identification Number Pb-25-003). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of San Fernando, La Union Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days Upon Receipt Of The Notice To Proceed. 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 Bids And Awards Committee (bac) Secretariat Of The City Government Of San Fernando, La Union And Inspect The Bidding Documents At City Budget Office, 2nd Floor, West Wing, City Hall Main Building, City Of San Fernando, La Union During Thursday To Friday At 8:00 Am To 5:00 Pm Except For Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22 To February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The City Government Of San Fernando, La Union Will Hold A Pre-bid Conference On January 30, 2025 At 9:00 Am (thursday) At The Dacanay Hall, 1st Floor, City Hall Main Building, City Of San Fernando, La Union. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The City Budget Office, 2nd Floor, City Hall Main Building, City Of San Fernando, La Union On Or Before February 11, 2025 (tuesday) 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 11, 2025 (tuesday) At 9:15 Am At The Dacanay Hall, 1st Floor, City Hall Main Building, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of San Fernando, 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 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: Mr. Brix Caesar D. Cafuir Bac Chairperson Rm 204, City Hall Main Building, City Of San Fernando, La Union, 2500 Baccsflu@gmail.com Telephone Number: (072) 687-81-00 Loc. 156 Facsimile Number: (072) 888-69-08 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.sanfernandocity.gov.ph Date Of Issue: January 22, 2025 __________________sgd.________________ Brix Caesar D. Cafuir Bac Chairperson
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description A. Contract Id : Antipolo-11february2025-16 B. Name Of Project : Construction Of Playground At Oro Vista Ii, Brgy. Mayamot, Antipolo City C. Location : Brgy. Mayamot, Antipolo City D. Brief Description : Construction Of Playground E. Major Item Of Works : Pavers; Concrete Belt; Artificial Turf Grass; Landscaping; Concrete Works; Tile Works F. Approved Budget For The Contract : Php 2,000,000.00 G. Duration : 120 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 22 - February 11, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 30, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 11, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 11, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Province Of Northern Samar Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 2.1 Million (USD 36.8 K)
Details: Description Republic Of The Philippines Province Of Northern Samar Catarman, Northern Samar Bids And Awards Committee Construction Of Drainage Canal, Brgy. E. Laodenio, Mapanas, Northern Samar Ns-01-21-25-06 1. The Provincial Government Of Northern Samar, Through The Sp Ordinance No. 41 Series Of 2024, Dated December 2024 (gf / 5% Ldrrmf) Intends To Apply The Sum Of Two Million One Hundred Fifty-six Thousand Six Hundred Seventeen Pesos And 37/100 Only (php2,156,617.37) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ns-01-21-25-06 Construction Of Drainage Canal, Brgy. E. Laodenio, Mapanas, Northern Samar. 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 Construction Of Drainage Canal, Brgy. E. Laodenio, Mapanas, Northern Samar. Completion Of The Works Is Required 90 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 Bac Office Of Provincial Government Of Northern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 17, 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 Php5,000.00. 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 As Indicated Below, On Or Before February 17, 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 15. 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 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: Atty. Adah Gwynne P. Tobes Bac Secretary Bids And Awards Committee Bac Office New Capitol Building Brgy. Dalakit, Catarman, Northern Samar Contact No. (055)500-9692 Pgnsbac1@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Northernsamar.gov.ph, Philgeps.gov.ph January 22, 2025 Dr. Jose Luis A. Acompañado Chairperson Bids And Awards Committee
National Irrigation Administration Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 25.5 Million (USD 437.5 K)
Details: Description Invitation To Bid Supply/delivery Of Diesel Fuel And Lubricants For Awayan Pumping Station Of Libmanan-cabusao Pump Irrigation System Libmanan, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/omnispis Cy 2025 Intends To Apply The Sum Of Php 25,583,382.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply/delivery Of Diesel Fuel And Lubricants For Awayan Pumping Station Of Libmanan-cabusao Pump Irrigation System, Libmanan, Camarines Sur With Contract Reference No. Omnispis-cs-lcpis-023-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Delivery Of The Goods Is Required By Two Hundred Seventy-three (273) Calendar Days. Bidders Should Have Completed, Within Ninety (90) Calendar Days From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4.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. 5.prospective Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At The Address Given Below During 8:00 Am Of February 3, 2025 To 9:30 Am Of February 13, 2025. 6.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 8:00 Am Of February 3, 2025 To 9:30 Am Of February 13, 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference[ May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On February 3, 2025 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur Which Shall Be Open To Prospective Bidders. 8.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 Am Of 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 14. 10.bid Opening Shall Be On 9:30 Am Of February 13, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.facebook.com/niar5csimo January 21, 2025 Engr. June Ivy C. Mendez Bac Chairperson
Bureau Of Fire Protection - BFP Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 10 Million (USD 171 K)
Details: Description Invitation To Bid For The Construction Of Sta. Catalina Fire Station, Negros Oriental (re-bid) 1. The Bureau Of Fire Protection Region 7, Intends To Conduct Early Procurement Activity (epa) Through The General Appropriations Act Cy 2025 In The Sum Of Ten Million Pesos Only (₱10,000,000.00) Being The Abc To Payments Under The Contract For The Said Procurement. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Activity Date Advertisement/posting Of Invitation To Bid At Philgeps 22 January 2025 Issuance/availability Of Bidding Documents 22 January To 17 February 2025 Pre-bid Conference 11:00 A.m. 03 February 2025 Last Day Of Written Clarification 10 February 2025 Last Day Of Issuance Of Bid Bulletin 13 February 2025 Deadline For Submission & Acceptance Of Bids 08:30 A.m 17 February 2025 Opening Of Bids 09:00 A.m. 17 February 2025 2. The Bureau Of Fire Protection Region 7, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Forty (240) Calendar Days Upon Receipt Of Notice To Proceed. 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 Bureau Of Fire Protection Region 7 And Inspect The Bidding Documents At The Address Given Below From 8 A.m . To 5 P.m., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 22 January To 17 February 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 Ten Thousand Pesos (p10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Will Be Presented In Person Or By Facsimile, Or Through Electronic Means. 6. The Bureau Of Fire Protection Region 7 Will Hold A Pre-bid Conference On 11:00 A.m. 03 February 2025 At Parian Fire-sub Station, Sikatuna St., Cebu City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 08:30 A.m 17 February 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 15. 9. Bid Opening Shall Be On 09:00 A.m. 17 February 2025 At Parian Fire-sub Station, Sikatuna St., Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bureau Of Fire Protection Regional Office 7 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: Bac Secretariat Bfp 7, N. Bacalso Avenue, Cebu City Email Address: Bfp_rsapd7@yahoo.com.ph Telefax # (032)417-2632 For Downloading Of Bidding Documents: Https://region7.bfp.gov.ph/ Noted By: Rogelio V Bongabong Jr Ssupt (dsc) Bfp Vice-chairperson, Bac R7
STATE, DEPARTMENT OF USA Tender
Others
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents
Details: Please Note This Solicitation Is Not Ready To Be Issued As Of This Date. The Embassy Of The United States In Kampala Will Launch The Solicitation On The Sam.gov Website When It Is Available. the U.s. Embassy In Kampala, Uganda Is Seeking The Services For Gardening And Landscaping. the Anticipated Performance Period Is For A Base Year, With Four One-year Option Periods, If Exercised By The Government. All Responsible Sources May Submit A Quotation Which Will Be Considered. the Government May Award The Contract Based On The Initial Offer Without Discussion. The Resultant Contract Will Be A Firm Fixed Price Type Contract. the Government Is Planning A Site Visit And The Date For This Will Be In The Solicitation. all Contractors Must Be Registered In The Sam (system For Award Management) Database Https://www.sam.gov Prior To Submitting An Offer Pursuant To Far Provision 52.204-7. Therefore, Prospective Offerors Are Encouraged To Register Prior To The Submittal Of Quotations/proposals. this Opportunity Is Subject To 52.229-12 - Tax On Certain Foreign Procurements (feb 2021) electronic Submission/responses: this Opportunity Allows For Electronic Responses. Please Submit Your Offer Prior To The Response Date And Time. Please Ensure Your Email With Your Offer Does Not Exceed 30 Mb, If It Does Then You Might Have To Send More Than One Email. contracting Office Address: the Contracting Officer u.s Embassy, Kampala plot 1577 Ggaba Road, Nsambya kampala, Uganda
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 67.5 Million (USD 1.1 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0070 : Emergency Project – Asphalt Overlay On Dilapidated Asphalt Approaches Along Manila North Road, Apalit And San Simon, Pampanga 25cg0071 : Asset Preservation Program – Preventive Maintenance – Tertiary Roads – Bahay Pare – Sn Luis – Sto Domingo Rd – K0072+328 – K0074+115 25cg0072 : Asset Preservation Program – Rehabilitation/ Reconstruction/upgrading Of Damaged Paved Road – Tertiary Roads – Arayat – Magalang Rd – K0097+000 – K0099+325, K0099+335 – K0100+578 25cg0073 : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities – Construction Of Flood Control Structure Along Abacan River, (phase I), Mexico, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0070 2,568,100.00 Sr2024-11-020791 25cg0071 67,550,000.00 Sr2024-12-023251 25cg0072 96,500,000.00 Sr2024-12-023283 25cg0073 125,450,000.00 Sr2024-12-023325 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25cg0070 Name Of Contract : Emergency Project – Asphalt Overlay On Dilapidated Asphalt Approaches Along Manila North Road, Apalit And San Simon, Pampanga Locations : Apalit And San Simon, Pampanga Scope Of Works : Asphalt Overlay Approved Budget For The Contract : Php 2,568,100.00 Contract Duration : 16 Calendar Days Contract Id No. : 25cg0071 Name Of Contract : Asset Preservation Program – Preventive Maintenance – Tertiary Roads – Bahay Pare – Sn Luis – Sto Domingo Rd – K0072+328 – K0074+115 Locations : Mexico, Pampanga Scope Of Works : Preventive Maintenance Approved Budget For The Contract : Php 67,550,000.00 Contract Duration : 126 Calendar Days Contract Id No. : 25cg0072 Name Of Contract : Asset Preservation Program – Rehabilitation/ Reconstruction/upgrading Of Damaged Paved Road – Tertiary Roads – Arayat – Magalang Rd – K0097+000 – K0099+325, K0099+335 – K0100+578 Locations : Arayat, Pampanga Scope Of Works : Rehabilitation/ Reconstruction/upgrading Of Damaged Paved Road Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 304 Calendar Days Contract Id No. : 25cg0073 Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities – Construction Of Flood Control Structure Along Abacan River, (phase I), Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Flood Control Structure Approved Budget For The Contract : Php 125,450,000.00 Contract Duration : 282 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “b” For Contract Id No. 25cg0070 & Medium “a” For Contract Id No. 25cg0071 - 25cg0073. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. 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)(li)(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. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 – February 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Contract Id No. Cost Of Bidding Documents (php) 25cg0070 5,000.00 25cg0071 50,000.00 25cg0072 50,000.00 25cg0073 50,000.00 8. 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. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. 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. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 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. 12. Bid Opening Shall Be On February 11, 2025, 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, 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. 13. The Dpwh- Pampanga 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29
Province Of Eastern Samar Tender
Electrical and Electronics...+1Electrical Works
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 2.3 Million (USD 40.9 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Installation Of Big Fan And Other Accessories At Oras Multi-purpose Hall, Oras, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Three Hundred Ninety-seven Thousand Pesos Only (php2,397,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-076 Installation Of Big Fan And Other Accessories At Oras Multi-purpose Hall, Oras, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/signboard (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (1.83 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1100 – Conduits, Boxes & Fittings (1.00 L.s.), Item No. 1101 – Wires And Wiring Devices (1.00 L.s.), Item No. 1102 – Power Load And Switch Gears (1.00 L.s.), Completion Of The Works Is Required Within 55 Calendar Days. Bidders Should Have Completed 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 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, 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 The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
5111-5120 of 9657 active Tenders