Website Tenders
Website Tenders
City Of Caloocan Tender
Food Products
Philippines
Details: Description 18 February 2025 Invitation To Bid For The Supply And Delivery Of Meals For The "anak Ko, Sagot Ko" Parenting Seminar Of The Office Of The City Mayor (subject To Framework Agreement) 1. The City Of Caloocan, Using A Framework Agreement, Through The General Fund Of The 2025 Annual Executive Budget Under The Sangguniang Panglungsod Ordinance No. 1121 S. 2024 , Intends To Apply The Sum Of Three Million Nine Hundred Sixty Eight Thousand Four Hundred Pesos (₱3,968,400.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Meals For The "anak Ko, Sagot Ko" Parenting Seminar Of The Office Of The City Mayor (subject To Framework Agreement). Bids Received In Excess Of The Total Cost Per Item Shall Be Automatically Rejected. 2. The City Of Caloocan Now Invites Bids For Supply And Delivery Of Meals For The "anak Ko, Sagot Ko" Parenting Seminar Of The Office Of The City Mayor (subject To Framework Agreement). Delivery Of Goods Is Required Within The Period Specified On The Call-off From The Date Of Receipt Thereof. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From The City Of Caloocan And Inspect The Bidding Documents At The Address Given Below During Office Hours: Bac Secretariat/ Procurement Office Office Of The Bids And Awards Committee 7th Floor Caloocan City Hall 8th St. Cor. 8th Ave. Grace Park, Caloocan City Telephone Number: 5310-2702/8288-8811 Local 2218 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting 18 February 2025 From The Address Above And Upon Payment Of The Bidding Documents In The Amount Of Five Thousand Pesos ( ₱5,000.0). 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The City Of Caloocan Will Hold A Pre-bid Conference On 26 February 2025 At 09:30am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. 9. Submission Of Bids Shall Be On Or Before 12 March 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. Opening Of Bids Shall Be On The Same Day, 12 March 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. 11. The Procuring Entity Reserves The Right To Reject The Bid, Not To Award The Contract Or Declare A Failure Of Bidding At Any Time Prior To Contract Award, Without Thereby Incurring Any Criminal, Civil, Or Administrative Liability, Regardless Of The Outcome Of The Bidding Process. Atty. Christian Niño A. Diaz, Cese Chairman, Bids And Awards Committee
Closing Date12 Mar 2025
Tender AmountPHP 3.9 Million (USD 68.5 K)
City Of Tacurong Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description City Government Of Tacurong Invitation To Bid For Design And Build Of Progressive Construction Of Multi-purpose Building For Social Services Center 1. The City Government Of Tacurong, Through The 20% Development Fund 2025 Intends To Apply The Sum Of Twenty Million Pesos (20,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Civil Works With Project Id No. 2025-cw-005. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Tacurong Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 150 Calendar Days Upon The Issuance Of Ntp. 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 City Government Of Tacurong And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 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 (p25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person With Photocopy. 6. The City Government Of Tacurong Will Hold A Pre-bid Conference On February 25, 2025, 1:30 Pm At 2nd Floor, Bac Conference Room, New Executive Building, 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, 01:30 Pm. 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, 01:30 Pm At The 2nd Floor, New Executive Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Tacurong 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: Nelzar B. Arsenio Bac - Secretary Bac Office, 2/f City Hall Building (064) 562-0128 Bidding Documents Will Be Released By: Engr. Catherine E. Leguro, Mpa Head – Technical Working Group Bac Office, 2/f City Hall Building Catleg20@yahoo.com (064) 562 - 0128 ___________________________________ Sgd. Ramon B. Losañes Bac - Vice-chairman Posting Date: February 18, 2025 – March 11, 2025
Closing Date11 Mar 2025
Tender AmountPHP 20 Million (USD 345.6 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2024 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 24ob0542 Name Of Contract : Construction (completion) Of Multi-purpose Building (the Social Welfare And Development Center For Asia And The Pacific), Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 129,349,863.04 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. 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 Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 - 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 Specified In Each Contract 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 Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, 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_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 11, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Noted: Eduardo B. Del Rosario Aristotle B. Ramos Chief, Construction Section District Engineer Bac Chairman
Closing Date11 Mar 2025
Tender AmountPHP 129.3 Million (USD 2.2 Million)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways-regional Office I, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 154,400,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Preventive Maintenance - Primary Roads, Rabon-damortis Rd - K0404 + (-920) - K0404 + (-841), K0404+ (778) - K0404 + 332, 3 K0404 + 332-k0404 + 734, K0404 + 755 - K0404 + 809, K0404 +809 - K0405 +353, K0405+384 - K0407 + 056 With Contract Id No. 25a00445. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways-regional Office I, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 94 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 A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways-regional Office I And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 10, 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 50,000.00. 7. The Department Of Public Works And Highways-regional Office I Will Hold A Pre-bid Conference On February 25, 2025 @ 10:00 Am At 2nd Floor, Conference Room Of Dpwh-regional Office I, City Of San Fernando, La Union And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube Https://youtube.com/@dpwh.ro.1, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_r1@dpwh.gov.ph On Or Before March 10, 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 10, 2025 @ 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube: Https://youtube.com/@dpwh.ro.1. 11. The Department Of Public Works And Highways-regional Office I 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: Dave D. Delizo Bac Secretariat Head Dpwh-regional Office I Aguila Road, City Of San Fernando, La Union Tel. No.: (072) 242-9351/ 242-9388 Email Address: Delizo.dave@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh And Philgeps Website For Online Bid Submission: Electronicbids_r1@dpwh.gov.ph February 18, 2025 Clarence B. Rimando Bac Chairman
Closing Date10 Mar 2025
Tender AmountPHP 154.4 Million (USD 2.6 Million)
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 1/unit Ph Meter A.ph: Working Range: At Least 1.000 To 14.000 B.ph Resolution/readability: At Least 0.01 C.inputs: Ph Electrode Bnc D.display: Lcd E.connectivity: Bnc Power Ac Adapter: 230v, 60hz Country Of Origin: Us, Europe, Japan General Requirements: Provide Cetificate/certification 1.power: 220-230vac, 60hz Single Phase 2.brand New 3.presence Of Brand/manufacturer In Two (2) Of The Following: North America, Eastern Eu, Japan 4.three (3) Years Warranty For Parts And Service 5.semi-annual Preventive Maintenance With Calibration Within Warranty Period 6. One Soft And Three Hard Copies Of Operation And Service Manuals 7. Proof Of Conformity To Quality Standards (certificate Of Iso Of The Manufacturer Or Certificate Of Ce Or Ul Of The Product) Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 1/unit Ph Meter A. Ph: Working Range: At Least 1.000 To 14.000 B. Ph Resolution/readability: At Least 0.01 C. Inputs: Ph Electrode Bnc D. Display: Lcd E. Connectivity: Bnc Power Ac Adapter: 230v, 60hz Country Of Origin: Us, Europe, Japan General Requirements: Provide Cetificate/certification 1. Power: 220-230vac, 60hz Single Phase 2. Brand New 3. Presence Of Brand/manufacturer In Two (2) Of The Following: North America, Eastern Eu, Japan 4. Three (3) Years Warranty For Parts And Service 5. Semi-annual Preventive Maintenance With Calibration Within Warranty Period 6. One Soft And Three Hard Copies Of Operation And Service Manuals 7. Proof Of Conformity To Quality Standards (certificate Of Iso Of The Manufacturer Or Certificate Of Ce Or Ul Of The Product) 60,000.00 Delivery Period: 90 Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
Closing Soon3 Mar 2025
Tender AmountPHP 60 K (USD 1 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0112 Name Of Contract : Replacement Of Permanent Weak Bridge - Pateros Br. (b01843lz) Along Pateros-mckinley Rd Location : Pateros, Metro Manila Scope Of Works : Bridges: Construction - Concrete (superstructure) - With Cast-in-place Piles Approved Budget For The Contract : Php 96,499,012.78 Contract Duration : 330 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 25ob0248 Name Of Contract : Construction Of Multi-purpose Building, Nueve De Febrero Street, Barangay Mauway, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,963.43 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 25ob0253 Name Of Contract : Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads - Ortigas Ave. - K0010+286 - K0011+547 Location : Mandaluyong City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 48,999,275.54 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B D) Contract Id No. : 25ob0308 Name Of Contract : Construction (completion) Of Nacida Incubator Facility Including Site Development, Barangay Concepcion Dos, Phase Iv Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 98,999,086.37 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B E) Contract Id No. : 25ob0309 Name Of Contract : Construction (completion) Of Bureau Of Fire Protection And Pnp Building At City Hall Complex Barangay Plainview, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 67,549,999.99 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B F) Contract Id No. : 25ob0310 Name Of Contract : Construction (completion) Of Senate President Neptali Gonzales General Hospital At Barangay Mauway Package 7, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 96,499,939.05 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B G) Contract Id No. : 25ob0318 Name Of Contract : Rehabilitation Of Road Network And Drainage System At Mrr Street, Brgy. Pineda, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 44,494,528.47 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B H) Contract Id No. : 25ob0323 Name Of Contract : Completion Of Barangay Parang Materials Recovery Facility, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 34,647,224.56 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B I) Contract Id No. : 25ob0335 Name Of Contract : Construction Of Multi-purpose Building In Rizal High School, Pasig City (phase 1) Location : Pasig City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 98,999,822.29 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B J) Contract Id No. : 25ob0350 Name Of Contract : Construction Of Multi Level Purpose Building, Barangay Vergara, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 74,249,999.55 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B K) Contract Id No. : 25ob0351 Name Of Contract : Construction Of Multi Level Purpose Building, Plainview Elementary School, Barangay Plainview, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - High Rise - Concrete (frame) - Cast-in-place Piles (6 And Above Storeys) Approved Budget For The Contract : Php 78,399,932.59 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B L) Contract Id No. : 25ob0353 Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Wackwack Package 7, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 98,999,933.33 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B M) Contract Id No. : 25ob0354 Name Of Contract : Construction (completion) Of Multi Level Building At Andres Bonifacio Integrated School, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 59,399,996.03 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B N) Contract Id No. : 25ob0355 Name Of Contract : Construction Of Multi Storey Building At Plainview Elementary School Package 1, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - High Rise - Concrete (frame) - Cast-in-place Piles (6 And Above Storeys) Approved Budget For The Contract : Php 98,999,611.71 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B O) Contract Id No. : 25ob0356 Name Of Contract : Construction Of Multi-purpose Building, National Language Skills Center, Tesda Complex, Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 98,990,525.72 Contract Duration : 330 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B P) Contract Id No. : 25ob0357 Name Of Contract : Construction Of Multi-purpose Building, Saniboy St., Barangay Hulo, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 69,299,654.69 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Q) Contract Id No. : 25ob0362 Name Of Contract : Construction Of Building At Nueve De Febrero Elementary School, Barangay Addition Hills, Mandaluyong City (phase 1) Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 98,999,405.93 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B R) Contract Id No. : 25ob0376 Name Of Contract : Construction Of Multi Purpose Bldg. (covered Court) Phase 2, Nayon Ng Kabataan, Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,990.66 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B S) Contract Id No. : 25ob0379 Name Of Contract : Construction Of Multi-purpose Building (covered Court & Offices) At Nayon Ng Kabataan Dswd At Barangay Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,996.81 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B T) Contract Id No. : 25ob0398 Name Of Contract : Rehabilitation Of Multi-purpose Building (star Gym), Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 39,599,820.26 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B U) Contract Id No. : 25ob0405 Name Of Contract : Rehabilition Of Multi-purpose Building, Barangay Fortune Q Civic Center, Barangay Fortune, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 39,599,301.51 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B V) Contract Id No. : 25ob0408 Name Of Contract : Construction Of National Building, Brgy. Rosario, Pasig City (phase 1) Location : Pasig City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 98,999,986.10 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B W) Contract Id No. : 25ob0439 Name Of Contract : Rehabilitation Of Tesda Women's Center Buildings, Tesda Central Office Compound, Western Bicutan, Taguig City (phase 1) Location : Taguig City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 39,599,353.67 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B X) Contract Id No. : 25ob0445 Name Of Contract : Construction/rehabilitation Of Barangay Tumana Water System, Barangay Tumana, Marikina City Location : City Of Marikina Second District Scope Of Works : Water Supply (level 2 & 3): Construction (piped Water With Communal/private Water Point) Approved Budget For The Contract : Php 98,999,909.76 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. 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 Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 - 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 Specified In Each Contract 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 Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, 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_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 11, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Noted: Eduardo B. Del Rosario Aristotle B. Ramos Chief, Construction Section District Engineer Bac Chairman
Closing Date11 Mar 2025
Tender AmountPHP 98.9 Million (USD 1.7 Million)
BARANGAY BALIWAGAN, BALAMBAN, CEBU Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Balamban Barangay Lamesa Office Of The Bids And Awards Committee Invitation To Bid For: Barangay Lamesa Of The Municipality Of Balamban, Through The Various Sources Of Funds, Intends To Apply The Sum Of And To Payments Under The Contracts To Wit: Name Of Project Source Of Funds Abc 1. Barangay Road Concrete Shouldering - 555,845.00 Sitio Kalubihan - Lamesa, Balamban, Cebu Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Barangay Lamesa Of The Municipality Of Balamban, Now Invites Bids For The Supply Of Construction Materials. Delivery Of Goods Is Required 30 Days After The Issuance Of The Notice Of Award. Bidders Should Have Completed, Within 15 Calendar Days 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. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Right Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From The Municipality Of Balamban And Inspect The Bidding Documents At The Address Given Below During 8:00 Am- 12:00 Am And 1:00 Pm- 5:00 Pm, Monday To Friday Only. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 19, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos Only (₱ 1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Must Be Delivered To The Address Below On Or Before February 28, 2025 At 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 28, 2025, 1:00 Pm At The Office Of The Lamesa, Balamban, Cebu. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Acceptable. Barangay Lamesa Of The Municipality Of Balamban 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. For Further Information, Please Refer To: Justino R. Alex Chairman, Bac Barangay Lamesa, Balamban, Cebu Barangay Road Conrete Shouldering Qty Unit Description 870 Bags Premium Cement 50 Cu.m W-sand 96 Cu.m ¾ Gravel 17 Lngths Corr. Def. Bar 10mm Dia. 41 Lngths Coco Lumber (2”x6”x10ft.) 20 Pcs Construction Pail / Balde (big) 8 Pcs Hacksaw Blade 8 Kls Cw-nails #.2 ½”
Closing Soon28 Feb 2025
Tender AmountPHP 555.8 K (USD 9.6 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways-regional Office I, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 114,310,040.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Construction Of Bridge Connecting Bolinao To Santiago Island, Bolinao, Pangasinan (package 2) With Contract Id No. 25a00306. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways-regional Office I, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 270 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 B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways-regional Office I And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 10, 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 50,000.00. 7. The Department Of Public Works And Highways-regional Office I Will Hold A Pre-bid Conference On February 25, 2025 @ 10:00 Am At 2nd Floor, Conference Room Of Dpwh-regional Office I, City Of San Fernando, La Union And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube Https://youtube.com/@dpwh.ro.1, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_r1@dpwh.gov.ph On Or Before March 10, 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 10, 2025 @ 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube: Https://youtube.com/@dpwh.ro.1. 11. The Department Of Public Works And Highways-regional Office I 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: Dave D. Delizo Bac Secretariat Head Dpwh-regional Office I Aguila Road, City Of San Fernando, La Union Tel. No.: (072) 242-9351/ 242-9388 Email Address: Delizo.dave@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh And Philgeps Website For Online Bid Submission: Electronicbids_r1@dpwh.gov.ph February 18, 2025 Clarence B. Rimando Bac Chairman
Closing Date10 Mar 2025
Tender AmountPHP 114.3 Million (USD 1.9 Million)
City Of Cabanatuan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Furnishing Of Labor And Materials For The Repair-improvement Of Bahay Pag-asa Administrative Bldg. & Mess Hall @ Brgy. Kalikid Sur, Cabanatuan City I.b. No. 2025-02-pb-infra-0019 1. The Lgu-cabanatuan City, Through The General Fund Fy 2025 Intends To Apply The Sum Of Nine Hundred Ninety-nine Thousand Nine Hundred Ninety-six Pesos And 89/100 (₱ 999,996.89) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Furnishing Of Labor And Materials For The Repair-improvement Of Bahay Pag-asa Administrative Bldg. & Mess Hall @ Brgy. Kalikid Sur, Cabanatuan City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-cabanatuan City Now Invites Bids For The Above-mentioned Project. Completion Of The Works Must Be Accomplished Within Fifty-two (52) 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 4. Interested Bidders May Obtain Further Information From Lgu-cabanatuan City And Inspect The Bidding Documents At The Address Given Below From 9:00am To 12:00noon And 1:00pm To 4:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 18 February 2025 From 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 One Thousand Pesos (₱ 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees. 6. The Lgu-cabanatuan City Will Hold A Pre-bid Conference1 On 26 February 2025 At 2:00 Pm At The Conference Room, City Mayor’s Office, City Hall Bldg., Kapt. Pepe Subd., Cabanatuan City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 11 March 2025 At 9:30 Am. Late Bids Shall Not Be Accepted. 8. The Amount Of Bid Must Be Rounded Off Into Two (2) Decimal Places In Excel Value Format. This Should Be Consistently Applied To All Bids In Order To Ensure Fair And Competitive Bid Evaluation. 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 11 March 2025 At 10:00 Am At Conference Room, City Mayor’s Office, City Hall Bldg., Kapt. Pepe Subd., Cabanatuan City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Lgu-cabanatuan City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 34.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Office Bids And Awards Committee 2f City Government Building Phase Ii, Kapt. Pepe Subd., Cabanatuan City E-mail Address: Emnbacsecretariat@gmail.com 13. You May Visit The Website/s: For Downloading Of Bidding Documents: Https://www.philgeps.gov.ph/ Gener Dc. Payumo Bac Chairman February 17, 2025 ____________________ 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference.
Closing Date11 Mar 2025
Tender AmountPHP 999.9 K (USD 17.2 K)
City Of Baguio Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid Proposed Rehabilitation Of Shangrila 2 Production Well 1. The Baguio Water District (bwd), Through The Bwd 2025 Corporate Operating Budget, Intends To Apply The Sum Of Nine Million Three Hundred Eighty-nine Thousand Three Hundred Seventy-three Pesos And Seventy-seven Centavos (php9,389,373.77) Inclusive Of All Applicable Taxes, Being The Approved Budget For The Contract (abc) For Payments Under The Contract Proposed Rehabilitation Of Shangrila 2 Production Well. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Baguio Water District, Through Its Bids And Awards Committee (bac), Now Invites Bids For The Proposed Rehabilitation Of Shangrila 2 Production Well. The Contract Duration Is Ninety-five (95) Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To This Bidding. The Description Of An Eligible Bidder Is Contained In Volume 1 Of The Bidding Documents Particularly, In Section I (instruction 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 No. (ra) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From The Bwd-bac And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours (8:00 Am To 5:00 Pm). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 18, 2025 To March 09, 2025 On Weekdays Only (8:00 Am – 5:00 Pm), Except On Holiday, And On March 10, 2025 (8:00 Am – 10:00 Am) From The Given Address Below And Upon Payment Of The Applicable Non-refundable Fee For The Bidding Documents In The Amount Of Php10,000.00 According To The Latest Guidelines Issued By The Gppb. The Bidding Documents May Also Be Downloaded Free Of Charge From The Websites Of The Philippine Government Electronic Procurement System (philgeps) And Bwd Provided That Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Bwd-bac Will Hold A Pre-bid Conference On February 26, 2025 At 9:00 Am Through Video Conferencing Via Zoom Application With Meeting Id: 452 718 8447 And Password: 9buvqr, Which Shall Be Open To Prospective Bidders. 7. Sealed Bids Must Be Duly Received By The Bwd-bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 10, 2025 Not Later Than 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On March 10, 2025 At 10:00 Am Via Video Conferencing Using Zoom Application, And Details Will Be Sent To The Bidder’s Respective Email Address. Bids Will Be Opened In The Presence Of The Participating Bidders’ Representatives Who Choose To Attend The Activity. 10. Bwd Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. 11. Bwd Reserves The Right To Accept Or 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Secretariat, Bids And Awards Committee Baguio Water District 003 Purok Bwd, Brgy. Marcoville, Utility Road, Baguio City Bwd.bac2021@gmail.com Tel. Nos. 074 442-3456 / 074 444-7230 13. You May Visit The Following Websites: For Viewing Or Downloading Of Bidding Documents: Https://philgeps.gov.ph/ Https://baguiowaterdistrict.gov.ph/bids-corner/ -signed- Atty. Ma. Luisa C. Tenedero Chairperson, Bids And Awards Committee Approved By: -signed- Engr. Salvador M. Royeca General Manager
Closing Date10 Mar 2025
Tender AmountPHP 9.3 Million (USD 162.2 K)
7331-7340 of 10000 active Tenders