Website Tenders
Website Tenders
City Of Cebu Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.9 K)
Details: Description For Taxpayer's Appreciation Night-february 28, 2025. You Can Also Download The Items And Specifications At Our Official Website: Www.cebucity.gov.ph Under For Procurement Category, Good And Services Then Invitation To Bid. Issuance Of Bid Documents: January 29-february 18, 2025 Cost Of Bid Documents: 5,000.00 / 1,000.00 For Inquiry Look For: Technical Work Group (twg): Aisa Salimbago Contact No. 253-7778 Look For Nilo Ibones For The Issuance Of Bidding Documents.
Department Of Public Works And Highways Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 4.8 Million (USD 84.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0535: Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Construction Of Irrigation Canal, Barangay 60-b Madiladig, Laoag City, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,640.83 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0535 - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Construction Of Irrigation Canal, Barangay 60-b Madiladig, Laoag City, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 99 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; ≤ 15m ; Allowable Range Of Contract Cost Up To Php 30m. 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 (ra) No. 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 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)(ii)(c) O 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 Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43 Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30 - February 20, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement 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 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 6, 2025, 10:00 A.m. At Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before February 20, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On February 20, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph January 30, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted By: Glenn C. Miguel District Engineer
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS LAGUNA 3RD DISTRIC Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Laguna 3rd District Engineering Office San Pablo City, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. :25dp0049 Name Of Contract :cssp - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Roads Leading To Major/ Strategic Public Buildings/ Facilities - Concreting Of Road, Barangay Culoy, Liliw, Laguna Contract Location:liliw, Laguna Scope Of Works :concreting Of Barangay Road Approved Budget For The Contract:₱ 4,900,000.00 Source Of Funds :fy 2025 Gaa Contract Duration:60 C.d. Cost Of Bidding Documents :₱ 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Bid Data Sheet. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Laguna 3rd District Engineering Office San Pablo City, Laguna And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 @ 8:00 A.m.-5:00 P.m. – February 18, 2025 @ 8:00 A.m.- 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Laguna 3rd District Engineering Office San Pablo City, Laguna, Will Hold A Pre-bid Conference On February 6, 2025 @ 10:00 A.m. At Dpwh Conference Building, Laguna 3rd District Engineering Office, Mariflor Subdivision, Brgy. Del Remedio, San Pablo City, Laguna, Which Shall Be Opened To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna3@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 9. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At Dpwh Conference Building, Laguna 3rd District Engineering Office, Mariflor Subdivision, Brgy. Del Remedio, San Pablo City, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Applicable Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Laguna 3rd District Engineering Office San Pablo City, Laguna, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. The Bac Is Conducting The Public Bidding For This Contract Pursuant To Gppb Circular 06-2019 Dated July 17, 2019 (guidelines On The Implementation Of Early Procurement Activities) In Relation To The Provisions Of The Republic Act 9184 And Its Implementing Rules And Regulations (irr). 13. For Further Information, Please Refer To: Carlos C. Muere Bac Chairperson Telephone No.: (049)5628-114/loc 48842 Email Address: Muere.carlos@dpwh.gov.ph Jonathan O. Bondad Head, Bac Secretariat Telephone No.: (049)5628-114/loc 48844 Email Address: Bondad.jonathan@dpwh.gov.ph Department Of Public Works And Highways Laguna 3rd District Engineering Office Mariflor Subd., Brgy. Del Remedio, San Pablo City, Laguna 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph And Websitewww.philgeps.gov.ph. For Online Bid Submission At Electronicbids_laguna3@dpwh.gov.ph.
AGRICULTURAL TRAINING INSTITUTE CARAGA REGION Tender
Food Products
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 6.3 Million (USD 108.8 K)
Details: Description Invitation To Bid “provision Of Catering Services For Ati-rtc 13 In-center Trainings And Other Activities For The Months Of April-december 2025” 1. The Agricultural Training Institute – Regional Training Center 13, Using A Single Year For A Duration Of 9 Months From April To December 2025, Framework Agreement, Through The Various Programs Fy 2025 Intends To Apply The Sum Of Six Million Three Hundred Eighteen Thousand (php 6,318,000.00) Pesos Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Total Cost Per Item Shall Be Automatically Rejected. Item Number Description Quantity Total 1 Breakfast 5,295 1,059,000.00 2 Am Snack 6,235 935,250.00 3 Lunch 6,155 1,846,500.00 4 Pm Snack 6,155 923,250.00 5 Dinner 5,180 1,554,000.00 Total 6,318,000.00 2. The Agricultural Training Institute – Regional Training Center 13 Now Invites Bids For The Provision Of Catering Services For Ati-rtc 13 In-center Trainings And Other Activities For The Months Of April-december 2025. Delivery Of The Goods Is Required Within April To December 2025 After Issuance Of A Call-off. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “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 Agricultural Training Institute – Regional Training Center 13 And Inspect The Bidding Documents At The Address Given Below During From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 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 Seven Thousand Pesos (php 7,500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, Or Through Electronic Means. 6. The Agricultural Training Institute – Regional Training Center 13 Will Hold A Prebid Conference1 On February 12, 2025 At Ati-rtc 13, Los Angeles, Butuan City And/or Through Video Conferencing Or Webcasting Via Google Meet Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 24, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 24, 2025, 9:00 Am At The Ati-rtc 13, Los Angeles, Butuan City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Agricultural Training Institute – Regional Training Center 13 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: Ms. Mary Grace B. Salve Head, Bac Secretariat Ati-regional Training Center 13 Los Angeles, Butuan City Email: Aticaraga@ati.da.gov.ph | Atirtc13_supply@ati.da.gov.ph Mobile Number: 09293546355 12. You May Visit The Following Websites: Www.ati2.da.gov.ph/ati-13 Www.philgeps.gov.ph January 29, 2025 Sgd. Violeta T. Laguna Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Road Widening – Tertiary Roads Bacoor-dasmariñas National Rd - K0023+830 - K0024+080, K0024+093 - K0024+450 Contract Id No. : 24d00083 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Road Widening Using Pccp (330mm Thick, Unreinforced, 7 Days) And Installation Of Lateral Drainage Using 1000mm Dia Hdpe Pipe Culverts. Approved Budget For The Contract : ₱92,157,500.00 Net Length : Road : 609.00 L. M. (1.218 Lane Km); Drainage Structure Net Length: 1,218.00 L. M. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Calamba - Sta.cruz - Famy Jct. - Bucal Bypass Road Contract Id No. : 24d00097 (re-advertisement) Contract Location : Laguna Province Scope Of Works : Road Widening Of 572.79 Lm, 1 Lane Carriageway At B/s, Construction Of Roundabout, (20m Central Island, With 3 Circulatory Lanes, Rehabilitation Of 640 Lm Of Road, 1 To 2 Lanes At Csfj To Bucal Bypass, Removal Of Existing Structures And Obstructions, Construction Of Splitter Island, Construction Of Rcbc Lateral And Cross Drainage Structures, Construction Of 155.00m Ramp And Stone Masonry Slope Protection Near Calamba Water District, Removal And Relocation Of Existing Street Lamp Post, Installation Of Pavement Markings And Road Signages, Asphalt Overlay At Proposed Detour. Approved Budget For The Contract : ₱121,590,000.00 Net Length : Road Widening 1,367.79 L.m, 2.536 Lane Km; Drainage: 972.792 L.m. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Structural Improvement Of Public Buildings And Construction Of Evacuation Centers Region Iv-a, Panukulan, Quezon Contract Id No. : 24d00306 Contract Location : Quezon Province Scope Of Works : The Construction Project Entails The Development Of A Permanent Evacuation Center/multi-purpose Covered Court, Incorporating Various Facilities And Features Including A Laundry & Drying Area, Material Recovery Facility, Cistern Tank, Mess Hall Equipped With A Kitchen, Administrative Office, Storage Area, And A Play Area Accompanied By A Breastfeeding Room. Additionally, The Project Will Integrate A Conjugal Space, Distinct Male & Female Toilet And Bath Facilities With Accommodations For Persons With Disabilities (pwd), A Clinic, And A Prayer Room. Moreover, The Project Will Be Enhanced With A Fire Protection System And 18 Kwp Solar Power System, Painting Works Are Not Included. Approved Budget For The Contract : ₱45,355,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iii) Contract Id No. : 25d00013 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block, And 2.5 M Diameter Bored Piles As Substructure Of Pier 10 To 11 And Piers 31 To 41 Of Bridge 1. Approved Budget For The Contract : ₱135,100,000.00 Net Length : Bridge: 24267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Sangley Airport Access Road, Package G, Cavite Contract Id No. : 25d00020 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Graveling Of Road With Slope Protection Using Geotube With Hand-laid Rock Embankment Covered With Reinforced Concrete Slope Protection With Concrete Sheet Pile, Armour Rocks And Tetrapods On Left Side (sea Side), Armour Rock As Base Separated By Geotextile And Reinforced Concrete Retaining Wall On Right Side (land Side). Approved Budget For The Contract : ₱120,625,000.00 Net Length : Gravel Road : 75.00 L.m. (0.375 Lane Km); Slope Protection : 1,050.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Juanito R. Remulla, Sr. Rd - K0040 + 916 - K0041 + 232, K0041 + 262 - K0042 + 118, K0042 + 148 - K0042 + 831, K0042 + 921 - K0043 + 027 Contract Id No. : 25d00057 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Approved Budget For The Contract : ₱102,772,500.00 Net Length : Asphalt Overlay - 1,972m, 6.168 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose Building (academic Building 2), Philippine National Police Academy, Silang, Cavite, Phase Ii Contract Id No. : 25d00069 Contract Location : Cavite Province Scope Of Works : Architectural • Ceiling • Carpet Floor Tile • Wall (35%) Electrical • Fittings And Accessories • Rough-ins For Switch Boards, Panel Boxes, And Conduits • Wires And Wiring Devices • Panel Boards W/ Main And Branch Breakers • Lighting Fixtures Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Police Commissioned Officers Quarters Building 2, Camp Bgen Vicente P. Lim, Calamba City, Laguna, Phase Ii Contract Id No. : 25d00073 (re-advertisement) Contract Location : Laguna Province Scope Of Works : For The Finishing And Other Civil Works The Scope Of Works Are Installation Of Plumbing Fixtures Such As Kitchen Sink And Faucet From Ground Floor Up To Third Floor Only. Installation Of Ceiling Works From Ground Floor Up To Third Floor Only. Construction Of Cabinet And Counter Tops From Ground Floor Up To Second Floor. Application Of Liquid Waterproofing For Comfort Rooms From Ground Floor Up To Fifth Floor. Application Of Waterproofing Membrane For Roof Deck. Installation Of Unglazed For Comfort Rooms (floor), Installation Of Glazed Tiles Ground Floor Up To Third Floor. Application Of Cement Plaster Finish (exterior And Façade At The Roof Deck). Application Of Painting Works For Ceiling, Façade And Exterior And Interior Wall. Installation Of Metal Railings From Second Floor Up To Fifth Floor. For The Electrical And Auxiliaries The Scope Of Works Are Installation Of Fittings And Accessories For The Service Entrance. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iv) Contract Id No. : 25d00081 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 42 And 43 For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 1 To 13. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase V) Contract Id No. : 25d00082 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of Superstructure Aashto Girder Type V For Spans Pier 1 To Pier 16. For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5 M Diameter Bored Piles For Piers 14 To 17. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Star Tollway-pinamucan Bypass, Package R, Batangas Contract Id No. : 25d00090 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Construction Of Substructure And Superstructure, 2 Lanes – 9.03 Meter Width, 1.8 Meter Diameter Bored Piles And Coping Beams For Abutment A And B, 2.0 Meter Diameter Bored Piles And Revetments With Sheet Piles Columns And Coping Beams For Pier 1 And 2 And Craneway. For Superstructure, Psc Girder Type Iv-b And Type V With Intermediate And End Diaphragm. Total Length Of 95 L.m. The Total Length Of Bridge 5 Is 95.00 L.m. Having Span Of 30m- 30m-35m. Approved Budget For The Contract : ₱86,850,000.00 Net Length : 95.0 L.m. - 857.85 Sq.m Bridge 5 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Manila-cavite Bypass Road, Package C, Cavite Contract Id No. : 25d00145 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Six (6)-lane Graveling Of Road (aggregate Subbase Course, 0.15m Thick) With Slope Protection Using Geotextiles With Geotextile Bags Covered With R.c. Slope Protection With R.c. Footing, Steel Sheet Piles And Hand-laid Rock Embankment On Both Sides. Approved Budget For The Contract : ₱108,562,500.00 Net Length : Gravel Road: 220.00 L.m. (1.32 Lane Km); Slope Protection: 6,600.00 Sq.m. Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 06, 2025 @ 02:00 P.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. January 28, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Ethekwini Metropolitan Municipality Tender
Civil And Construction...+1Drainage Work
South Africa
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: Details Tender Number 30577-5w Department Ethekwini Metropolitan Municipality Tender Type Request For Bid(open-tender) Province Kwa-zulu Natal Date Published 27 January 2025 Closing Date 28 February 2025 11 00 Place Where Goods, Works Or Services Are Required 166 K E Masinga Road, City Engineers Building-durban-durban-4001 Special Conditions -sithembiso Msomi (t) 031-322 7915 -6ce Or Higher -a Compulsory Clarification Meeting Will Be Held At 10 00, On 2025-01-31, At The Corner Of Phoenix Road And Torvale Crescent, Kwamashu. -all Email Queries Are To Be Submitted By 2025-02-13. Emailed Questions And Answers Will Be Consolidated And Posted On Etenders/municipal Website By 2025-02-20 Enquiries Contact Person Sithembiso Msomi Email Sithembiso.msomi@durban.gov.za Telephone Number 031-322-7915 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 31 January 2025 10 00 Briefing Venue Corner Of Phoenix Road And Torvale Crescent, Kwamashu. Tender Documents 60651 Bridge City Sewer Upgrade Sewer Layout Plan & Long Section (sb1-35 To Sb1-38) Sheet 5 Of 5.pdf Health And Safety Specification.pdf Bridge City Sewer Upgrade Locality Map.pdf 60651 Bridge City Sewer Upgrade Layout Plan Sheet 1 Of 5.pdf Baseline Risk Assessment Report.pdf 60651 Bridge City Sewer Upgrade Layout Plan Sheet 2 Of 5.pdf Bill.pdf Geotechnical Report.pdf 30577-5w Tender Document.pdf 60651 Bridge City Sewer Upgrade Sewer Layout Plan & Long Section (sb1-12 To Sb1-23) Sheet 3 Of 5.pdf 60651 Bridge City Sewer Upgrade Sewer Layout Plan & Long Section (sb1-23 To Sb1-31) Sheet 4 Of 5.pdf
SAN LORENZO RUIZ GENERAL HOSPITAL Tender
Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.6 K)
Details: Description Invitation To Bid Procurement Of Reagent Tie-up For Fully Automated Urine Physical, Chemical And Sediment Analyzer (slrgh Ib 2025-004) 1. The San Lorenzo Ruiz General Hospital (slrgh), Through The General Appropriations Act (gaa) 2025 Intends To Apply The Sum Of General Appropriations Act (gaa) 2025 Intends To Apply The Sum Of General Appropriations Act (gaa) 2025 Intends To Apply The Sum Of One Million Nine Hundred Fifty Thousand Pesos Only (php1,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Reagent Tie-up For Fully Automated Urine Physical, Chemical And Sediment Analyzer (slrgh Ib 2025-004) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The San Lorenzo Ruiz General Hospital (slrgh) Now Invites Bids For The Above Procurement Project Procurement Of Reagent Tie-up For Fully Automated Urine Physical, Chemical And Sediment Analyzer (slrgh Ib 2025-004) Delivery Of The Goods Is Required: A) Within Ten (10) Calendar Days Upon Receipt Of Purchase Order And Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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 San Lorenzo Ruiz General Hospital And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 18, 2025, 8:00 Am To 5:00 Pm From The 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 Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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, Providedthat Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The San Lorenzo Ruiz General Hospital Will Hold A Pre-bid Video Conference Or Webcasting Via Cisco Webex, On February 05, 2025, At The Conference Room Of San Lorenzo Ruiz General Hospital, #25 O. Reyes St., Santulan Malabon City Which Shall Be Open To All Prospective Bidders. Bidders Who Wish To Attend The Pre-bid Video Conferencing Should Fill-out The Google Spread Sheet Or Message The Head Bac Secretariat, Ms. Juliet Chiquito At Viber No.09568045288. Https://docs.google.com/forms/d/18psrfl8cs8ee4qjidpekckjf0bfrbsdt6is9czk9tr0/preview 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Indicated Below. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected (reference: Sec. 25.9, 2016 Irr Of Ra 9184). 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 18, 2025 At 10:15 Am, At The Given Address Below Through Video Conferencing Or Webcasting Via Cisco Webex. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Virtual Conference. Bidding Conference Link Will Be Given To All Prospective Bidders Who Purchase The Bidding Documents. 10. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents Php 5,000.00 Inspection/availability Of Bidding Documents - January 28, 2025 To February 18, 2025, 8:00 Am To 5:00 Pm - Monday To Friday, 8:00 Am To 5:00 Pm Pre-bidding Conference February 05, 2025; 10:00 Am - Through Video Conferencing Via Cisco Webex Https://docs.google.com/forms/d/18psrfl8cs8ee4qjidpekckjf0bfrbsdt6is9czk9tr0/preview Pre Bidding Conference Link Will Be Given To All Prospective Bidders Who Fill Out The Google Form From January 28, 2025 To February 05, 2025 At 9:50 Am. Deadline Of Submission And Opening Of Bids (note: Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelope Shall Be Rejected (reference: Sec. 25.9, 2016 Irr Of Ra 9184) Bid Submission: February 18, 2025, At 10:00 Am Manual/physical Submission Of Bidding Documents At The Bac /procurement Office, San Lorenzo Ruiz General Hospital, #25 O. Reyes St., Santulan Malabon City Bid Opening: February 18, 2025, At 10:15 Am At The Given Address Through Video Conferencing Or Webcasting Via Cisco Webex Bid Opening Conference Link Will Be Given To All Bidders Who Purchase The Bidding Documents 11. The San Lorenzo Ruiz General Hospital 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: Juliet V. Chiquito Slrgh – Head Bac Secretariat Procurement Section Head San Lorenzo Ruiz General Hospital #25 O. Reyes St., Santulan Malabon City Email Address: Slrwh.procurement@yahoo.com.ph Viber No. 09568045288 Direct Line: 8293-9112 Tel. No. 8294-4253/54 Local 212 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.slrwh.doh.gov.ph Www.philgeps.gov.ph January 28, 2025 Sgd Carole I. Bague, Md Slrgh – Bac Chairperson
BARANGAY KINABIGTASAN TAGO TAGO SURIGAO DEL SUR Tender
Automobiles and Auto Parts
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 138.6 K (USD 2.3 K)
Details: Description Sectioni. Invitation To Bid Republic Of The Philippines Province Of Surigaogdel Sur Municipality Of Tago Barangay Kinabigtasan Invitation To Bid Fortheprocurement For Repair Of One Unit Vehicle At Barangay Kinabigtasantagosurigao Del Sur The Barangaylocal Government Unit Of Kinabigtasan(blgu-kinabigtasan )through The20% 2024 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) To Payments Under The Procurement Of Onehundred Thirty Eight Thousand Six Hundred Ninety Pesos Only.( 138,690.00), For The Repair Of One Unit Vehicle At Barangay Kinabigtasantagosurigao Del Sur Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Blgu-kinabigtasan Now Invites Bids Fortheprocurement For The Repair Of One Unit Vehicle At Barangay Kinabigtasantagosurigao Del Sur Of Barangay Kinabigtasan Delivery Of The Goods Is Required Within 15calendar Days. Bidders Should Have Completed, Within Ten (10) 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. Item N0. Qty Unit Item Description 1 1 Pc Cranicshaft Assy 2 1 Pc Connecting Rod 3 1 Set Main Bearing 4 1 Set Conrod Bearing 5 1 Pc Piston 6 1 Set Piston Ring 7 1 Set Thrust Washer 8 1 Pc Overhauling Gasket Orig 9 1 Pc Bore Liner 10 1 Scv Suction Control Valve 11 1 Commonrail Pressure Sensor 12 1 Set Glow Plug 4 Pcs 13 2 Pcs Tire Valve 14 8 Bot Engine Oil 15w40 Semi Synt 15 2 Oil Filter Original 16 3 Pcs Gasket All 17 4 Pcs Carbon Cleaner 18 1 Pcs Plastic Gauge 19 2 Bot Distilled Water 20 1 Atf 21 16.13 Liter Fuel Labor 22 Injector Calibration And Bal 23 Machine Shop ;liner Setting,reboring, Cranshaft Resetting,trucking And Hauling 24 General Overhauling 25 Aircon Repair Ang Services 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 2. Interested Bidders May Obtain Further Information From Barangayoffice, Barangay Kinabigtasan Tago Surigao Del Sur And Inspect The Bidding Documents At The Address Given Below During From 8;00am To 4;00pm. 3. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 30 To February 10, 2024 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos(php 500.00). 4. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Blgu-kinabigtasan Will No Longer Hold A Pre-bid Conference , Which Shall Beopen Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before 10:00 A.m On February 10, 2024 . All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 0. Bid Opening Shall Be On 10:00 A.m. On February 10, 2024 At Barangayoffice,barangay Kinabigtasan Tago Surigao Del Sur.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. 7. The Blgu-kinabigtasan 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. 8. For Further Information, Please Refer To: 9. Ritchel Marie M. Ramilo Bac Secretariat Brgy. Hall, Kinabigtasan Tago, Surigao Del Sur Mobile No. 09101663347 Allan P. De Castro Bac Chairman
Municipality Of Catubig, Northern Samar Tender
Others...+1Electrical and Electronics
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Details: Description Invitation To Bid For Provision Of Renewable Enegry-based Electrification At Brgy. Cagmanaba 1. The Municipality Of Catubig, N. Samar, Through The Lgsf-sbdp, Fy - 2024 Intends To Apply The Sum Of Five Million Pesos (₱5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Provision Of Renewable Enegry-based Electrification At Brgy. Cagmanaba, Pb-2501-008. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Catubig, N. Samar Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Twenty Calendar Days (120 Cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Catubig, N. Samar And Inspect The Bidding Documents At The Address Given Below From Monday To Friday (8:00am-12:00nn – 1:00pm-5:00pm). 1. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 To February 19, 2025 From Given Address And Website/s Below 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 (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 5. The Municipality Of Catubig, N. Samar Will Hold A Pre-bid Conference On February 6, 2025, 9:30 A.m At Sangguniang Bayan Session Hall, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 8:30 A.m Of February 19, 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 16. 8. Bid Opening Shall Be On February 19, 2025, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Catubig, N. 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. 10. For Further Information, Please Refer To: Mr. Allan T. Orbita Or Ms. Monique T. Escober Bac Secretariat Sangguniang Bayan Session Hall, 2/f Municipal Hall F. De Asis Street, Brgy. 1 Poblacion, Catubig Northern Samar Catubignsbac@gmail.com 0969 1280 947 Engr. Raymundo J. Giray, Jr. Meng Municipal Engineer Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Invitation To Bid For The Construction Of Road, Brgy. Anis, Laoac, Pangasinan 1. The Department Of Public Works And Highways-pangasinan 3rd Deo, Tomana, Rosales, Pangasinan, Through The Gaa Cy 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Road, Brgy. Anis, Laoac, Pangasinan With Contract Id No.25ai0136. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Pangasinan 3rd District Engineering Office, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 57 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D. 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 (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Pangasinan 3rd District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 To February 20, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. The Department Of Public Works And Highways Pangasinan 3rd District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 @ 8:30 Am At Conference Room Of Dpwh-pangasinan 3rd District Engineering Office, Tomana, Rosales, Pangasinan And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube:https://www.youtube.com/@dpwh-pangasinan3rddeo , Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_pangasinan3rd@dpwh.gov.ph On Or Before February 20, 2025 @ 9:30 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On February 20, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube:https://www.youtube.com/@dpwh-pangasinan3rddeo. 11. The Department Of Public Works And Highways-pangasinan 3rd Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
5171-5180 of 10000 active Tenders