Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description 1. The Department Of Public Works And Highways, Through Its Bids And Awards Committee (bac) Invites Contractors To Submit Bids For The Following Contract: Contract Id 25m00183 Contract Name & Location Construction Of Concrete Revetment, Lower Klinan-mabuhay (silway River Basin), Barangay Mabuhay, General Santos City, South Cotabato Brief Scope Of Work Construction Of Concrete Revetment Approved Budget For The Contract (abc) ₱96,500,000.00 Allocation ₱100,000,000.00 Source Of Funds Fy 2025 Infrastructure Program - Gaa Contract Duration 284 Calendar Days Cost Of Bidding Documents ₱50,000.00 Pcab License Category Medium A The Department Of Public Works And Highways Xii, Through The Funding Source Is The Government Of The Philippines (gop) Intends To Apply The Sum Of The Above-mentioned Projects With Corresponding Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. 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 As Indicated Above. The 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 9 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 Xii And Inspect The Bidding Documents At The Address Given Below 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 18, 2025 To March 11, 2025 From The Given Address And Website/s Below And Upon Presenting Company Id Or Authorization Letter, Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Xii Will Hold A Pre-bid Conference On February 26, 2025 At 09:00 A.m. At Dpwh Regional Office Xii Conference Room, Koronadal City, South Cotabato And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 410 559 5083 And Password: 5555), Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before March 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. In Adherence With Section 25.1 Of Revised Irr Of Ra 9184 Which States That, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative Xxx Xxx”, Prospective Bidders Who Wish To Submit Bids Through Their Authorized Personnel Via Special Power Of Attorney (spa) And/or A Secretary’s Certificate During Bid Submission Must Ensure That The Authorization Is Confirmed Thru The Prospective Bidders’ Registered Email Listed Under Its Civil Works Application Profile. Only Those Authorizations That Are Confirmed Thru Avila.shirline@dpwh.gov.ph Will Be Considered. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 11, 2025 At 10:30 In The Morning Or Through Videoconferencing Via Zoom (meeting Id: 410 559 5083 And Password: 5555). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Shirline G. Avila Head, Procurement Unit Cor. Alunan Ave., Mabini St. Koronadal City, 9516 Avila.shirline@dpwh.gov.ph Tel. No.: (083)228-3908/0970-041-1612 Facsimile Number: (083)228-9577 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Refer To Dpwh D.o. 087 S. 2020 (http://dpwhweb/pdf/issuances/do/20/do_087_s2020.pdf) Electronic Bid Submission Email: Electonicbids_r12@dpwh.gov.ph (sgd.) Najib D. Dilangalen Oic-assistant Regional Director Bac Chairperson

Ministry Of Public Works BARMM Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 13.5 Million (USD 234.7 K)
Details: Description Invitation To Bid Lds1-2025-05 Batch 20 1.the Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Contract Id Name Of Projects Location Duration Abc Cost Of Bidding Documents 24-ril1rd530 24infra90 Construction Of Road At Brgy. Ranao Ibaning, Amai Manabilang - Brgy. Forchaku - Bukidnon, Amai Manabilang Amai Manabilang 166 Cd 29,100,000.00 25,000.00 24-ril1rd531 24infra91 Construction Of Road At Brgy. Ranao Ibaning - Brgy. Mansilano (mansilano Section) (phase 4), Amai Manabilang Amai Manabilang 226 Cd 29,100,000.00 25,000.00 24-ril1rd575 24infra92 Construction Of Road At Brgy. Buadi Bayawa (phase 2), Mulondo Mulondo 124 Cd 13,580,000.00 25,000.00 24-ril1rd547 24infra93 Construction Of Road At Kapai, Lds - Tagoloan I, Ldn (phase 2), Kapai Kapai 223 Cd 26,190,000.00 25,000.00 24-ril1rd533 24infra94 Construction Of Road At Maguing - Bubong, Maguing Maguing 228 Cd 29,100,000.00 25,000.00 24-ril1rd534 24infra95 Concreting Of Road At Msu-marantao-balindong (phase 2), Marantao Marantao 199 Cd 20,370,000.00 25,000.00 24-ril1rd543 24infra96 Construction Of Road At Brgy. Paling - Brgy. Pualas, Buadipuso Buntong Buadipuso Buntong 214 Cd 22,921,100.00 25,000.00 24-ril1rd532 24infra97 Construction Of Road At Brgy. Rogero, Bubong - Brgy. Little Marawi, Tagoloan Ii (karokotan) (phase 2), Bubong Bubong 228 Cd 29,100,000.00 25,000.00 24-ril1rd556 24infra98 Construction Of Road At Brgy. Dulay, Marawi City - Brgy. Lidasan, Kapai, Marawi City Marawi City 221 Cd 26,190,000.00 25,000.00 24-ril1rd571 24infra99 Construction Of Road At Brgy. Malimono - Brgy. Matampay Cormatan, Marawi City Marawi City 200 Cd 19,400,000.00 25,000.00 Total ₱ 245,051,100.00 2.the Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. 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). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 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.bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5.interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6.the Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) February 19, 2025 (wednesday) Sha’ban 20, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents February 19–march 10, 2025 Sha’ban 20, 1446 Ah – Ramadan 10, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 27, 2025 @ 10:00 A.m. (thursday) Sha’ban 28, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids March 11, 2025 Until 1:00 P.m. (tuesday) Ramadan 11, 1446 Ah 5. Opening Of Bids March 11, 2025 After 1:00 P.m. (tuesday) Ramadan 11, 1446 Ah 7.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8.this Procuring Entity 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. 9.you May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10.for Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Abduljalil M. Bansao Assistant District Engineer Bac Chairperson

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon6 Mar 2025
Tender AmountRefer Documents 
Details: Combined Synopsis-solicitation 2 Description (i) This Is A Combined Synopsis/solicitation For Exterior Window Cleaning And Sealing At James A. Haley Veterans Hospital (jahvh), Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. (ii) The Solicitation Number Is 36c24825q0371 And Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 , Effective 1/17/2025. (iv) This Solicitation Is For A 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Set Aside With Associated Naics Code 561790 - Other Services To Buildings And Dwellings Has A Small Business Size Standard Of $9.0 Million. The Fsc/psc Is Z1az - Maintenance Of Other Administrative Facilities And Service Buildings. This Solicitation Will Use Comparative Evaluation. Award Will Be Made To The Offeror Determined To Be Acceptable, Price Reasonable, And Is Determined To Best Value To The Government; All Eligible Offerors May Submit Quotes. To Be Considered As A Service-disabled Veteran Owned Small Business (sdvosb), Prospective Offerors Shall Be A Verified Sdvosb In The Veteran Small Business Certification (vetcert) Pages Veteran Small Business Certification (vetcert)https://veterans.certify.sba.gov/ At The Date And Time Set For Receipt Of Offers. Responses Shall Be On All Or None Basis, No Partial Submissions Will Be Accepted. Quote Must Be Valid For 90 Days. All Offerors Must Be Registered In System For Award Management (sam) At Https://www.sam.gov At Time Offers Are Due To Be Considered For An Award Of A Federal Contract. Registration Must Be Complete And Not Missing Elements Such As Representations And Certifications. (v) All Interested Companies Shall Provide Quotations For The Following Line-item Numbers (lins): Item Number Description Of Supplies/services Quantity Unit Unit Price Amount 0001 1.00 Jb __________________ __________________ Window Exterior Cleaning And Caulking Service For Building 38 At The James A. Haley Veterans Hospital (jahvh). Equipment Will Include Rope And Weighted Rig Descending From Roof. Principal Naics Code: 561790 - Other Services To Buildings And Dwellings Product/service Code: Z1az - Maintenance Of Other Administrative Facilities And Service Buildings (vi) Jahvh Is Seeking To Receive Window Exterior Cleaning And Caulking Service. (vii) Place Of Performance/place Of Delivery James A. Haley Veterans Hospital (jahvh) 13,000 Bruce B. Down Blvd. Tampa, Fl 33612-4745 The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html Http://www.va.gov/oal/library/vaar/ (viii) The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (x) Offerors Are Advised To Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer If Has Not Been Completed On Sam.gov. Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. Unique Entity Identifier (uei). Applies To All Quotes That Exceed The Micro-purchase Threshold, And Quotes At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Quoter Must Enter, In The Block With Its Name And Address On The Cover Page Of Its Quote, The Annotation "unique Entity Identifier" Followed By The Unique Entity Identifier That Identifies The Quoters Name And Address. The Quoter Also Must Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Uei. The Suffix Is Assigned At The Discretion Of The Quoter To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpartâ 32.11) For The Same Entity. If The Quoter Does Not Have A Uei, It Should Contact The Entity Designated At Www.sam.gov For Uei Establishment Directly To Obtain One. The Quoter Should Indicate That It Is A Quoter For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Uei. (ix) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: Evaluation Approach: The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: Technical Acceptability: Quote Will Be Evaluated To Determine If The Vendor Provides A Sound, Compliant Approach That Meets The Requirements Of The Performance Work Statement (pws) And Demonstrates A Thorough Understanding Of The Requirements. The Technical And Management Approach Will Be Evaluated To The Extent To Which It Can Meet And/or Exceed The Government S Requirements As Outlined In The Solicitation And Based On The Information Requested In The Below Section Of The Solicitation. Acceptable - Quote Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable - Quote Does Not Clearly Meet The Minimum Requirements Of The Solicitation. Appropriate Consideration Will Be Given To The Following: A. Technical And Management Approach Quoters Shall Provide A Brief Detailed Plan No More Than 10 Pages Describing A Full Understanding Of The Requirements Of This Performance Work Statement (pws). Quoters Has A Clear And Effective Approach. B. Contractor Qualification - Quoters Shall Provide Their Qualification/certifications Detailing At Least Two Years Successful Experience And/or Operation In The Industry Under Contracts In Similar Size And Scope. Past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/ ; Or Any Other Reasonable Basis. The Government May Rely On Internal Documentation Including Contract Performance Assessment Reporting System (cpars) For Supply Being Acquired To Determine Past Performance. If No Record Of Past Performance Is Found In Cpars, The Quoter Shall Not Receive A Favorable Or Unfavorable Rating But Shall Receive A Rating Of Neutral. Price: Price Shall Be Submitted Using On The Vendor S Own Form. The Government Will Evaluate The Price By Adding The Total Of All Line-item Prices, Including All Options. The Total Evaluated Price Will Be That Sum. The Following Contract Clauses Apply To This Acquisition: (xi) Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services . The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: Far Number Title Date 52.203-17 Contractor Employee Whistleblower Rights Nov 2023 52.204-9 Personal Identity Verification Of Contractor Personnel Jan 2011 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 852.203-70 Commercial Advertising May 2018 852.204-70 Personal Identity Verification Of Contractor Personnel May 2020 852.215-70 Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (deviation) Jan 2023 852.215-71 Evaluation Factor Commitments Oct 2019 (end Of Clause) Va Notice Of Limitations On Subcontracting - Certificate Of Compliance For Services And Construction (nov 2022) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That - (1) If Awarded A Contract (see Far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [contracting Officer Check The Appropriate Box Below Based On The Predominant Naics Code Assigned To The Instant Acquisition As Set Forth In Far 19.102.] (i) Services. In The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73 Or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Other Direct Costs May Be Excluded To The Extent They Are Not The Principal Purpose Of The Acquisition And Small Business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6. (ii) General Construction. In The Case Of A Contract For General Construction, The Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 85% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (iii) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, The Contractor Will Not Pay More Than 75% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73 Or Vosbs As Set Forth In 852.219-74. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 75% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (2) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (3) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract. Contracting Officers May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance With The Limitations On Subcontracting Requirement. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror's Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. Certification I Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Specified In This Clause And In The Resultant Contract. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. Printed Name Of Signee: _______________________________ Printed Title Of Signee: _______________________________ Signature: _______________________________ Date: _______________________________ Company Name And Address: _____________________________________________________________________ (xii) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services The Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020) 52.204-7 System For Award Management (oct 2018) 52.204-10 Reporting Executive Compensation & First-tier Subcontract Awards (oct 2015) 52.209-6 Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (oct 2015) 52.219-8 Utilization Of Small Business Concerns (sep 2023) 52.219-28 Post Award Small Business Program Representation (jul 2013) 52.222-3 Convict Labor (jun 2003) 52.222-19 Child Labor--cooperation With Authorities And Remedies (feb 2016) 52.222-21 Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (apr 2015) 52.222-35 Equal Opportunity For Veterans (jun 2020) 52.222-36 Equal Opportunity For Workers With Disabilities (jul 2014) 52.222-37 Employment Reports On Veterans 52.222-41 Service Contract Labor Standards (aug 2018) 52.222-50 Combating Trafficking In Persons (mar 2015) 52.222-54 Employment Eligibility Verification (may 2022) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) 52.225-3 Buy American--free Trade Agreements--israeli Trade Act (may 2014) 52.225-13 Restrictions On Certain Foreign Purchases (june 2008) 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran Representation And Certifications (jun 2020) 52.232-33 Payment By Electronic Funds Transfer System For Award Management 852.203-70 Commercial Advertising (jan 2008) 852.232-72 Electronic Submission Of Payment Requests 852.233-70 Protest Content/alternative Dispute Resolution (oct 2018) 852.233-71 Alternate Protest Procedure (oct 2018) 852.237-70 Contractor Responsibilities 52.252-2 Clauses Incorporated By Reference (feb 1998) This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): Https://www.acquisition.gov/browse/index/far Https://www.va.gov/oal/library/vaar/ (xiii) All Responses Must Include Verification That Each Specification Outlined In The Line Items, Pws, And Any Relevant Attachments Is/are Met. (a) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Quoter Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. The Government Reserves The Right To Make No Award If Quote Does Not Meet The Requirements Of This Solicitation. Contractor Is Responsible For Correct Wage Title Classifications Of Their Employees And Compliance With All Applicable Wage And Hour Laws. The Dol Wage Determination For The Specific Locality Applies To This Solicitation And Any Contract Awarded Is Available At Https://beta.sam.gov/ Please Note The Listing Below Is Not All-inclusive Wage Determination Of Each Area Of Performance. It Is The Contractor S Responsibility To Obtain And Evaluate Each Wage Determination Locality. Florida Counties Of Hernando, Hillsborough, Pasco, Pinellas Wage Wage Determination No.: 2015-4571 Revision No.: 25 Date Of Last Revision: Dec 23, 2024 The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. Submission Of Quotes. Quote Should Be Submitted As One Combined Pdf Document At Or Before The Exact Time Specified In Due Date Of This Solicitation By Email To The Point Of Contact Listed Below To Include: A Quote On Company Letterhead And Any Needed Attachments. Quotes Must Be Submitted On The Vendor S Own Form. To Include (limitation Of Subcontracting Certification) Provide Contractor Name, Uei#, Address, Point Of Contact(s) Name, Phone, And Email. If Not The Manufacturer, Then An Authorized Distributor Letter Needs To Be Provided With Your Quote In Order To Be Considered For The Award (if Applicable). Prices Need To Include Any Fob Destination Shipping Cost. The Government Is Requesting Discounts, Notate Any Discounts. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. There Are No Additional Contract Requirements, Terms, Or Conditions. (xiv) The Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. (xv) Quotes Must Be Emailed To Walida.mooresaintil@va.gov And Received No Later Than 2/21/2025 15:00 Pm Est On The Close Date. (xvi) Point Of Contact: Contact Walida Moore-saintil At Walida.mooresaintil@va.gov ; No Phone Calls Will Be Accepted. No Lates Will Be Accepted. End Of Document See Attached Document: Attachment 1 - Pws

INTERNAL REVENUE SERVICE USA Tender

Others
United States
Closing Soon4 Mar 2025
Tender AmountRefer Documents 
Details: 2/27/2025 - Rfi Questions Have Been Posted. this Is A Sources Sought Request Notice (hereinafter Notice). This Is Not A Solicitation For Proposals, Proposal Abstracts, Request For Bids Or Quotations, Nor, A Promise To Issue A Solicitation In The Future. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. Responses To This Notice Will Assist The Government In Determining The Appropriate Acquisition Method And Determining Interest And Capability Of Potential Vendors For This Type Of Requirement. The Internal Revenue Service (irs), Office Of Procurement Is Issuing This Notice To Identify Qualified And Responsible Businesses Within Sba's 8(a) Program That Can Meet This Requirement And Identify Any Barriers To Entry. See Attached A Draft Performance Work Statement (pws). this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. All Costs Associated With Responding To This Notice Are Solely At The Responding Party's Expense. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission Of Responses To This Notice Or The Government Use Of Such Information. This Notice Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Into Negotiations To Award A Contract. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract Or Agreement. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. The Government Will Not Be Obligated To Pursue Any Acquisition Alternative As A Result Of This Notice. Responses To The Notice Will Not Be Returned. the Government Reserves The Right To Use Information Provided In Response To This Notice By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Interested Parties Are Solely Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Developing Its Acquisition Strategy And Statement Of Work/statement Of Objectives And Performance Specifications. The Government May Use The Responses To This Rfi In Developing A Procurement Strategy. The Government Will Weigh The Capability, Quality And Expected Lifecycle Of The Proposed Solutions, Technical Environment, Flexibility And Adaptability To Future Needs, The Quality Of The Implementation Plan, Time To Implement, Total Cost Of Ownership Of The System, And The Level Of Risk In Consideration Of The Formal Procurement Strategy. Further, The Government May Contact The Vendor For Additional Information Regarding The Information Submitted As Part Of This Market Research Effort. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation If One Is Issued. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Sam.gov/gsa Ebuy. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. scope ea Requires Cloud Architecture And Design Support To Enable It To Modernize Irs Data, Applications, And Services Across Service And Deployment Models. Maintaining A Cloud Infrastructure Will Reduce Fixed Investment, Minimize The Risks Of Aging Hardware, And Improve Scalability And Elasticity. The Expansion To Private And Hybrid Cloud Will Support Long-term And Emergent Business Requirements For Enterprise It Orchestration And Service Management. Irs Systems Must Accommodate Heavy Demand During Peak Times, Resulting In The Critical Need For Both Infrastructure Scalability And Flexibility. The Overall Objective Is To Enable The Modernization Of Workloads And Applications In The Cloud As Well As Provide Comprehensive Cloud Modernization Planning Services. the Contractor Support Will Enable Alignment To The 2-year Cloud Transition Strategy, Ea’s Vision, Target State Enterprise Architecture, Enterprise Architecture Roadmap (ear), Irs Modernization Plan And The Ira Strategic Operating Plan, Enabling Ea To Achieve Cloud Modernization And Transformation Objectives. ea Requires Contractor Support To Develop Define, Update, And Communicate Ea Strategic Plans And Initiatives That Meet Objectives In Support Of Internal And External Stakeholders. The Contractor Shall Provide Support And Services In The Following General Areas: cloud Architecture And Design (cad) digital Disruption Support Services cloud Customer Engagement And Communication architecture Standards And Modernization the Contractor Shall Produce Work Products/deliverables That Conform To, And Integrate With, Existing Irs Standards And Guidelines. The Contractor Shall Conform To All Irs Security And Disclosure Policies. *** Prospective Vendors Are Encouraged To Review The Attached Draft Performance Work Statement (pws) For An Overview Of The Scope And Objectives Of This Requirement. Please Note That The Pws Is Subject To Change Based Upon The Feedback And Insights Gathered Through This Rfi. *** responding To This Rfi sources Able To Satisfy The Requirements Detailed In The Pws Are Invited To Submit Information Describing Their Capabilities. Please Limit Submissions To A Maximum Of 15 Pages (including Cover Page, White Paper Response, Diagrams, Photos, Etc.). Responses Received By The Government Exceeding The 15-page Limit Will Not Be Reviewed Beyond The First 15 Pages. Responses Shall Be Provided In Microsoft Word Or Adobe Pdf Format, Using 11 Font Size And 8.5 X 11-inch Pages. No Hard Copies Will Be Accepted. submissions Shall Be Received At Irs Via Email To Davida.e.patton@irs.gov, No Later Than 12:00pm Est Tuesday, March 4, 2025. Early Submissions Are Encouraged. Irs Reserves The Right To Review Late Submissions, However, There Is No Guarantee Of Review Of Late Submissions. please Include The Rfi Title “rfi Response To Ea 4365- (company Name)” In The Subject Line Of Your Email And Provide Electronic Submission (word Or Pdf) Of Your Response. responses Shall Include The Information Requested Below. the Cover Page (one Page Maximum) Shall Include The Following Information: company Information And Single Point Of Contact (name, Title, Contact Information) sam.gov Unique Entity Identifier (uei) addresses- Mailing, Website, Social Media brief Overview Of The Company number Of Employees business Type, Naics Code(s), Company Size (other Than Small, Small Business, Service-disabled Veteran Owned Small Business (sdvosb), Etc.) list Of Any Gsa, Nasa Sewp, Gwac Contracts Or Other Federal Contracts Similar To This Requirement in Addition To The Cover Page, The Government Requests Responses To The Questions Provided In The Attachment “rfi Questions”. Prospective Vendors Shall Limit The Responses To The Rfi Questions And Any Supplemental Documentation, Such As Diagrams, Photos, Attachments, Testimonials To A Maximum Of 15 Pages. any Company Proprietary Information, Performance Capabilities, And/or Future Modifications Should Be Clearly Identified And Marked; Please Segregate Proprietary Information. Please Be Advised That All Submissions Are Confidential Between The Company And The Government, Shall Be Deemed Government Property, And Will Not Be Returned. questions Relative To The Rfi all Questions Regarding This Rfi Shall Be Received At Irs Via Email At Davida.e.patton@irs.gov, And Due No Later Than 5:00pm Est Friday, February 21, 2025. All Answers To The Questions Will Be Posted Via This Publication On Sam.gov/gsa Ebuy. terms & Conditions this Rfi Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. All Costs Associated With Responding To This Rfi Are Solely At The Responding Party's Expense. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Further, The Government May Contact The Vendor For Additional Information Regarding The Information Submitted As Part Of This Market Research Effort. Any Organization Responding To This Rfi Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Government Point Of Entry Or Other Similar Source (e.g., Gsa E-buy). However, Responses To This Rfi Will Not Be Considered Adequate Responses To A Solicitation. responses To This Rfi Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract Or Agreement. The Government Will Not Be Obligated To Pursue Any Particular Acquisition Alternative As A Result Of This Rfi. Responses To The Rfi Will Not Be Returned. Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitation If One Is Issued. the Government Reserves The Right To Contact Some, All Or None Of The Responding Vendors For Further Discussions Regarding The Rfi Response. The Irs Will Reach Out To The Point Of Contact Listed On The Response Should We Choose To Contact Any Vendor(s). This Discussion Is For Clarification Or For Further Information Gathering. This Exchange Should Not Be Misconstrued As The Governments Interest To Pursue Or Enter Into Any Contractual Agreement Or Obligation.

Jawaharlal Nehru University - JNU Tender

Services
Software and IT Solutions
Eprocure
India
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Description: Upgradation, Migration Of Cms Based Jnu Website ( Https//jnu.ac.in ) From Drupal Version 8.9.8 To 10/latest Stable Version

Indian Space Research Organisation - ISRO Tender

Goods
Paints and Enamels...+1Publishing and Printing
Eprocure
India
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
Description: Tender For Markers Lab Posters And For More Details Refer Our Website Https//eproc.isro.gov.in

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description Contract Id No. : 24he0240 (re-bid) Contract Name : Convergence And Special Support Program – Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Flood Mitigation Structures Protecting Major/strategic Public Building/facilities – Construction Of Revetment Wall Along Mananga River (left Side) At Sitio Burlas, Barangay Lagtang, Talisay City, Cebu Location Of Contract : Cebu Province Cebu 1st District Engineering Office (formerly Cebu 2nd District Engineering Office) Biasong, Talisay City, Cebu Invitation To Bid February 18, 2025 The Department Of Public Works And Highways Cebu 1st District Engineering Office (formerly Cebu 2nd District Engineering Office), Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Contract Stated Herein. The Department Of Public Works And Highways Cebu 1st District Engineering Office, Biasong, Talisay City, Cebu Now Invites Bids For The Project Below: Contract Id 24he0240 (re-bid) Contract Name Convergence And Special Support Program – Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Flood Mitigation Structures Protecting Major/strategic Public Building/facilities – Construction Of Revetment Wall Along Mananga River (left Side) At Sitio Burlas, Barangay Lagtang, Talisay City, Cebu Project Description Construction Of Revetment Wall Approved Budget For The Contract Php 96,500,000.00 Source Of Funds Fy 2024 General Appropriations Act, R.a. 11975 Unprogrammed Appropriations (ua) Contract Duration 283 Calendar Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Of 75% Filipino-owned Partnership/corporation With Pcab License B; Size Range Medium A, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance/downloading Of Bidding Documents February 18, 2025 To March 10, 2025 Hard Copies At Bac Secretariat/procurement Office, Dpwh Cebu 1st District Engineering Office, Biasong, Talisay City, Cebu. Downloanable From Dpwh Website Www.dpwh.gov.ph And Philgeps Website Www.philgeps.gov.ph 2. Pre-bid Conference February 26, 2025 @ 10:00 Am. Bac Secretariat/procurement Office, Dpwh Cebu 1st District Engineering Office, Biasong, Talisay City, Cebu. Online Streaming Of Pre-bid Conference Will Be Seen At Youtube Account: Livestream_cebu2nd@dpwh.gov.ph 3. Receipt By The Bac Of Bids Deadline: March 10, 2025 @ 10:00 A.m. Bac Secretariat/procurement Office, Dpwh Cebu 1st District Engineering Office, Biasong, Talisay City, Cebu 4. Opening Of Bids Deadline: March 10, 2025, Right After The Contract Profile Eligibility Processing Bac Secretariat/procurement Office, Dpwh Cebu 1st District Engineering Office, Biasong, Talisay City, Cebu Bidders Shall Pay The Bac An Applicable Fee Of Php5,000.00 For Projects Costing Above Php 1 Million Up To Php 5 Million, Php10,000.00 For Projects Costing Above Php 5 Million Up To Php 10 Million, Php25,000.00 For Projects Costing Above Php 10 Million Up To Php 50 Million And Php50,000.00 For Projects Costing Above Php 50 Million Up To Php 500 Million. It May Also Be Downloaded Free Of Charge From 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. 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. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (email Address: Electronicbids_cebu2@dpwh.gov.ph) For Electronic Submission On Or Before March 10, 2025 Until 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. The Department Of Public Works And Highways, Cebu 1st District Engineering Office (formerly Cebu 2nd District Engineering Office) Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The 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. Any Request For Additional Information Concerning This Bidding Shall Be Directed To The Following: Roy M. Alvizo Lalaine D. Causin Bac Chairperson Procurement Head/bac Secretariat Head Department Of Public Works And Highways Department Of Public Works And Highways Cebu 1st District Engineering Office Cebu 1st District Engineering Office (formerly Cebu 2nd District Engineering Office) (formerly Cebu 2nd District Engineering Office) Biasong, Talisay City, Cebu Biasong, Talisay City, Cebu (032) 234-5606 (032) 367-8507 Email Address: Lalainedacuba1@yahoo.com Approved By: Roy M. Alvizo Bac Chairperson

Department Of Agriculture Tender

Agriculture or Forestry Works
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 2.6 Million (USD 44.9 K)
Details: Description Invitation To Bid For The Procurement Of 52 Heads Carabao Under Organic Agriculture Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Organic Agriculture Program Intends To Apply The Sum Of Two Million Six Hundred Thousand Pesos (ᵽ2,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 52 Heads Carabao Under Organic Agriculture Program Fy 2025 With Project Identification No.: Itb-2025-02-172. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. Quantity Unit Item Description Total Cost Carabao Specifications: 52 Head Caraheifer 2,600,000.00 At Least 36 Months But Not More Than 72 Months Old At Least 180 Kg Body Weight; Dewormed And Vaccinated Against Hemosep 2 Weeks To 1 Month Prior To Delivery And Certified By Government Veterinarian Negative Fecalysis Result (fluke), Tested Surra-free, Brucella-free From Bai/raddl Valid Negative Test Results For Surra, Brucellosis And Tuberculosis From Bai/raddl And Certification Of Vaccination With Anti-hemorrhagic Septicemia Should Be Presented One (1) Month Before The Delivery Good Physical Condition With No Congenital Abnormalities, Physical Defects And Deformities; Apparently Healthy And Free From Any Diseases; Note: Any Defects/injury/mortality Within 7 Days Should Be Replaced Within One (1) Month Upon Delivery With 100 % Available Stocks During Post-qualification Place Of Delivery: Gen. Emilio Aguinaldo, Cavite Kalayaan, Laguna Sto. Tomas City, Batangas Sariaya, Quezon Panukulan, Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid 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 (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 26, 2025 1:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before March 10, 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. Bid Opening Shall Be On March 10, 2025 1:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva 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: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 18, 2025 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee

Municipality Of Lucban, Quezon Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 1.2 Million (USD 22.2 K)
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Lucban Invitation To Bid For Rehabilitation / Improvement Of New Municipal Building, Brgy. Kulapi, Lucban, Quezon 1. The Municipal Government Of Lucban, Through The General Fund, Approved Budget Of 2025, Intends To Apply The Sum Of One Million Two Hundred Eighty-five Thousand One Hundred Three Pesos & Thirteen Centavos Only (p 1,285,103.13) Being The Abc To Payments Under The Contract Rehabilitation / Improvement Of New Municipal Building, Brgy. Kulapi, Lucban, Quezon / 100-8751-25-0412. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Municipal Government Of Lucban, Through The General Fund, Approved Budget Of 2025 Intends To Apply The Sum Of One Million Two Hundred Eighty-five Thousand One Hundred Three Pesos & Thirteen Centavos Only (p 1,285,103.13) And The Name/identification Number Of Contracts For Each Contract Rehabilitation / Improvement Of New Municipal Building, Brgy. Kulapi, Lucban, Quezon. The Identification Number Of The Contract Is 100-8751-25-0412 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Lucban Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipal Government Of Lucban And Inspect The Bidding Documents At The Address Given Below From 08:00 A.m. To 05:00 P.m., Monday To Friday Excluding Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18 To March 10, 2025 From Given Address Municipal Administrator’s Office, 2nd Floor, Municipal Building, Lucban, Quezon And Website/s Below (not Applicable): 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. 6. The Municipal Government Of Lucban Will Hold A Pre-bid Conference On (february 26, 2025) 01:30 Pm At Dilg Conference Room, 3rd Floor Of Lucban Municipal Building And/or Through Videoconferencing/webcasting Via (not Applicable), Which Shall Be Open To Prospective Bidders. Only Those Who Participated In The Pre-bid Conference Will Be Allowed To Submit Their Bid Documents. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Municipal Administrator’s Office, 2nd Floor, Municipal Building, Lucban, Quezon On Or Before March 10, 2025, 10:30 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 10, 2025, 10:30 A.m. At The Given Address Below Dilg Conference Room, 3rd Floor, Municipal Building, Lucban, Quezon And/or Through [insert Website, Application, Or Technology To Be Used (not Applicable). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Municipal Government Of Lucban 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: Bac Secretariat Office Of The Municipal Administrator Quezon Ave Cor Rizal Avenue +6342-540-1277 Lgulucbanbac2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [if Applicable] For Online Bid Submission: (not Applicable) ________________________________ Atty. Socorro Jane D.m. Averia Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 9.8 Million (USD 171.1 K)
Details: Description 25ae0062: Basic Infrastructure Program (bip) - Construction Of Multi-purpose Building (bacnotan Technical-vocational Institute And Assessment Center), Brgy. Nagsimbaanan, Bacnotan, La Union Republic Of The Philippines Department Of Public Works And Highways La Union 1st District Engineering Office Region I Brgy. Lingsat, San Fernando City, La Union Invitation To Bid For 25ae0062: Basic Infrastructure Program (bip) - Construction Of Multi-purpose Building (bacnotan Technical-vocational Institute And Assessment Center), Brgy. Nagsimbaanan, Bacnotan, La Union 1. The Dpwh La Union 1st District Engineering Office, Through Gaa Fy 2025 Intends To Apply The Sum Of Php 9,899,929.76 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ae0062: Basic Infrastructure Program (bip) - Construction Of Multi-purpose Building (bacnotan Technical-vocational Institute And Assessment Center), Brgy. Nagsimbaanan, Bacnotan, La Union. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh La Union 1st District Engineering Office, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 212 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 Dpwh La Union 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm, Dpwh La Union 1st District Engineering Office. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18 - 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 Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 7. The Dpwh La Union 1st District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025, 10:00 Am At Conference Room, Dpwh La Union 1st Deo And/or Through Videoconferencing/webcasting Via Youtube Live: @dpwh.launion.1stdeo 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, Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before March 11, 2025 10:00 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 16. 10. Bid Opening Shall Be On March 11, 2025, 10:00am At The Given Address Below And/or Youtube Live: @dpwh.launion.1stdeo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Dpwh La Union 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. 12. For Further Information, Please Refer To: Bac Chairperson : Engr. Maria Lucia N. Runes Address : Dpwh La Union 1st Deo, Lingsat, San Fernando City, La Union Telephone No. : (072) 700-2938 Bac Secretariat Head : Engr. Loribeth-ann I. Cepriaso-garcia Address :dpwh La Union 1st Deo, Lingsat, San Fernando City, La Union Telephone No. : (072) 700-2938 Email Address : Dpwh.launion1@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/ Dpwh Website For Online Bid Submission: Electronicbids_launion1@dpwh.gov.ph February 18 - 24, 2025 Maria Lucia N. Runes Bac Chairperson
7321-7330 of 10000 active Tenders