Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 19.2 Million (USD 333.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Viii Baras, Palo, Leyte Invitation To Bid For: February 14, 2025 Network Development Program - Road Widening - Primary Roads Maharlika Highway (sn Isidro - Sn Juanico Br) - K0786+424 - K0787+000, Samar 2nd Ld 1. The Dpwh Regional Office Viii, Baras, Palo, Leyte, Through Gaa Fy-2025 Intends To Apply The Sum Indicated Hereunder Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Procurement Project/s. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening, Viz: 1.1 Contract Name : Network Development Program - Road Widening - Primary Roads Maharlika Highway (sn Isidro - Sn Juanico Br) - K0786+424 - K0787+000 Contract Id : 25i00134 Contract Location : Samar 2nd Ld Project Description/scope Of Work : Cw1 – Road Widening = 0.853 Lane Km. Major Category Of Works : Rcp – Roads: Construction – Pccp Approved Budget For The Contract (abc) : ₱19,299,724.02 Contract Duration : 146 Calendar Days Cost Of Bidding Documents : Php 25,000.00 2. The Dpwh Regional Office Viii, Baras, Palo, Leyte Now Invites Bids For The Above Procurement Project/s. Completion Of The Works Is Required Based On The Above-stated Contract Duration. 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 Dpwh Regional Office Viii, Baras, Palo, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 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 Twenty-five Thousand Pesos Only (php25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Its Authorized Representative Or Through Electronic Bid Submission. In Purchasing Bidding Documents And Submission/dropping Of Bids, Contractor’s Representative Not Registered In The Contractor’s Crc Shall Submit A Duly Notarized Special Power Of Attorney Stating Therein The Specific Project To Be Bid And A Valid Id, Per Memorandum Of Usec. Ardeliza R. Medenilla For Support And Services Dated December 27, 2021. 6. The Dpwh Regional Office Viii, Baras, Palo, Leyte Will Hold A Pre-bid Conference On February 26, 2025 @ 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below And (ii) Online Or Electronic Submission At Electronicbids_r8@dpwh.gov.ph Using 7zip Compressed Document Files As Indicated Below On Or Before March 11, 2025 @ 10:00 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 March 11, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids) At The Given Address Below And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Summary Schedule Of Procurement Activities Procurement Activity Schedule 1. Publication Period At Philgeps And Dpwh Website February 19 - 25, 2025 2. Issuance / Downloading Of Bidding Documents February 19, 2025 To March 11, 2025 3. Pre-bid Conference February 26, 2025 (10:00 A.m.) At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 4. Deadline For The Submission & Receipt Of Bids March 11, 2025 Until 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 5. Opening Of Bids March 11, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids), Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 10. Use 7zip Compressed Document Files For Electronic Bid Submission. Late Bids Shall Not Be Accepted. 11. The Dpwh Regional Office Viii, Baras, Palo, Leyte 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: The Head, Bac Secretariat Procurement Staff-ord Procurement Office, Dpwh Regional Office Viii Baras, Palo, Leyte Telephone No.: (053) 323-1017/1083 Email Add: Ongbit.rita@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_r8@dpwh.gov.ph Date Of Issue: February 14, 2025 (sgd.) Jay-b L. Talde Chief Administrative Officer Administrative Division Bac Chairperson Noted: (sgd.) Edgar B. Tabacon, Ceso Iv Regional Director Dpwh Regional Office Viii Dates Of Publication In Dpwh & Philgeps Websites And Bulletin Board: February 19 – 25, 2025 Cc: The Public Affairs & Information Office (paio) Dpwh, Regional Office No. 8 Baras, Palo, Leyte Ro8 Bacsec.

Bicol Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 3 Million (USD 51.8 K)
Details: Description Invitation To Bid For Supply & Delivery Of Dental Supplies Through Framework Agreement F-ib No. 2025-04 1. The Bicol Medical Center, Using A Single-year Framework Agreement, Through The General Appropriations Act/income Intends To Apply The Sum Of Pesos Three Million (php 3,000,000.00) Being The Abc To Payments Under The Contract For Supply & Delivery Of Dental Supplies - F-ib No. 2025-04. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bicol Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 10 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 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) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bicol Medical Center And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Bac Secretariat Office (procurement Section), Bicol Medical Center. Schedule And Fees Of The Procurement Activities Is Listed In Tabular Form Below: Name Of Project Schedule Of Activities Sale Of Bid Documents Pre – Bid Conference Deadline Of Bid Submission Bid Opening Price Of Bidding Documents Total Abc To Be Bid Cost (php) Supply & Delivery Of Dental Supplies Through Framework Agreement February 18, 2025 – March 11, 2025 February 26, 2025 10:00 A.m Procurement Conference Room, 2nd Floor, Building A, Bicol Medical Center March 11, 2025 8:30a.m Procurement Section, 2nd Floor, Building A, Bicol Medical Center March 11, 2025 10:00 A.m Procurement Conference Room, 2nd Floor, Building A, Bicol Medical Center 500 Thousand And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million 5,000.00 Payment For The Bidding Documents Can Be Made Through Cash Deposit, Online Bank Transfer Or Through The Land Bank Of The Philippines Link.bizportal (lbp-eservices.com) Using The Details Below: Account Name: Bicol Medical Center – Lbp Rotunda, Naga City Account Number: 3762-1010-67 Link.bizportal Merchant Name: Bicol Medical Center For Cash Deposits: Bidders Must Submit The Bank Validated Deposit Slip Of The Transaction Indicating The Name Of The Company And Purpose Of The Transfer. For Online Bank Transfers Or Link.bizportal Payments: Bidders Must Submit A Screenshot Of The Successful Transaction Together With The Name Of The Company And Purpose Of The Transfer. Kindly Email The Proof Of Payment To Bmc.bacoffice2024@gmail.com For The Processing Of The Official Receipt. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bicol Medical Center Will Hold A Pre-bid Conference On The Above Stated Date And/or Through Video Conferencing Or Webcasting Via Cisco Webex, Which Shall Be Open To Prospective Bidders. The Prospective Bidders Are Advised To Register First On Or Before February 26, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Pre-bid Conference Starts. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Online / Electronic Submission On The Address, Date And Time As Stated Above. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening In The Address, Date And Time As Stated Above And/or Via Cisco Webex Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Official Representative Of Prospective Bidders Who Acquired Bidding Documents Who Will Be Participating Online Are Advised To Register First On Or Before March 11, 2025 – 8:30am At Bmc.bacoffice2024@gmail.com And Wait For Further Advice For The Cisco Webex Link Which Shall Be Provided To The Prospective Bidders Who Successfully Registered. The Prospective Bidders Are Admitted First At The Cisco Webex Waiting Room, And The Bac Will Provide Access Once The Bid Opening Starts. 10. In Case Of Electronic Bid Submission, Please Take Note Of The Following: • Bids Must Contain The Technical And Financial Eligibility Requirements Inside Two (2) Separate Archived And Password Protected Folders (pdf Format). • The Folder Containing The Technical Eligibility Requirements Must Be Named And Identified With The Word Technical E.g. F-ib-2025-04-companyname-technical • The Folder Containing The Financial Eligibility Requirements Must Be Named And Identified With The Word Financial E.g. F-ib-2025-04-companyname-financial • The Archived And Password Protected Technical And Financial Folders Must Be Placed Inside A Main Folder With A File Name Indicating The Itb Number Followed By The Name Of Your Company • The Main Folder Shall Again Be Archived Without Password Protection • All Electronic Submissions Must Be Submitted On Or Before March 11, 2025, 8:30am Philippine Standard Time To Bmc.ebidding@gmail.com • The Subject Of Your Email Must Indicate The Itb Number Followed By The Name Of Your Company In Uppercase Format Exactly As Seen In The Example Below. E.g. F-ib-2025-04-companyname • Upon Submission, Bidders Shall Receive An Automatically Generated Acknowledgement From The Bmc Bac Secretariat Confirming The Receipt. • The Acknowledgement Shall Serve As Your Proof Of Submission Of The Bidding Document. • Bidders Who Submitted Through Electronic Mail But Did Not Receive An Acknowledgement Are Advised To Review The Subject Of Their Submission To Make Sure That It Follows The Required Format. • If The Bidders Are Still Encountering Problems With Their Bid Submissions, Kindly Contact The Bmc Bac Secretariat At 0998-247-0239 For Further Assistance. • For Bidders Who Submitted Bids Through Electronic Mail, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through Videoconferencing, Webcasting Or Similar Technology. • Bidder Who Opt To Participate In The Bid Opening Through Video Conferencing May Do So By Following The Instructions Provided In The Acknowledgement Email. 11. The Bicol Medical Center 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 The2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Dustin P. Formalejo Head, Bac Secretariat Procurement Section 2nd Floor, Building A Bicol Medical Center Concepcion Pequeña Naga City, 4400 Email Address: Bmc.bacoffice2024@gmail.com Cellphone Numbers: 0998 247 0239 Website: Http://bmc.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bmc.doh.gov.ph/opportunities/bidding-documents For Online Bid Submission: Bmc.ebidding@gmail.com February 18, 2025 [date Of Issue] ______________________________________ (sgd.) Wilbur B. Belleca, Md, Fpoa, Fpcs, Mha, Cha Bac-i Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 39.2 Million (USD 677.4 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur, Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Ninety Five Million Five Hundred Thirty Thousand Pesos Only (php 95,530,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects: 1 Contract Id 25nc0032 Contract Name Construction/improvement Of Access Roads Leading To Trades, Industries And Economic Zones Of Left Side 45/san Andres Barangay Road In Support To Rubber Ic, Bunawan, Agusan Del Sur Abc Php 9,800,000.00 Scope Of Works Construction Of Concrete Road Contract Duration 109 Calendar Days Bid Documents Fee Php 10,000.00 2 Contract Id 25nc0033 Contract Name Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads Along Nrj Cuevas – Bislig Rd – K1378+575 – K1379+000, K1379+095 – K1379+895, K1382+181 – K1382+254, K1383+1000 – K1384+205, K1385+445 – K1385+500, K1390+223 – K1390+344, Trento, Agusan Del Sur Abc Php 39,200,000.00 Scope Of Works Reconstruction Of Concrete Pavement Contract Duration 215 Calendar Days Bid Documents Fee Php 25,000.00 3 Contract Id 25nc0034 Contract Name Construction Of Flood Control Structure Along Adlayan Riverbank (downstream), Brgy. Hubang, San Francisco, Agusan Del Sur Abc Php 46,530,000.00 Scope Of Works Construction Of Flood Mitigation Structure Contract Duration 210 Calendar Days Bid Documents Fee Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur Now Invites Bids For The Aforementioned Project. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small ‘b’ For Contract Id No. 25nc0032 And Medium ‘a’ For Contract Id No. 25nc0033 And 25nc0035. 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. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur Now Invites Bids For The Aforementioned Project. 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). 5. 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. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below, Or May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity Starting On February 19, 2025, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Above Stated .the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile Or Through Electronic Means. 8. The Dpwh Will Hold A Pre-bid Conference On February 27, 2025, 10:00 A.m. At The Procurement Conference Room, Dpwh Agusan Del Sur 2nd Deo, Karaos, San Francisco, Agusan Del Sur And Through Zoom (meeting Id: 857 8025 0282) And (password: 624749) And Live-streamed On Youtube Channel: Https://www.youtube.com/@dpwh.ads2deo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically Online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_agusandelsur2@dpwh.gov.ph For Electronic Submission On Or Before March 12, 2025 At Or Before 1:00 P.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 12, 2025 Immediately After The Deadline For The Submission Of Bid, At The Procurement Conference Room, Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur And Live Streamed On Youtube Channel: Https://www.youtube.com/@dpwh.ads2deo. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highways, Dpwh Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan 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 Sections 35.6 And 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: Wilfred R. Visaya Thelma S. Espeso Bac Chairperson Bac Secretariat Head Dpwh Ads Ii Dpwh Ads Ii San Francisco, Agusan Del Sur San Francisco, Agusan Del Sur Approved: Wilfred R. Visaya Oic-assistant District Engineer Bac Chairperson Date Of Publication: February 19, 2025 @ Dpwh Website And Philgeps

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 48.2 Million (USD 833.9 K)
Details: Description Invitation To Bid For Rehabilitation Of Disaster-related Infrastructure And Other Facilities – Repair/rehabilitation Of Concrete Slope Protection Along Pampanga River, Brgy. Sulipan, Apalit, Pampanga, Province Of Pampanga (24c00706) 1. The Dpwh-regional Office Iii, Through The Fy 2024 Intends To Apply The Sum Of P48,249,434.18 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Disaster-related Infrastructure And Other Facilities – Repair/rehabilitation Of Concrete Slope Protection Along Pampanga River, Brgy. Sulipan, Apalit, Pampanga. Contract Id No. : 24c00706 Locations : Province Of Pampanga Scope Of Works : Bank And Slope Protection Works Approved Budget For The Contract : P48,249,434.18 Contract Duration : 120 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). 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-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office 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 February 19 – March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P25,000.00. 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-regional Office Iii Will Hold A Pre-bid Conference On February 27, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), 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. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 19 To March 11, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 11, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii 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. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman Date Of Issue: February 19, 2025

Southern Leyte State University Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 590.2 K (USD 10.2 K)
Details: Description Invitation To Bid Rehabilitation Of Three (3) Existing Ponds, Fishing Villa And Construction Of Kiosk 1. The Southern Leyte State University-bontoc Campus, Through The Government Of The Philippines Under Its Trust Receipts Fund (trf) Intends To Apply The Sum Of Five Hundred Ninety Thousand Two Hundred Fifty-two Pesos And 44/100 Only (₱590,252.44) Inclusive Of Vat And All Other Applicable Government Taxes, Being The Approved Budget For The Contract (abc) For The Project Rehabilitation Of Three (3) Existing Ponds, Fishing Villa And Construction Of Kiosk. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Southern Leyte State University-bontoc Campus Now Invites Interested Bidders To Apply For Eligibility And To Bid For The Project Rehabilitation Of Three (3) Existing Ponds, Fishing Villa And Construction Of Kiosk. Completion Of The Works Is Required Within 88 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). 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 Southern Leyte State University-bontoc Campus And Inspect The Bidding Documents At The Address Given Below From 8:00am-5:00pm., Monday-friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 From The Given Address And Website Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Six Hundred Pesos Only (₱600.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Submitting A Copy Of The Official Receipt In Person. 7. The Southern Leyte State University-bontoc Campus Will Hold A Pre-bid Conference On February 27, 2025, At 9:30am Which Shall Be Open To All Interested Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 11, 2025, At 9:00 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 15. 10. Bid Opening Shall Be On March 11, 2025, At 10:00 Am At The Conference Room, Administration Building, Slsu- Bontoc Campus, San Ramon, Bontoc, Southern Leyte. 11. The Southern Leyte State University-bontoc Campus Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders And To Make An Award To The Bidder Whose Proposal Is Deemed Most Advantageous To The Government. 12. The Southern Leyte State University-bontoc Campus Will Require Manual Submission Of Bid Tenders. The Bidder Must Submit Its Bid On Time With Proper Labeling And Sealing. 13. For Further Information, Please Refer To: Nikki M. Salar/jovie Marie P. Alfante Bac Secretariat Southern Leyte State University – Bontoc Campus San Ramon, Bontoc, Southern Leyte 6604 Cell No.: 0998-9791809 Email: Bac_bt@southernleytestateu.edu.ph Sgd. Erwin P. Remojo Bac Chairperson

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil - 1-45208 | inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) |n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| annual Representations And Certifications (jan 2025)|13|333998 |700|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Otherthan 60 Days)_____days. If You Are Submitting Your Quote Via Emaiil Or Neco,please Specify The Number Of Days pricing Is Valid. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 2.2 Not Releasable To Foreign Nationals (noforn) Distribution Statement - Drawings, Specification, Or Related Technical Documents As Cited In The Irpod Are Subject To Special Export Controls And Each Transmittal To Foreign Govern Ments Or Foreign Nationals May be Made Only With Prior Approval Of The Naval Sea Systems Command. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate 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. 6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. mark The Packaging Label With The Nomenclature Cited On The Irpod. date Of First Submission=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).

Provincial Government Of Masbate Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 24.9 Million (USD 431.7 K)
Details: Description Republic Of The Philippines Province Of Masbate City Of Masbate Invitation To Bid For The Concreting Of San Roque-sorosimbahan Road Esperanza, Masbate 1. The Provincial Government Of Masbate, Through Lgu’s Annual Budget As Approved By The Sanggunian Intends To Apply The Sum Of Twenty-four Million Nine Hundred Eighty Thousand Pesos (php24,980,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of San Roque-sorosimbahan Road Esperanza, Masbate With Project Id. No. Ib-infra-080-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Within One Hundred Eight (108) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19-march 11, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (php25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Email. 6. The Provincial Government Of Masbate Will Hold A Pre-bid Conference On February 27, 2025 At 2:00 P.m. At Bac Conference Room Bac Office, 2nd Floor Pgso Building Capitol Road, Masbate City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before March 11, 2025 At 2:00 P.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 15. 9. Bid Opening Shall Be On March 11, 2025 At 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. The Provincial Government Of Masbate 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: The Bids And Awards Committee Through Angelica A. Oliverio/head-bac Secretariat Bac Office 2nd Floor Pgso Building Capitol Road, Masbate City Email Address: Pgsobacoffice@gmail.com 12. You May Visit The Following Website: For Downloading Of Bidding Documents: Philgeps Website February 19, 2025 Atty. Lowell B. Pillejera Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 1.9 Million (USD 34.2 K)
Details: Description Invitation To Bid For Basic Infrastructure Program (bip) - Multi-purpose Buildings/facilities To Support Social Services - Construction (completion) Of Multi-purpose Building, Barangay Poblacion, Manjuyod, Negros Oriental 1. The Dpwh, Negros Oriental 1st District Engineering Office, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 1,980,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Basic Infrastructure Program (bip) - Multi-purpose Buildings/facilities To Support Social Services - Construction (completion) Of Multi-purpose Building, Barangay Poblacion, Manjuyod, Negros Oriental With Contract Id No. 25hj0100. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Negros Oriental 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 56 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 Dpwh, Negros Oriental 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18 – March 11, 2025 Until 10:00 A.m. From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 6. The Dpwh, Negros Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025 @ 10:00 A.m. At Dpwh Bidding Hall, Neg. Or. 1st Deo, Tinaogan, Bindoy, Neg. Or. And/or Through Live Streaming @dpwh.negor1.deo (youtube Channel), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_negrosoriental1@dpwh.gov.ph For Electronic Submission, On Or Before March 11, 2025 Until 12:59 P.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 March 11, 2025 @ 1:00 Pm At Dpwh Bidding Hall, Neg. Or. 1st Deo, Tinaogan, Bindoy, Neg. Or. And/or Through Live Streaming @dpwh.negor1.deo (youtube Channel). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh, Negros Oriental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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: Nilo E. Matuog Head, Procurement Unit Dpwh, Negros Oriental 1st District Engineering Office Tinaogan, Bindoy, Negros Oriental Phone No.: 09177570188 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_negrosoriental1@dpwh.gov.ph Jessie C. Paquibo Bac Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 1.9 Million (USD 33.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental 1st District Engineering Office Gingoog City, Misamis Oriental Invitation To Bid (25gkk0003 - Supply And Delivery Of Consumables Supplies To Be Used At Supply Unit, Records Unit Cash Unit, Maintenance Section, Planning And Design Section, Rrow Unit, Construction Section, Public Information Office, Monitoring Unit, De's Office, Finance Section, Procurement Unit And Quality Assurance Section.) 1. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office, Through The Fy 2025 Gaa Intends To Apply The Sum Of One Million Nine Hundred Twenty-four Thousand Two Hundred Fifty Pesos Only (php 1,924,250.00) Being The Abc To Payments Under The Contract For Purchase Request No. 2025-02-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In The Schedule Of Requirements. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Public Works And Highways – Misamis Oriental First District Engineering Office And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 12, 2025 Until 10:00 A.m. From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, 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 – Misamis Oriental First District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025, 10:00 A.m. At Bac Conference Room, 3rd Floor, Dpwh-mofdeo Bldg., Brgy. 26, Gingoog City, Misamis Oriental And/or Through Video Conferencing Or Webcasting Via Live Streaming: (youtube Page) Dpwh Misamis Oriental 1st Deo (https://www.youtube.com/channel/uc4roqj_fk-kh-pqcmg6gvkq), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before March 12, 2025, 10:00 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 14. 9. Bid Opening Shall Be On March 12, 2025, Immediately After The Deadline For The Submission Of Bid, At Bac Conference Room, 3rd Floor, Dpwh-mofdeo Bldg., Brgy. 26, Gingoog City, Misamis Oriental And/or Through Video Conferencing Or Webcasting Via Live Streaming: (youtube Page) Dpwh Misamis Oriental 1st Deo (https://www.youtube.com/channel/uc4roqj_fk-kh-pqcmg6gvkq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Gppb Resolution No. 15-2021 States, “lifting The Suspension On The Implementation Of The Mandatory Submission Of Philgeps Certificate Of Platinum Registration And Membership In Competitive Bidding And Limited Source Bidding; Amending Sections 8.5.2, 23.1(a)(ii), 23.3, 24.1(a)(ii), 24.4.3, 34.3 And 54.6 Of The 2016 Revised Irr Of Ra No. 9184, Items Iv(g)(1) And V(d)(b) As Well As Appendix “a” Of Annex “h” Thereof, Items 4 And 6 Of The Guidelines For The Use Of The Government Of The Philippines – Official Merchant Registry, And Item 1 Of Sections Viii And Ix Of The 6th Edition Of The Philippine Bidding Documents For Goods And Infrastructure Projects, Dated October 14, 2021. In Lieu Of The Above, Prospective Bidders Shall Submit In Their Bid A Valid And Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3, And 54 Of Republic Act 9184 (ra9184). 11. The Department Of Public Works And Highways – Misamis Oriental 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marcelino O. Cabeguin Jr., Asean Eng. Oic-assistant District Engineer Bac Chairperson Dpwh-misamis Oriental 1st District Engineering Office Brgy. 26, Gingoog City, Misamis Oriental Tel. No.: (088) 861-1185 Email Address: Dpwhmofdeo@yahoo.com April Jane T. Pecasales Head, Bac Secretariat Dpwh-misamis Oriental 1st District Engineering Office Brgy. 26, Gingoog City, Misamis Oriental Tel. No.: (088) 861-1185 Email Address: Dpwhmofdeo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Www.dpwh.gov.ph February 19, 2025 Marcelino O. Cabeguin Jr., Asean Eng. Oic-assistant District Engineer Bac Chairperson Dpwh-misamis Oriental 1st District Engineering Office

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BULACAN 3RD DEO Tender

Civil And Construction...+1Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 98.9 Million (USD 1.7 Million)
Details: Description Invitation To Bid I. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through The Government Of The Philippines - Fy 2025 Gaa Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through Its Bids And Award Committee (bac), Now Invites Bids For The Hereunder Works: 17. Contract Id: 25cp0143 Contract Name: Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities - Construction Of Concrete Slope Protection Incl. Improvement Of Waterways Along Tartaro Section, San Miguel, Bulacan (phase 9) Contract Location: San Miguel, Bulacan Scope Of Work: Bank And Slope Protection Source Of Fund: Fy 2025 – Gaa Approved Budget For The Contract (abc): P98,999,246.04 Contract Duration: 300 Cal. Days Cost Of Bidding Documents: P50,000.00 Pcab License Category: Category B Size Range: Medium A For Irrigation And Flood Control Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. 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. Iv. 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. V. 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. Vi. Interested Bidders May Obtain Further Information From The Dpwh - Bulacan 3rd District Engineering Office And Inspect The Bidding Documents At Bac-secretariat – Procurement Office, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. Vii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 - March 10, 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. Viii. 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. Ix. The Dpwh - Bulacan 3rd District Engineering Office Will Hold A Pre-bid Conference February 26, 2025 – 9:00 A.m. At The Bidding Room, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 379 437 3222 And Passcode: Bulacan3rd) And Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo), Which Shall Be Open To Prospective Bidders. X. 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. Xi. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bulacan3@dpwh.gov.ph) For Electronic Submission From February 19, 2025 To March 10, 2025 Before 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. Xii. Bid Opening Shall Be On March 10, 2025 At 10:00 A.m. At Bidding Room, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo)) Late Bids Shall Not Be Accepted. Xiii. The Dpwh - Bulacan 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiv. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. Xv. For Further Information, Please Refer To: Jomar O. Mendoza Head, Bac Secretariat Dpwh Bulacan 3rd Deo Tambubong, San Rafael, Bulacan Engr. Mark Lester S. Castro Chief, Construction Section Bac – Chairman Date Of Issue: February 19, 2025
7281-7290 of 10000 active Tenders