Website Tenders

Website Tenders

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Improvement Of Flood Control River Wall Along Tullahan River, Sta. 05+050 To Sta. 05+400, Valenzuela City 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 96,496,869.62 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0126 - Improvement Of Flood Control River Wall Along Tullahan River, Sta. 05+050 To Sta. 05+400, Valenzuela City Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0126 Contract Name And Location : Improvement Of Flood Control River Wall Along Tullahan River, Sta. 05+050 To Sta. 05+400, Valenzuela City Brief Description : Improvement Of Flood Control River Wall Approved Budget For The Contract (abc) : Php 96,496,869.62 Source Of Funds : Fy 2025 Nep Contract Duration : 300 Calendar Days Cost Of Bidding Documents : Php 50,000.00 Pcab License Size Range : Medium A Pcab License Category/classification : B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela City During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 12, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of February 12, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 12, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Dpwh-metro Manila 3rd District Engineering Office 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. 14. The Dpwh-ncr-metro Manila 3rd 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. 15. For Further Information, Please Refer To: Rejeane G. Mangulabnan / Jessel Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: January 22, 2025 Dpwh-infr-04-2016
Closing Date12 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)

DEPARTMENT OF EDUCATION SCHOOLS DIVISION OFFICE OF MASBATE Tender

Food Products
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Nutritious Food Products For Nlc And School-based Feeding Program (sbfp) Sy 2024-2025 1. The Deped Masbate City Division, Through The Ra No. 11518- Fy 2024 Gaa Intends To Apply The Sum Of One Million Ninety-five Thousand One Hundred Forteen Pesos (php.1,095,144.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Nutritious Food Products For Nlc And School-based Feeding Program (sbfp) Beneficiaries Sy 2024-2025-project No. Goods & Services-2025-01-002 With The Following: Item No. Quantity Unit Item Description Abc (php) Unit Price Amount Supply And Delivery Of Nutritious Food Products For Nlc And School-based Feeding Program (sbfp) Sy 2024-2025 1 17,238 Piece Nutribun, 80 Grams Squash & Carrot Variant (with Certification From Fnri) For Nlc 20.00 344,760.00 2 34,107 Piece Ready To Eat Snacks (nutri-packs 50-170grams (with Certification From Fnri Or Dost Assisted)with Different Variety For Sbfp 22.00 750,354.00 Total 1,095,114.00 Contract Duration: Inclusive Dates Expected Delivery Dates: May 5-23, 2025 For Nlc & February 26-march 21, 2025 For Sbfp Venue/delivery Site To Be Delivered In Six (6) Drop-off Points Within Masbate City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. . 2. The Deped Masbate City Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Fifteen (15) Calendar Days From May 5-23, 2025 For Nlc And February 26- March 21 , 2025 On The Dates Specified In The Notice To Proceed. Bidders Should Have Completed, Within Two 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 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 Deped- Sdo Masbate City And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm. Sdo Bac Secretatriat Bac Office 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 Thousand Pesos (php.5,000.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees It Will Be Presented In Person. 6. The Deped Masbate City Division Will Hold A Pre-bid Conference On January 30, 2025-2:00 Pm At Sdo Conference Hall,masbate 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 Indicated Below. 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 11, 2025-2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Masbate City Division 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: Dinnah A. Baῇares Head Bac Secretariat Bac Office, Deped Masbate City Division Jolly T. Fernandez Avenue, Masbate City Email Address: Dinnah.banares@deped.gov.ph Cp No. 09318901141 Website Address:http://www.depedmasbatecity.com Signed Joy G. Cabrera Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 1 Million (USD 18.7 K)

Philippine Air Force - PAF Tender

Civil And Construction...+2Excavation, Machinery and Tools
Philippines
Details: Description Armed Forces Of The Philippines Philippine Air Force Office Of The Paf Bids And Awards Committee Colonel Jesus Villamor Air Base, Pasay City Invitation To Bid 1. The Armed Forces Of The Philippines, Through The Paf Bids And Awards Committee (pafbac), Invites Suppliers/manufacturers/distributors To Bid For The Hereunder Project: Nomenclature/activity: Pb-pafbac-106-25 Procurement Of Excavator Approved Budget For The Contract: Php12,935,936.00 Price Of Bid Documents: Php25,000.00 *bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Have An Experience In Similar Project Within 5 Years. 3. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. 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. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 22, 2024 To February 10, 2024, From 8:00am-12:00nn And From 1:00pm-5:00pm, Monday To Friday (except Holiday), And Up To 8:45am Of February 11, 2025 At Pafbac Secretariat, Paf Procurement Center Bldg., Colonel Jesus Villamor Air Base, Pasay City. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person At The Aforementioned Address. Late Payment Of The Fees For The Acquisition Of Bidding Documents Shall Not Be Accepted. (note: Prospective Bidders Should Bring With Them The Printed Copy Of The Project/s To Be Bid From Philippine Government Electronic Procurement System (philgeps) Website Which Should Be Presented To Air Force Accounting Center For The Issuance Of Order Of Payment. Payment For The Bidding Documents Should Be Made At Paf Finance Center, Colonel Jesus Villamor Air Base, Pasay City From Monday To Friday At 8:00am-12:00nn & 1:00pm-5:00pm.) 7. Pre-bid Conference: January 29, 2025 At 9:00am Through Videoconferencing Via Zoom Application. (zoom Meeting Id: 886 7238 1372; Passcode: 226436). 8. Manual Submission Of Bids: February 11, 2025 At 9:00am, Bidding Room 1, Paf Procurement Center, Colonel Jesus Villamor Air Base, Pasay City. Late Bids Shall Not Be Accepted. 9. Deadline Of Submission Of Bids/opening Of Bids: February 11, 2025 At 9:15am, Bidding Room 1, Paf Procurement Center, Colonel Jesus Villamor Air Base, Pasay City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. The Philippine Air Force 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. For Further Information, Please Refer To: Ltc Eures Melody B Montejo Paf Paf Bids And Awards Committee Secretariat Colonel Jesus Villamor Air Base, Pasay City E-mail Address: Paf_bac@yahoo.com Mobile Nr: 09282864225 12. You May Also Visit The Philgeps Website For The Downloading Of The Bidding Documents. (original Signed) Bgen Ronie D Petinglay Paf Chairperson, Pafbac
Closing Soon11 Feb 2025
Tender AmountPHP 12.9 Million (USD 221.2 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n713.23|hrb|7176057322|cody.s.smith26.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|tbd|||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|333618|1500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. the Government Is Seeking A Repair Turnaround Time (rtat) Of: 135 Days government Source Inspection (gsi) Is Required. please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25. your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This contract. Check One: Firm-fixed-price ___ Estimated ___ Nte ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________ \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Motor,alternating C . 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 Motor,alternating C Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;53555 801621-133 Gr.3 ; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

Municipality Of Antipas, Cotabato Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Cotabato Municipality Of Antipas Bids And Awards Committee Invitation To Bid For Construction Of Multi-purpose Hall Phase Ii 1. The Municipal Government Of Antipas, Through The Budget Approved By The Sanggunian, Intends To Apply The Sum Of Eight Hundred Thousand Pesos (php800,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Hall Phase Ii. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Antipas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety (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 The Municipal Government Of Antipas And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22 To February 4, 2025 From The Given Address Below And At The Website Of The Philippine Government Electronic Procurement System (philgeps) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 10:00 A.m Of February 4, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On February 4, 2025 At 10:00 A.m At Mpdo, Municipal Hall, Antipas, Cotabato. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipal Government Of Antipas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Noemi S. Reyes Bac Chairman Mpdo, Municipal Hall, Antipas, Cotabato Mobile #: 09399390176 Email Add.: Lgubac@yahoo.com
Closing Soon4 Feb 2025
Tender AmountPHP 800 K (USD 13.6 K)

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, Barangay Bugas, Borongan City, Eastern Samar 1. The City Government Of Borongan, Through The City Development Program Fund, Annual Budget 2025, Intends To Apply The Sum Of Two Million Nine Hundred Ninety Nine Thousand Five Hundred Fifty Eight Pesos And Forty Centavos Only (php2, 999,558.40) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Road Rehabilitation, Brgy. Bugas, 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 Road Concreting L:153.5m W:6.01 And Rcpc: 16-900mmø. Completion Of The Works Is Required Ninety (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, 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 13, 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 13, 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 Date13 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 K)

Science City Of Munoz Tender

Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Science City Of Muñoz Invitation To Bid For Rehabilitation Of Two Barrel Reinforced Concrete Box Culvert (rcbc) At Brgy. Villa Santos, Science City Of Muñoz, Nueva Ecija 1. The Lgu-science City Of Muñoz, Through The Special Trust Fund – Calamity Fund Intends To Apply The Sum Of One Million Three Hundred Sixty Five Thousand Seven Hundred Eleven Pesos & 11/100 (php 1,365,711.11) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Two Barrel Reinforced Concrete Box Culvert (rcbc) And Project Identification Number Scm-infra-01222025-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-science City Of Muñoz Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Thirty (30) 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 Lgu-science City Of Muñoz And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22 – February 19, 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 Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Lgu-science City Of Muñoz Will Hold A Pre-bid Conference On 10:00 A.m. Of February 5, 2025 At Engineering Office, Ground Floor, City Hall, Science City Of Muñoz, Nueva Ecija, 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. 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 10:00 A.m. Of February 19, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu-science City Of Muñoz 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: Engr. Armando E. Miranda Bac Chairman Engineering Office Ground Floor, City Hall Science City Of Muñoz 3119 Nueva Ecija Contact Number: (044) 940-6879 Facsimile Number: (044) 940-6879 Email Address: Cityengineerscm2000@gmail.com Website Address: Www.sciencecityofmunoz.ph (sgd) Engr. Armando E. Miranda Bac Chairman
Closing Date19 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.3 K)

Department Of Health Treatment And Rehabilitation Center Tender

Others
Philippines
Details: Description 1. The Doh – Malinao Treatment And Rehabilitation Center Intends To Apply The Sum Of One Million One Hundred Thousand Pesos (1,100,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery, Fabrication And Installation Of Modular Partition And Office Furniture And Equipment For Mentally-ill Chemical Abusers (mica) Building (re-bid) With Reference Number: Doh-mtrc-b-03-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot Number Description Approved Budget For The Contract (abc) 1 Modular Partition 464,627.00 2 Office Furniture And Equipment 635,373.00 Total Abc 1,100,000.00 2. The Doh – Malinao Treatment And Rehabilitation Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Forty-five Calendar Days (45 Cd) From Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five Years (5 Yrs) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Doh – Malinao Treatment And Rehabilitation Center And Inspect The Bidding Documents At The Address Given Below During Monday To Friday At 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Listed Below: Lot Number Description Cost Of Bidding Documents 1 Modular Partition 500.00 2 Office Furniture And Equipment 1,000.00 Total For All Lots 1,500.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either Presented In Person Or Through Electronic Means. 6. The Doh – Malinao Treatment And Rehabilitation Center Will Hold A Pre-bid Conference On January 30, 2025, 1:30 Pm At Function Hall, Doh-mtrc, Brgy. Comun, Malinao, Albay Which Shall Be Open To All 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 11, 2025, 1:25pm 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 11, 1:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Online Submission Of Bid Is Not Allowed. 11. The Doh – Malinao Treatment And Rehabilitation 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: Bac Secretariat/ Procurement Section Email: Doh.mtrc@gmail.com Contact Number: 0919-073-8568 13. You May Visit The Following Websites: A.) Philgeps.gov.ph; (or) B.) Https://trcmalinao.com
Closing Soon11 Feb 2025
Tender AmountPHP 1.1 Million (USD 18.8 K)

Province Of Pampanga Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-008 Ig- Bac Invitation To Bid For Purchase Request No. 25-0002, 25-0007, 25-0010, 25-0008 And 25-0006 The Provincial Government Of Pampanga (“province”) Intends To Apply The Following Sums From The Following Funds, As Follows: Source Of Funding/year Approved Budget For The Contract (abc) Purchase Request Number Description Trust Fund 4,582,700.00 #25-0002 Supply And Delivery Of 1,928 Cases Canned Goods General Fund 5,580,000.00 #25-0007 Supply And Delivery Of Various Supplies & Materials Used For Repacking Of Goods For Alagang Nanay Preventive Health Care Program And N Eedy Kapampangan Program (single Year Framework Agreement) General Fund 43,750,000.00 #25-0010 Supply And Delivery Of 17,500 Cavans Regular Milled Rice For Kapitolyo Sa Barangay Program (single Year Framework Agreement) General Fund 68,750,000.00 #25-0008 Supply And Delivery Of 27,500 Cavans Regular Milled Rice For Alagang Nanay Preventive Health Care Program And Needy Kapampangan Program (single Year Framework Agreement) General Fund 100,778,550.00 #25-0006 Supply And Delivery Of Canned Goods For Alagang Nanay Preventive Health Care Program And Needy Kapampangan Program (single Year Framework Agreement) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Above Procurement Project. Delivery Of Goods Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Two 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. Instruction To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. 3. Interested Bidders May Obtain Further Information From The Province And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga Between 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From January 22, 2025 (wednesday) Between 8:00 A.m. To 5:00 P.m. Up To February 11, 2025 (tuesday) Until 8:30 A.m. Only From The Given Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Purchase Request Number Abc Amount #25-0002 4,582,700.00 5,000.00 #25-0007 5,580,000.00 10,000.00 #25-0010 43,750,000.00 25,000.00 #25-0008 68,750,000.00 50,000.00 #25-0006 100,778,550.00 50,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees In Person. 5. The Province Will Hold A Pre-bid Conference On January 30, 2025 (thursday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bids And Awards Committee (bac) Secretariat Office Thru Manual Submission At Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga On Or Before 8:45 A.m. Of February 11, 2025 (tuesday). Late Bids Shall Not Be Accepted 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Opening Of Bids Will Be On February 11, 2025 (tuesday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga. Bids Will Be Opened In The Presence Of The Bidders ’representatives Who Choose To Attend At The Activity. 9. Online Bid Submission Is Not Applicable. 10. The Province Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure 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 Hereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Filipina R. Sevilla Chairperson - Bids And Awards Committee (bac) Secretariat Bac Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pampanga.gov.ph January 21, 2025 Francis V. Maslog Chairman Bids And Awards Committee
Closing Soon11 Feb 2025
Tender AmountPHP 5.5 Million (USD 95.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description 1st Invitation To Bid For 25pl0024 – Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities - Construction Of Bridge (san Julian), San Julian, Tabuk City, Kalinga January 21, 2025 1. The Dpwh-lower Kalinga District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 9,800,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pl0024 – Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities - Construction Of Bridge (san Julian), San Julian, Tabuk City, Kalinga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-lower Kalinga District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities - Construction Of Bridge (san Julian), San Julian, Tabuk City, Kalinga Contract Id No. : 25pl0024 Locations : San Julian, Tabuk City, Kalinga Scope Of Works : Construction Of Slab Of Rcdg Bridge 18m Length X 7.12m Width With 117 M X 6.10 M Pccp At Approaches Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 145 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”.the Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-lower Kalinga District Engineering Office And Inspect The Bidding Documents At Bulanao, Tabuk City, Kalinga During Weekdays From Mondays To Fridays At 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By The Interested Bidders On January 22 – February 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-lower Kalinga District Engineering Office Will Hold A Pre-bid Conference On January 29, 2025, 10:00 Am At Dpwh-lower Kalinga District Engineering Office, Conference Hall, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lowerkalinga@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11, 2025, 10:00 A.m At Dpwh-lower Kalinga District Engineering Office, Conference Hall. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-lower Kalinga District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Generoso T. Mukay Head –procurement Staff: Marivic T. Pagala Address: Dpwh-lower Kalinga Deo Address: Dpwh-lower Kalinga Deo Cellphone No. 0936-370-7985 Cellphone Nos. 0905-778-6534 Email Address: Dpwhlkdeobac@yahoo.com Email Address: Dpwhlkdeobac@yahoo.com Approved By: Generoso T. Mukay Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 9.8 Million (USD 167.6 K)
5121-5130 of 9637 active Tenders