Website Tenders
Website Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cotabato 1st District Engineering Office Villarica, Midsayap, Cotabato Invitation To Bid For 25md0040 – Construction Of Road, Barangay Patindeguen – Barangay Lagumbingan – Barangay Bagumba – Barangay Bual Norte, Midsayap, North Cotabato 1. The Department Of Public Works And Highways– Cotabato 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php4,950,000.00 Being The Approved Budget For The Contract (abc) To Payment Under The Contract For 25md0040 – Construction Of Road, Barangay Patindeguen – Barangay Lagumbingan – Barangay Bagumba – Barangay Bual Norte, Midsayap, North Cotabato . Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 31 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. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways–cotabato 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 – February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Dpwh-infr-04-2016 8. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 @ 10:00 A.m. At Dpwh Cotabato 1st Deo Conference Room, Villarica, Midsayap, Cotabato And/or Through Youtube Channel (https://youtube.com/@dpwhcotabato1stdeo), Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or February 11, 2025 @ 9:00 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 11, 2025 @ 9:00 A.m At The Given Address Below And/or Through Youtube Channel. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 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. 13. For Further Information, Please Refer To: Ana Maria B. Resmenia Head, Procurement Unit Dpwh Villarica, Midsayap, Cotabato Banay.josephine@dpwh.gov.ph Tel. No. (064) 5770389 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Refer To Dpwh D.o. 087, S. 2020 (http://dpwhweb/pdf/issuances/do/20/do 087 S2020 Electronic Bid Submission Email: Electronicbids_cotabato1@dpwh.gov.ph Date Issue: January 23, 2025 Evelyn L. Dilangalen Engineer Iii Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
MUNICIPALITY OF PAETE, LAGUNA Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Province Of Laguna Municipality Of Paete Tel. Nos. (049) 501-6490-101, (049) 557-0001 Invitation To Bid For Rehabilitation Of Box Culvert At Mariguerra Ext Barangay Bagumbayan 1. The Municipality Of Paete, Laguna, Through The 20%development Fund-continuing Intends To Apply The Sum Of Five Million Pesos Only (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Rehabilitation Of Box Culvert At Madriguerra Ext Barangay Bagumbayan With Identification Number Ip-003-25madrigeurra Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Description Of Work 2. The Municipality Of Paete, Laguna Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 110 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 Municipality Of Paete, Laguna And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23-february 11, 2025@9:00 Am From Given Address And Website/s Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Through Bac Secretariat. 6. The Municipality Of Paete, Laguna Will Hold A Pre-bid Conference On January 30, 2025@ 9:30 Am At Municipal Building, Municipal Hall J.v. Quesada St. Barangay 1, Paete, Laguna Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 11, 2025@ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025@9:30 Am At The Given Address Below Municipal Building, Municipal Hall, J.v. Quesada St. Brgy 1, Paete, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Advertisement/issuance Of Bidding Documents January 23-february 11, 2025@9:00 Am 2. Pre-bid Conference January 30, 2025@9:30 Am 3.deadline Of Submission Of Bids February 11, 2025 @9:00 Am 4. Opening Of Bids February 11, 2025 @9:30 Am 5. Bid Evaluation February 12, 2025 6. Post-qualification February 13-14, 2025 7. Notice Of Award February 18, 2025 8. Contract Agreement February 28, 2025 9. Notice To Proceed March 3, 2025 10. The Municipality Of Paete, 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Christine M. Cainto Bac Secretariat J.v. Quesada St. B-1 Paete, Laguna Odacrem_12@yahoo.com 049-501-6490-101 Paete.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.paete.gov.ph January 2, 2025 ________________ ________________ Engr. John Laurence M. Cadawas Bac Chairman
Closing Soon11 Feb 2025
Tender AmountPHP 5 Million (USD 85.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways South Cotabato 1st District Engineering Office Regional Office Xii Tindalo St., Balite, Brgy. Lagao, General Santos City Invitation To Bid For Contract Id No. 25mb0031 - Construction Of Multi-purpose Building (covered Court), Upper Labay National High School, Barangay Upper Labay, General Santos City 1. The Department Of Public Works And Highways South Cotabato 1st District Engineering Office, Through Fy 2025 Dpwh Gaa Based On The National Expenditure Program (nep) 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 25mb0031 - Construction Of Multi-purpose Building (covered Court), Upper Labay National High School, Barangay Upper Labay, General Santos City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways South Cotabato 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building (covered Court), Upper Labay National High School, Barangay Upper Labay, General Santos City Contract Id No. : 25mb0031 Locations : Upper Labay National High School, Barangay Upper Labay, General Santos City Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 105 Calendar Days 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d, B, A, Aa, And Aaa For License Classification Size Range Small B, Medium A, Medium B, Large A And Large B. The Description Of An Eligible Bidder Is In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Contained 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. 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 Department Of Public Works And Highways South Cotabato 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means Not Later Than The Submission Of Bids. 7. The Department Of Public Works And Highways South Cotabato 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 1:30 Pm At Conference Room, 2nd Floor, Dpwh South Cotabato 1st District Engineering Office, Tindalo St. Balite, Brgy. Lagao, General Santos City And Through Videoconferencing/webcasting Via Youtube Channel: Dpwh South Cotabato 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 8. 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 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southcotabato1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025, 10:00 Am. 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 15. 11. Bid Opening Shall Be On February 11, 2025, 10:00 Am At Conference Room, 2nd Floor, Dpwh South Cotabato 1st District Engineering Office, Tindalo St. Balite, Brgy. Lagao, General Santos City And Through Videoconferencing/webcasting Via Youtube Channel: Dpwh South Cotabato 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways South Cotabato 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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. 13. For Further Information, Please Refer To: Ma. Theresa R. Barroso Engineer Iii/ Head, Procurement Unit Procurement Unit Office, 2nd Floor Dpwh South Cotabato 1st Deo Tindalo St. Balite, Brgy. Lagao, General Santos City Barroso.ma_theresa@dpwh.gov.ph (083)500-9946 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philippine Government Electronic Procurement System (philgeps) And Www.dpwh.gov.ph For Online/electronic Bid Submission: Electronicbids_southcotabato1@dpwh.gov.ph January 22, 2024 Adriano N. Nogodula Iii Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
City Of Santiago Tender
Food Products
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Snacks To Be Served For Various Programs And Meetings Of Government Employees 1. The Bids And Awards Committee Of The Local Government Unit Of Santiago City Through The General Fund Intends To Apply The Sum Of One Million Three Hundred Fifty-eight Thousand One Hundred Pesos( Php 1,358,100.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Snacks To Be Served For Various Programs And Meetings Of Government Employees With Itb No. 01-25-13. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bids And Awards Committee Of The Local Government Unit Of Santiago City Now Invites Bidders For Supply And Delivery Of Snacks To Be Served For Various Programs And Meetings Of Government Employees. Delivery Of The Goods Is Required Depends On The Activity Date Upon The Receipt Of Purchase Order. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Local Government Unit Of Santiago City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00 Am To 12:00 Pm And From 1:00 Pm To 5:00 Pm. Bac Secretariat Office, City Hall, San Andres, Santiago City 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 23, 2025 - February 12, 2025 From 8:00 Am To 12:00 Pm And From 1:00 Pm To 5:00 Pm, Monday To Friday, And Up To 9:00 Am On The Last Day Of The Issuance From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Php 5,000.00. Bac Secretariat Office, City Hall, San Andres, Santiago City 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 Bids And Awards Committee Of The Local Government Unit Of Santiago City Will Hold A Pre-bid Conference On January 31, 2025, Friday At 1:30 In The Afternoon At The Conference Room, City Hall, San Andres, Santiago City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 12, 2025, Wednesday At 9:00 O'clock In The Morning. Late Bids Shall Not Be Accepted. Bac Secretariat Office, City Hall, San Andres, Santiago City 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. Itb Clause That States That All Supplemental Bid Bulletin, If Any, Shall Form An Integral Part Of The Bidding Documents Same With Sbbs To Be Issued. 10. Bid Opening Shall Be On February 12, 2025, Wednesday At 2:30 In The Afternoon At Conference Room, City Hall, San Andres, Santiago City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. 11. All Particulars Relative To Eligibility Screening, Bid Security, Performance Security, Pre-bid Conference/s, Evaluation Of Bids, Post-qualification And Award Of Contracts Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Revised Irr. The Bidder Must Have Completed, Within The Period Of One (1) Year And Itb Clause 12.1(a)(iii), A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 12. The Bids And Awards Committee Of The Local Government Unit Of Santiago City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geraldine A. Gombio Bac Secretariat Head Bids And Awards Committee Lgu-santiago City San Andres, Santiago City, Isabela 63-78-3050097 Approved For Posting By: Mr. Rolando F. Valencia Chairperson, Bids And Awards Committee
Closing Soon12 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.2 K)
BARANGAY 06 GUIUAN, EASTERN SAMAR Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Eastern Samar Municipality Of Guiuan Barangay 06 Invitation To Bid For Construction Of Cultural Stage Of St. Genevieve Villages, Guiuan, Eastern Samar 1. The Local Government Unit Of Barangay 06 Through The 20% Development Fund Intends To Apply The Sum Of One Million Five Hundred Thirteen Thousand Five Hundred Eighty Two Thousand Pesos And Sixty Centavos Only (php 1,513,582.60) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Cultural Stage Of St. Genevieve Villages, Guiuan, Eastern Samar, 2025-01-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Barangay 06 Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 C.d. 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 Bac Office Of The Local Government Unit Of Barangay 06 And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm Only. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 13, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 5,000.00. Prospective Bidders Should Comply With The Minimum Requirements And Will Not Be Entertained When Not Compliant. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Should Be Presented To The Bac Office 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 2:00 Pm Of February 13, 2025. Late Bids Shall Not Be Accepted. 7. The Local Government Unit Of Guiuan Will Hold A Pre-bid Conference On January 31, 2025, 10:00 A.m. At Barangay Hall Of Brgy. 06 Which Shall Be Open To Prospective Bidders. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 13, 2025, 2:00 P.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. All Technical And Financial Documents Should Be Properly Validated As To Its Source, Therefore Documents Attached Which Are Not Original Should Be Certified As True Copy From The Original, Attested By The Vendor Or Authorized Representative By Affixing Their Signatures. Non-compliance On This Requirement Will Be A Sufficient Ground For Disqualification. 11. The Local Government Unit Of Barangay 06 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Glenjie Q. Munez Bac Secretariat Brgy. 06 Guiuan, E. Samar Hon Abegail R. Enriquez Bac Chairman
Closing Date13 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Road Widening - Secondary Roads- Pulilan - Calumpit Rd - K0050+650 - K0051+350 Contract Id No. : 25cc0316 Locations : Calumpit, Bulacan Scope Of Works : Road Widening Of Secondary Roads Along Pulilan - Calumpit Road, With Net Length= 1.40 Lane Km Shoulder (3.25m) And 700.00 L.m. Drainage Approved Budget For The Contract : P48,999,966.68 Contract Duration : 210 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of B For Medium A 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To 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 Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 At 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 11, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: January 23, 2025– February 11, 2025
Closing Soon11 Feb 2025
Tender AmountPHP 48.9 Million (USD 838.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid (cw-01-2025-004) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package I), Lipa City, Batangas Contract Id No. : 24dd0279 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 458.00 L.m. Diversion Road With Width Of 38.00m (17,646.00 Sq.m.) And Thickness Of 0.30m Including 916.00 L.m. Drainage Structures And 353.00 L.m. Slope Protection Works Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package J), Lipa City, Batangas Contract Id No. : 24dd0280 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 9,017.00 Sq.m. Bypass Road With Thickness Of 0.30m Using Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate) Including Sidewalk, Curb & Gutter And Additional Miscellaneous Structures (signages, Painting Works, Thermoplastic Pavement Markings, Median Barrier And Roadway Lighting) Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package G, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0281 Project Location : Lipa City, Batangas Scope Of Works : "ramp I : Concreting Of 2,093.00 Sq.m. Road With Varying Width From 4.10m To 27.08m And Thickness Of 0.30m Including 120.00 L.m. (463.00 Sq.m.) Mse Retaining Wall, 353.00 Cu.m. Embankment And 1,087.00 Cu.m. Structural Backfill Ramp Ii : Concreting Of 4,434.00 Sq.m. Road With Varying Width From 15.78m To 36.29m And Thickness Of 0.30m Including 200.00 L.m. (2,573.00 Sq.m.) Mse Retaining Wall On Both Sides, 15,743.00 Cu.m. Embankment And 9,560.00 Cu.m. Structural Backfill" Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package H, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0282 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 201.00 L.m. Bypass Road (ramp), 2,489.00 Sq.m. Mse Retaining Wall On Both Sides, 24,281.00 Sq.m. Embankment And 7,052.00 Cu.m. Structural Backfill With Varying Height From 2.40m To 12.40m Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Malaking Tubig River, San Jose, Batangas Contract Id No. : 25dd0150 Project Location : San Jose, Batangas Scope Of Works : Construction Of 40.00 L.m.and 60.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 220 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0151 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,576.00 Sq.m. Road With Varying Width From 2.50m To 5.70m And Varying Thickness Of 0.23m And 0.28m Respectively; Asphalt Overlay Of 9,261.00 Sq.m. Road With Varying Width From 3.50m To 7.40m Including Application Of Thermoplastic Pavement Markings, Construction Of 192.00 L.m. Lined Canal And Installation Of 21 Sets Of Solar Streetlights Approved Budget For The Contract : Php 38,220,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 179 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0152 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Architectural Works, Sanitary Works, Electrical Works, 15.00 L.m. Grouted Riprap, 15.00 L.m. Fence And Demolition Of Pigpen (11.80m X 9.45m) Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Ibaan Section, San Jose, Ibaan, Batangas Contract Id No. : 25dd0153 Project Location : San Jose & Ibaan, Batangas Scope Of Works : "san Jose Section : Reconstruction Of 56.50 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 56.50 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Ibaan Section : Reconstruction Of 58.00 L.m. Carriageway (intermittent Sections) With Width Of 3.35m And Thickness Of 0.30m; Asphalt Overlay Of 688.10 L.m. Carriageway And Shoulder With Width Of 11.26m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 115 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construciton Of Road At Barangay Dagatan, Taysan, Batangas Contract Id No. : 25dd0154 Project Location : Taysan, Batangas Scope Of Works : Construction Of 569.50 L.m. Reinforced Concrete Pavement With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Taysan Elementary School, Barangay Taysan, San Jose, Batangas Contract Id No. : 25dd0155 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gymnasium (37.50m X 26.00m), Stage (18.00m X 8.00m) And 30.00 L.m. Bleachers Including Electrical Works, Sanitary Works And Auxiliary Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Benigna Dimatatac Memorial Elementary School, Barangay Calansayan, San Jose, Batangas Contract Id No. : 25dd0156 Project Location : San Jose, Batangas Scope Of Works : Construction Of 2sty5cl School Building Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Solar Panels And Devices, Construction Of Powerhouse (2.00m X 2.00m), Demolition Of 1sty4cl Building (35.00m X 10.00m), Replacement Of 15.00 L.m. Fence, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Tangob Elementary School, Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0157 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 2sty4cl School Building (24.00m X 9.60m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, 50kva Generator Set, Construction Of Powerhouse (3.00m X 3.00m), Handwashing On Both Sides, Demolition Of Existing Structure 2-1sty Building (12.00m X 9.40m & 18.20m X 7.90m), Auxiliary Works, Finishing Hardware And 1.00m Average Height Embankment On Left Side Approved Budget For The Contract : Php 18,810,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 135 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Makalintal Avenue, Provincial Road, San Jose, Batangas Contract Id No. : 25dd0158 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 34.40 L.m. And 131.60 L.m. Carriageway With Width Of 8.30m And 6.30m Respectively And Thickness Of 0.30m; Asphalt Overlay Of 525.40 L.m. Carriageway And Shoulder With Varying Width From 3.20m To 10.20m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 117 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Sabang Elementary School, Barangay Sabang, Ibaan, Batangas Contract Id No. : 25dd0159 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 1sty4cl School Building (9.50m X 36.00m) Including Structural Works, Finishing Works, Electrical Works, Mechanical Works, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Munting Tubig, Ibaan, Batangas Contract Id No. : 25dd0160 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (10.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And 71.16 L.m. Retaining Wall Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0161 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 183.30 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Construction Of 205.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 63 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (municipal Trial Court), San Jose, Batangas Contract Id No. : 25dd0162 Project Location : San Jose, Batangas Scope Of Works : Construction (completion) Of Two (2) Storey Multi-purpose Building (municipal Trial Court - 27.10m X 10.50m) Including Finishing Works, Electrical Works, Mechanical Works And One (1) Unit Elevator (850kg) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Roads, Fernando Airbase, Lipa City, Batangas Contract Id No. : 25dd0163 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 115.60 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Ii : Reblocking Of 76.00 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Incuding Flaring And Application Of Thermoplastic Pavement Marking Section Iii : Reblocking Of 33.70 L.m. And 19.50 L.m. Road With Width Of 7.50m And 7.70m Respectively And Thickness Of 0.23m Including Flaring Section Iv : Reblocking Of 46.20 L.m. Road With Width Of 7.50m And Thickness Of 0.23m Including Flaring Section V : Reblocking Of 14.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Section Vi : Reblocking Of 154.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Vii : Reblocking Of 154.40 L.m. And 8.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m" Approved Budget For The Contract : Php 8,330,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 97 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Tangob, Lipa City, Batangas Contract Id No. : 25dd0164 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 344.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 64.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangays Marilag And Malaya, Rosario, Batangas Contract Id No. : 25dd0165 Project Location : Rosario, Batangas Scope Of Works : "brgy Marilag : Construction Of Stage (9.00m X 9.70m) Including Painting Works (concrete & Wood) And Electrical Works Brgy. Malaya : Construction Of 28.55 L.m. Bleacher (right Side) Including Replacement Of Fence (right Side), Installation Of Sidings (front, Rear & Right Side), Painting Works (masonry & Steel), Textured Finish (play Area) And Embankment" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi Purpose Building At Barangay Poblacion East, Taysan, Batangas Contract Id No. : 25dd0166 Project Location : Taysan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (evacuation Center) Including Structural Works, Finishing Works, Plumbing Works, Electrical Works, Mechanical Works (training Area - 12.40m X 5.50m) And Toilet & Structural Works (clinic & Prayer Room - 12.60m X 5.50m) Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Santo Toribio, Lipa City, Batangas Contract Id No. : 25dd0167 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 44.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Construction Of 44.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 120.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Construction Of 162.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap Section V : Construction Of 35.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 79 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation (completion) Of Multi-purpose Building, Barangay Balagtasin 1, San Jose, Batangas Contract Id No. : 25dd0168 Project Location : San Jose, Batangas Scope Of Works : Construction Of Bleachers, Fence, Chb Wall, Roofing Works, Sidings Extension, Installation Of Fixed Window And Auxiliary System Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, San Juan Senior High School, Barangay Lipahan, San Juan, Batangas Contract Id No. : 25dd0169 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Additional 1-bay Stage (251.68 Sq.m.) Including Structural Works, Finishing Works, Plumbing Works, Finishing Hardware, Installation Of Doors & Windows, Painting Works, Tile Works, Roofing Works And Electrical Works Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 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 Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 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. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). 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 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps
Closing Soon12 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Details: A. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued
b. The Great Plains Area Indian Health Service (ihs) Intends To Award A Firm-fixed Price, Non-personal Healthcare Service, Commercial Item, Single Award, Purchase Order For Pharmacist Services At The Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, South Dakota In Response To Request For Quote (rfq) -25-012-0002.
c. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02/2025-01-03.
d. This Rfq Is Set-aside 100% Indian Economic Enterprise Small Business (isbee) And The Associated Naics Code Is 561320, Which Has A Small Business Standard Of $34.0 Million.
e. The Quoted Unit Pricing Must Be “all Inclusive” (to Include But Not Be Limited To Travel, Lodging, Per Diem, Fringe Benefits, Federal, State And Local Taxes) Plus All Other Costs Pertinent To The Performance Of This Contract. Utilize Your Most Competitive And Reasonable Rates.
pharmacist Services: 1,200 Hours @ $ ____________ Per Hour, Totaling $___________________.
f. Pharmacist Services To Be Provided For The Duration Of The Contract Per The Statement Of Work (sow)
g. The Period Of Performance Will Be Date Of Award Through (180 Days).
h. Far 52.212-1 Instructions To Offerors-commercial Items (sep 2023).
quotes Shall Be Submitted On Company Letterhead Stationery, Signed, Dated And It Shall Include:
solicitation Number Rfq-25-012-0002;
closing Date: February 5, 2025 At 12:00 Pm Cst;
name, Address And Telephone Number Of Company And Email Address Of Contact Person;
technical Description Of The Item/service Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements Of The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary;
price And Any Discount;
“remit To” Address, If Different Than Mailing Address;
a Completed Copy Of The Representations And Certifications At Far 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
acknowledgment Of Solicitation Amendments (if Any Issued);
past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information);
a Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offerors That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
in Addition, Contractors Shall Provide The Following:
name And Phone Number Of Three (3) Professional References.
shall Meet The Qualifications In The Statement Of Work And Provide Copies Of Requested Documents.
complete And Sign Child Care Position Provisional Authorization
complete And Sign The Declaration For Federal Employment – Optional Form 306.
complete And Sign Addendum To Declaration For Federal Employment (of306).
complete And Sign Licensure Requirement Form.
copy Of Malpractice Insurance Coverage.
copy A Degree From A Qualified Medical Laboratory Science Program.
maintain Continuing Education/certification.
copy Of Current Basic Life Support (bls).
current Immunization Record, Including Covid-19 Vaccines.
do Not Include Personal Identifiable Information (pii) On Any Documents That Are Being Submitted.
attachments:
statement Of Work
provisions And Clauses Incorporated By Reference And Full Text
business Associate Agreement
contractor’s Performance Conditions & Responsibilities
workplace Violence & Violence In The Workplace
courtesy And Respect In The Workplace Policy
mandatory Seasonal Influenza
wage Determination No: 2015-5375
i. Basis Of Award Is Lowest Price Technically Acceptable (lpta). The Government Intends To Select One Contractor For Award. The Proposals Will Be Initially Evaluated By Lowest Price And If The Lowest Priced Proposal Submitted Is Found To Be Technically Acceptable, No Other Proposals Will Be Evaluated, And Award Will Be Made To The Lowest Priced, Technically Acceptable Offeror. However, If The Offeror’s Lowest Priced Proposal Is Not Found Technically Acceptable, The Next Offeror’s Lowest Priced Proposal Will Be Evaluated Until The Lowest Priced, Technically Acceptable Proposal Is Determined. The Government Intends To Evaluate Offers And Award Without Discussions.
the Government Reserves The Right To Ask For Clarifications From The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors. The Government Reserves The Right To Enter Negotiations With The Lowest-priced Offeror Being Evaluated Without Approaching Other Offerors.
contractor Will Work With The Designated Schedule.
ability To Provide A Contractor To Be Scheduled To Work Throughout The Contract And/or Ability To Provide A Competent Replacement Provider.
contractor Provides All Supporting Credential Documents As Required In The Statement Of Work.
j. Far 52.212-3 Offer Representations And Certifications-commercial Items (may 2024). See Attachment For Full Text. The Offeror Shall Complete Only Paragraph (b) Of This Provision If The Offeror Has Completed The Annual Representations And Certification Electronically Via The System For Award Management (sam) Website Accessed Through Http://www.acquisition.gov. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (p) Of This Provision.
k. Far 52.212-4 Contract Terms And Conditions-commercial Items (november 2023). Applied To This Acquisition And It’s Incorporated By Reference.
l. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (november 2024). See Attachment For Full Text.
m. Attached Are The Additional Federal Acquisition Regulations (far) & Health & Human Services Acquisition Regulation (hhsar) Clauses That Are Applicable.
n. Offers Will Only Be Accepted Electronically, Submit Via Email To The Following:
woodrow Wilson Keeble Memorial Health Care Center
indian Health Service - Sisseton Service Unit
attn: Andrea Whipple, Purchasing Agent
100 Lake Traverse Drive
sisseton, Sd 57262
email: Andrea.whipple@ihs.gov
questions In Regards To This Solicitation Shall Be Submitted In Writing By Email No Later Than Friday, January 29, 2025, 12:00pm Cst.
security Clearance
a Security Pre-clearance Must Be Performed For Any Employees Referred To Ihs Through This Contract.
fingerprints Must Be Completed And Adjudicated Prior To Services Being Performed Under This Contract.
no Contract Award Shall Be Made To Any Vendor Or Provider Listed On The Oig Exclusion List Http://exclusions.oig.hhs.gov Throughout The Duration Of The Contract. It Shall Be The Responsibility Of The Contractor To Notify The Acquisition Official If There Is A Change In Provider.
performance Of This Contract Will Require Routine Access By Employees Of The Contractor Or Its Subcontractors To Facilities Or Systems Controlled By The Indian Health Service (i.h.s.). Before Starting Work Requiring Routine Access To I.h.s. Facilities Or Systems Each Person Must Complete A Fbi National Criminal History Check (fingerprint Check) Adjudicated By An I.h.s. Employee Using The Office Of Personnel Management Personnel Investigations Processing System. Contractors Shall Allow Five Business Days For I.h.s. Processing Of Fingerprints Taken Electronically At An I.h.s. Site And Thirty Business Days For Non-electronic Processing Of Fingerprints Using Fbi Form Fd-258. A List Of I.h.s. Sites With Electronic Fingerprint Capability Is Available From The Contracting Officer.
in Addition, No Contractor Or Subcontractor Employee Shall Be Permitted To Perform Work Under This Contract If Listed On The Hhs Office Of Inspector General List Of Excluded Individuals/entities (leie), Http://exclusions.oig.hhs.gov. As Soon As Practicable Prior To The Start Of Work, The Performance Of The Work The Contractor Shall Provide To The Contracting Officer The Names Of All Individuals To Be Used In Performance Of Work For Screening Against The Leie. During The Performance, The Contractor Shall Provide The Contracting Officer The Names Of Any Additional Or Substitute Employees For Screening Before They Begin Work.
the Contractor Is Responsible For Conducting Security Preclearance Investigations In Sufficient Depth To Ensure That Each Contractor Or Subcontractor Employee Referred To I.h.s. Is Not On The Leie And Can Obtain A Favorable Fingerprint Clearance. Each Security Preclearance Shall Be Conducted Sufficiently In Advance Of The Start Of Performance To Avoid Delays Caused By Denial Of Access. If This Is A Time And Materials, Labor-hour Or Cost Reimbursement Contract, The Contractor Shall Not Charge For Or Be Reimbursed For Labor Hours Or Other Costs Incurred For Employees Who Are Unable To Perform Due To Denial Or Access Or The Excess Time Required To Resolve And Clear Unfavorable Security Clearance Findings. If This Is A Fixed Price Contract, Denial Of Access Due To Security Clearance Findings Shall Not Be A Basis For Excusable Delay Or An Increase To The Contract Amount.
government Will Pay For The Cost To Process The Contractors Suitability Clearances. However, Multiple Investigations For The Same Position May, At The Contracting Officers Discretion, Lead To Reduction(s) In The Contract Price Of No More Than The Cost Of The Extra Investigation(s).
employees That Do Not Have Access To Lms, Contractors, Volunteers, Or Ihs Employees With Ipa’s Or Moa’s To Tribal Organizations Please, Click Here Ihs Sexual Abuse Prevention Website. When The Contractors Have Completed And Passed The Training, Please Have Them Send A Copy Of The Last Page Of The Training With Name, Date, And Time To Their Supervisor, Cor, And Kimmen Lebeau, E-mail: Kimmen.lebeau@ihs.govinvoice Processing Platform (ipp)
the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System
in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232- 71, Electronic Submission And Processing Of Payment Requests.
ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date.
invoice Processing Platform (ipp)
the Indian Health Service (ihs) Is In The Process Of Implementing An Electronic Invoicing System
in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests.
ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date.
the Ipp Website Address Is: Https://www.ipp.gov
if You Require Assistance Registering Or Ipp Account Access, Please Contact The Ipp Helpdesk At (866) 973-3131 (m-f 8am To 6pm Et), Or Ippcustomersupport@fiscal.treasury.gov
“should The Contractor Feel That Use Of The Ipp Would Be Unduly Burdensome, Their Response To This Solicitation Should Include An Explanation Of This Position For A Determination By The Contracting Officer”.
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Municipality Of Lake Wood, Zamboanga Del Sur Tender
Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Sur Municipality Of Lake Wood Bids And Awards Committee Invitation To Bid For Procurement Of Construction Materials And Supplies Use For Rehabilitation Of Barangay Road – Gasa To Matalang Road (matalang Section) At Brgy. Matalang In This Municipality 1. The Local Government Unit Of Lake Wood, Zamboanga Del Sur, Through The 20% Ldf (2025) Intends To Apply The Sum Of Five Hundred Fifty-five Thousand Two Hundred Fifty Pesos Only (php 555,250.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Construction Materials And Supplies Use For Rehabilitation Of Barangay Road – Gasa To Matalang Road (matalang Section) At Brgy. Matalang In This Municipality. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lake Wood, Zamboanga Del Sur Now Invites Bids For Procurement Of Construction Materials And Supplies Use For Rehabilitation Of Barangay Road – Gasa To Matalang Road (matalang Section) At Brgy. Matalang In This Municipality. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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 Bac Office Lake Wood, Zamboanga Del Sur And Inspect The Bidding Documents At The Address Given Below From February 03, 2025 To February 10, 2025 During Office Hours Except Saturday, Sunday And Holidays. February 03, 2025 To February 10, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (php 1,000.00) And One Thousand Pesos Only(php 1,000.00) For Letter Of Intent. 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. 5. The Local Government Unit Of Lake Wood, Zamboanga Del Sur Will Hold A Pre-bid Conference On _____________________________, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:30 P.m. Of February 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of February 12, 2025 At Bac Office, Lake Wood, Zamboanga 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 Procuring Entity Is The Local Government Unit Of Lake Wood, Zamboanga Del Sur With Office Address At Municipal Hall, Lake Wood, Zamboanga Del Sur. 8. The Local Government Unit Of Lake Wood, Zamboanga Del Sur 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: Evelyn A. Manlupig Bac-head /secretariat Lgu-lake Wood, Zds Sgd.jarinel L. Gumandal Bac Chairperson
Closing Soon10 Feb 2025
Tender AmountPHP 555.2 K (USD 9.4 K)
City Of Zamboanga Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines City Government Of Zamboanga Bids And Awards Committee Solicitation No. Goods 25-0123-0063 Villalobos Street, Zamboanga City Invitation To Bid For Other Maintenance And Operating Expenses (home And Away Games / Division / Regional / Athletic Meets / Other Dep.ed Games) 1. The City Government Of Zamboanga, Through The Ab 2025 Intends To Apply The Sum Of One Million Eight Hundred Twenty-two Thousand Thirty Pesos (p1,822,030.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Other Maintenance And Operating Expenses (home And Away Games / Division / Regional / Athletic Meets / Other Dep.ed Games) For Pr No. 200-25-01-0305. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bids For The Archery – 4 Doz. Carbon Ranging To 810 To 1200 Size Arrow, Etc.. Delivery Of The Goods Is Required By Twenty (20) Calendar Days. Bidders Should Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, With A Value Of At Least (50%) Of The Abc And To Meet Other Eligibility Requirements Stated In The Eligibility Documents. 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From City Government Of Zamboanga In The Office Of The City Mayor-procurement, Acquisition And Awards Division (cmo-paad) And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23 – February 12, 2025 From The Given Address And Website/s Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,822.03. The Method Of Payment Will Be Cash Payable To The City Treasurer’s Office. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His/her Authorized Representative. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. The City Government Of Zamboanga Will Hold A Pre-bid Conference On January 31, 2025 At 10:00am At Office Of The City Mayor - Procurement, Acquisition And Awards Division (cmo-paad), Conference Room, Villalobos St., Zamboanga 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, On Or Before February 12, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declaration Or At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P36,440.60 Or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P91,101.50 Or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. Bidders Are Required To Indicate The Brand Name And/or Name Of Manufacturer Of Goods Offered/quoted, When Appropriate. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered 9. Bid Opening Shall Be On February 12, 2025 At 10:00 Am At Office Of The City Mayor - Procurement, Acquisition And Awards Division (cmo-paad), Conference Room, Villalobos St., Zamboanga City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 10. To Be Delivered In The Dep.ed Division Of Zamboanga City. 11. The City Government Of Zamboanga Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules Or Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Bidders Are Required To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 13. For Further Information Please Refer To:
Closing Soon12 Feb 2025
Tender AmountPHP 1.8 Million (USD 31.1 K)
6121-6130 of 10000 active Tenders