Website Tenders
Website Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 5.9 Million (USD 101.5 K)
Details: Description Invitation To Bid For The Construction Of Multi-purpose Building Barangay Rosario, Pozorrubio, 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 5,940,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Multi-purpose Building Barangay Rosario, Pozorrubio, Pangasinan With Contract Id No.25ai0114. 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 135 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 23, 2025 To February 14, 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 10,000.00. 7. The Department Of Public Works And Highways Pangasinan 3rd District Engineering Office Will Hold A Pre-bid Conference On January 30, 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 14, 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 14, 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.
Municipality Of Kasibu, Nueva Vizcaya Tender
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 1.5 Million (USD 26.5 K)
Details: Description Construction/ Installation Of Spring Dev’t (level Ii)-upper To Lower Bingo Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Ao 2024-01 (supplemental Budget No.1 -spa-20%) And Ao 2024-03 (supplemental Budget No. 2 -spa-20%) Intends To Apply The Sum Of One Million Five Hundred Fifty One Thousand Two Hundred Fifty One Pesos And Forty Six Centavos Only (p1,551,251.46) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction/ Installation Of Spring Dev’t (level Ii)-upper To Lower Bingo Located At Nantawakan, Kasibu, Nueva Vizcaya Invitation Number: 17-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Thirty (130) Working 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 Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On January 30, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 11, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Cargo/service Truck, One Bagger Concrete Mixer. 10. Bid Opening Shall Be On February 11, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu 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. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 23, 2025] James B. Canayan Municipal Assessor Bac Chairperson
Province Of Bukidnon Tender
Healthcare and Medicine
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 10.8 Million (USD 185.7 K)
Details: Description Republic Of The Philippines Province Of Bukdinon Malaybalay City Office Of The Provincial Governor Bids And Awards Committee Invitation To Bid For The "supply And Delivery Of Various Radiology Supplies” Itb No. G-2025-053 Intends To Apply The Sum Of Ten Million Eight Hundred Fifty-nine Thousand Nine Hundred Forty Pesos Only (₱ 10,859,940.00) Being The Approved Budget For The Contract To Payments Under The Contract For " Supply And Delivery Of Various Radiology Supplies". Bids Received In Excess Of The Abc Shall Be Automatically Rejected On Bid Opening. 2. The Provincial Government Of Bukidnon Now Invites For The Above Procurement Projects. Delivery Of The Goods Is Required By Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Staggered Delivery; Progress Billing. Please Refer To The Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) Years From Date Of Submission And Receipt Of Bids, A Contract Similar To The Project(s). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Bukidnon-provincial Governor’s Office-bids & Awards Committee (pgo-bac) And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Document May Be Acquired By The Interested Bidders On January 23, 2025 To February 11, 2025 From The Given Address And Websites Below Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of ₱25,000.00. It May Also Be Downloaded Free Of Charge From The Websites Given Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Facsimile Or Through Electronic Means. 6. The Provincial Government Of Bukidnon Will Hold A Pre-bid Conference On January 30, 2025 9:00 A.m. At The Bac Conference Room, Bac Office, Capitol Compound, Malaybalay City, Bukidnon Which Shall Be Open To Prospective Bidder 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On February 11, 2025 On Or Before 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 11, 2025 At 9:00 A.m, At The Bac Conference Room, Bac Office, Capitol Compound, Malaybalay City, Bukidnon. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Chooses To Attend At The Address Below. 10. Each Bidder Shall Submit One (1) Original Marked As “original” And Two (2) Copies Of The First And Second Components Of Its Bid Marked As “copy 1 & 2 To Be File In Yellow Folder. Sealed In One (1) Yellow Envelope Contain The Name Of Contract To Be Bid, Name & Address Of The Bidder, Be Addressed To The Provincial Government Of Bukidnon An Bear A Warning “do Not Open Before ---“. Tabbing Of Each Documents Submitted Is Necessary. (1 Folder For Eligibility And Technical Components And 1 Folder For Financial Components). Back Up Data For The Technical Specification (soft Copy) Shall Be Submitted. 11. Other Schedule Of Activities Involved Are As Follows: Evaluation Of Bids – February 13, 2025 (bac) At 9:00 A.m. And Post Qualification Evaluation – February 18, 2025 (bac) 9:00 A.m. 12. The Provincial Government Of Bukidnon Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of 2016 Revised Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Charito G. Yulo/ Faith Denize W. Sang-an Bac Office, Capitol Compound, Malaybalay City 088-813-5564 Email: Bukprovlbac@gmail.com / Bac@bukidnon.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And/or Www.bukidnon.gov.ph Date Of Issue: January 22, 2025 Sgd. Atty. Nestor E. Cajes, Jr Provincial General Services Officer Bac Chairman
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 5.3 Million (USD 92.1 K)
Details: Description Invitation To Bid (cw-01-2025-003) 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, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Asphalt Overlay Along Manila-batangas Poblacion Road K0079+(-963) - K0079+030 Lipa City, Batangas Contract Id No. : 24dd0278 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 835.00 L.m. Road With Varying Width From 9.70m To 12.20m And 41.60 L.m. Road With Varying Width From 12.20m To 13.20m And Thickness Of 50mm And 100mm Respectively Including Application Of Thermoplastic Pavement Markings, Installation Of Warning And Regulatory Signs And Ductile Iron Manhole Cover Gratings Approved Budget For The Contract : Php 31,845,000.00 Source Of Funds : Sr2024-12-023340 Contract Duration : 104 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.2 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 Lipa City - Mataasnakahoy Diversion Rd Leading To Taal Circumferential Road, Phase 10, Batangas Contract Id No. : 25dd0134 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Bridge Foundation (70.00 L.m. Pscg Bridge With 6 Sets Of Pile Cap, 4 - 1.00m Dia. X 25.00 L.m. Deep Bored Pile Each & 1 - 2.80m Dia. X 25.00 L.m. Deep Column Each); Construction Of 155.00 L.m. - 6 Lane Road With Width Of 3.35m And Thickness Of 0.30m Including Slope Protection Using Mechanically Stabilized Earth Wall Structure Vegetated Facia, Drainage, Sidewalk, Bicycle Lane And Railings Approved Budget For The Contract : Php 193,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium B License Category : A Amount Of Bidding Documents : Php 50,000.00 1.3 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 San Jose - Ibaan Road, (phase 2), Batangas Contract Id No. : 25dd0135 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 824.00 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.4 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, Rehabilitation Of Road At Barangay Rizal, Lipa City, Batangas Contract Id No. : 25dd0136 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 786.00 L.m. Road With Width Of 5.50m And Thickness Of 0.28m Section Ii : Rehabilitation Of 34.50 L.m. Road With Width Of 5.00m And Thickness Of 0.28m" Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.5 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 Including Facilities, Barangay Cawongan, Padre Garcia, Batangas Contract Id No. : 25dd0137 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (43.73m X 22.00m) Including Masonry Works, Roofing Works (grid 7-10), Electrical Works And Finishing Works Approved Budget For The Contract : Php 19,800,000.00 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 1.6 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, Improvement Of Road, Barangay Catandala, Ibaan, Batangas Contract Id No. : 25dd0138 Project Location : Ibaan, Batangas Scope Of Works : "section I : Improvement Of 144.00 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Improvement Of 328.00 L.m. Road With Width Of 6.70m And Thickness Of 0.30m" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 108 Calendar Days Size Range : Small B License Category : C & D 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, Construction Of Multi-purpose Building (barangay Hall) At Barangay Quilib, Rosario, Batangas Contract Id No. : 25dd0139 Project Location : Rosario, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (17.10m X 8.76m) Including Structural Works, Architectural Works, Plumbing Works, Mechanical Works, Electrical Works, Auxiliary Works, Installation Of Cctv System, Fire Alarm System, Water Pumping System, Finishing Hardware And 1-50kva Transformer 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 1.8 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, Improvement Of Secondary Provincial Road Along Barangay Mabayabas, Taysan, Batangas Contract Id No. : 25dd0140 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of 45.00 L.m. Carriageway With Width Of 4.00m And Thickness Of 0.30m Using Cement Treated Base And Reinforced Concrete Pavement Including Widening Of 721.00 L.m. Road (both Sides) With Width Of 1.05m And Thickness Of 0.30m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.9 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 Tambo, Lipa City, Batangas Contract Id No. : 25dd0141 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 163.00 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 75.00 L.m. And 140.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m Section Iii : Construction Of 78.00 L.m. And 139.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 67 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.10 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, Rehabilitation Of Road At Barangay Malagonlong, Lipa City, Batangas Contract Id No. : 25dd0142 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 104.80 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Rehabilitation Of 92.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Rehabilitation Of 50.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Rehabilitation Of 158.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Flaring Section V : Rehabilitation Of 72.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Vi : Rehabilitation Of 224.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap, Cross Drainage And Embankment" Approved Budget For The Contract : Php 9,310,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 122 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.11 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 San Francisco, Lipa City, Batangas Contract Id No. : 25dd0143 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 185.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 50.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 163.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,390,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.12 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 Provincial Road In Brgy. San Marcelino, Taysan, Batangas Contract Id No. : 25dd0144 Project Location : Taysan, Batangas Scope Of Works : Construction Of 82.00 L.m. And 39.80 L.m. Reinforced Concrete Pavement With Width Of 6.10m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 44 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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, Construction Of Road In Brgy. Tiquiwan, Rosario, Batangas Contract Id No. : 25dd0145 Project Location : Rosario, Batangas Scope Of Works : Construction Of 471.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 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 5,000.00 1.14 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, Barangay Santo Cristo, San Jose, Batangas Contract Id No. : 25dd0146 Project Location : San Jose, Batangas Scope Of Works : Construction Of 360.00 L.m. Road With Varying Width Of 3.20m To 4.20m And Thickness Of 0.20m; Reblocking Of 176.00 L.m. Road With Varying Width Of 3.20m To 4.80m And Thickness Of 0.20m; Installation Of 13.00 L.m. - 610mm Dia. Rcpc Cross Drainage Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 51 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 Tangob, Lipa City, Batangas Contract Id No. : 25dd0147 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (15.883m X 4.83m) Including Structural Works, Plumbing Works, Ceiling Works, Roofing Works, Architectural Works, Finishing Works And Electrical Works 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 1.16 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 Sitio Putol, Barangay Pag-asa, Taysan, Batangas Contract Id No. : 25dd0148 Project Location : Taysan, Batangas Scope Of Works : Improvement Of 4 Bays Covered Court (30.00m X 13.50m) Including Structural Works (footing And Pedestal), Plumbing Works (storm Drainage And Downspout), Painting Works (steel), Steel Works And Roofing Works 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 1.17 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 Barangay Road At Barangay Sto. Niño, Lipa City, Batangas Contract Id No. : 25dd0149 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 157.90 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 172.87 L.m. Road With Width Of 3.00m 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 : 62 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
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 5.6 Million (USD 97.2 K)
Details: Description Invitation To Bid For Construction Of Road Slope Protection Structure - Benguet - Nueva Vizcaya Rd (s00382lz) - K0305+243 - K0305+260, Bokod, Benguet 1. The Benguet First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 5,684,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Road Slope Protection Structure – Benguet-nueva Vizcaya Rd (s00382lz) – K0305+243-k0305+260, Bokod, Benguet, 25pe0034. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Benguet First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required For 155 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 Benguet First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23 To February 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Benguet First District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 At 09:00 A.m. At Benguet First District Engineering Office, Wangal, La Trinidad, Benguet And Through Videoconferencing/webcasting Via Youtube At Youtube.com/channel/@dpwh.benguet1_deo, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Benguet First District Engineering Office, Wangal, La Trinidad, Benguet And/or Online Or Electronic Submission At Electronicbids_benguet1@dpwh.gov.ph On Or Before February 11, 2025 At 09:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025 At 09:00 A.m. At Benguet First District Engineering Office, Wangal, La Trinidad, Benguet And/or Through Electronic Submission At Electronicbids_benguet1@dpwh.gov.ph Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Benguet 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. 11. For Further Information, Please Refer To: Menelaus C. Santos Dpwh-benguet First District Engineering Office Wangal, La Trinidad, Benguet Benguetfirstdeo@gmail.com 074-661 6331 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Philgeps.gov.ph For Online Bid Submission: Electronicbids_benguet1@dpwh.gov.ph Date Of Issue: January 16, 2025 Menelaus C. Santos Bac Chairperson
Municipality Of Kasibu, Nueva Vizcaya Tender
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.1 K)
Details: Description Imropvement Of Farm To Market Road Andres Gamaon Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Supplemental Budget No. 2 2024 Intends To Apply The Sum Of One Million Nine Hundred Thirty Eight Thousand Fifty Five Pesos And Thirty Centavos Only (p1,938,055.30) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Farm To Market Road Andres Gamaon Located At Catarawan, Kasibu, Nueva Vizcaya Invitation Number: 16-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Seventy Seven (77) Working 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 Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On January 30, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 11, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Backhoe, Dumptruck, Road Roller, Road Grader, One Bagger Concrete Mixer, Concrete Vibrator 10. Bid Opening Shall Be On February 11, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu 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: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 23, 2025] James B. Canayan Municipal Assessor Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 7.9 Million (USD 135.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Multi-purpose Building Including Facilites, Phase I, San Joaquin, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 7,920,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0097 – Construction Of Multi-purpose Building Including Facilites, Phase I, San Joaquin, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 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 Including Facilites, Phase I, San Joaquin, Iloilo Contract Id No. : 25gf0097 Locations : San Joaquin, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Division I. General Part C. Earthwork Part D. Reinforced Concrete Division Ii. Buildings Part E. Finishing And Other Civil Works Approved Budget For The Contract : Php 7,920,000.00 Contract Duration : 127 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Gb-1. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23 – February 13, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 13, 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 18. 12. Bid Opening Shall Be On February 13, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents
Description: Nsn 1r-3540-011867869-sx, Ref Nr Dk8, Qty 79 Ea, Delivery Fob Origin. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
exercise Of Option To Fulfill Foreign Military Sales Commitments-basic(nov 2014))|4|||||
option For Increased Quantity--separately Priced Line Item (mar 1989)|1|365 Days After Receipt Of Order|
alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x|x|||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332710|500 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Solicitation Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 120 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information: Quote Amount And Rtat
o Unit Price:__________
o Total Price:__________
o Repair Turnaround Time (rtat):_______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This Contract. Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte) ___ Return Material Authorization # (rma), If Applicable:__________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location
o Awardee Cage:__________ Inspection & Acceptance Cage, If Not Same As "awardee Cage":__________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise
the Option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-7 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Maintenance Support .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Maintenance Support Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;78711 699-7100-001;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
MUNICIPALITY OF LUBAO, PAMPANGA Tender
Laboratory Equipment and Services...+1Chemical Products
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.9 K)
Details: Description Republic Of The Philippines Province Of Pampanga Municipality Of Lubao Invitation To Bid For Supply And Delivery Of Lab Reagents Use In Laboratory @ Mho Lubao 1. The Municipality Of Lubao Through The Annual Budget 2025 Funds Intends To Apply The Sum Of P 3,503,425.00 Being The Abc To Payments Under The Contract For Solicitation Pb No. 2025-01-009 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of Lubao, Through The Annual Budget 2025 Funds Intends To Apply The Sum Of P 3,503,425.00. Supply And Delivery Of Lab Reagents Use In Laboratory @ Mho Lubao Being The Abc To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. The Municipality Of Lubao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Shall Start Thirty Days (30) From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 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). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183 And Subject To Commonwealth Act 138. 3. Prospective Bidders May Obtain Further Information Municipality Of Lubao Bid And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During 9:00 Am To 4:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2024 – February 11, 2024 From The Given Address And Website(s) Belowand Upon Payment Of A Non-refundable Fee In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. Bids Must Be Delivered To The Address Below On Or Before February 11, 2025. Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb Clause 18. 6. The Municipality Of Lubao Will Hold A Pre-bid Conference January 30, 2025 9am Mpdc Office Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat By Manual Submission At The Office Of The Mpdc, Starting January 23, 2025 Until 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 14. 9. Manual Bid Opening Shall Be On February 11, 2025 10:00 Am At Mpdc Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 10. The Bidders Shall Prepare/submit Their Bids In Two (2) File Folders Each For The Technical And Financial Components. 11. The Municipality Of Lubao 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 Sections35.6 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: _________________________ Mrs. Edna D. De Leon Bac Secretariat Municipality Of Lubao Telephone No. 045-307-4800 Website: Www.lubao.gov.ph ______________________________________ Engr. Danilo C. Aquino Bac Chairman
6151-6160 of 10000 active Tenders