Website Tenders

Website Tenders

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Introduction the Naval Air Systems Command (navair) Program Executive Offices (peo) For Assault (a) And Unmanned Aviation And Strike Weapons (u&w) Along With The United States Navy, Marine Corps, Air Force And The Coast Guard Seek Sources To Provide Performance Based Logistics (pbl) For The Rolls-royce Corporation Commercial Ae1107c, Ae2100d, And Ae3007h Engines. Consolidation Is Being Considered. this Announcement Constitutes A Sources Sought Notice. This Sources Sought Is Issued As Market Research Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Sources Sought Does Not Commit The Government To Award A Contract Or Contracts As A Result Of This Announcement. These Requirements Are Subject To Change And The Information Provided Below Is For Informational Purposes Only. The Final Requirement Will Be Defined Under A Formal Rfp. Further, Navair Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals For These Requirements. Respondents Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. All Costs Associated With Responding To This Sources Sought Will Be Solely At The Expense Of The Interested Party. Not Responding To This Sources Sought Does Not Preclude Participation In Any Future Rfp, If Issued. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. It Is The Responsibility Of The Potential Offeror(s) To Monitor This Website For Additional Information Pertaining To This Requirement. disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. background the Requirement Encompasses All Product Support Required To Sustain The Ae1107c, Ae2100d, And Ae3007h Engines At Operational, Training, And Test Sites Provided On A Dollar Per Flight Hour Basis. The Associated Sustainment Support Includes: Program Management, Cost Tracking, Contract Management, Product Support Supply Chain Management, Integrated Logistics Support, Sustaining Engineering, Maintenance, Engine Repair, Reliability Improvements, Configuration Management, Obsolescence Management/mitigation, Engineering Support, Improved Engine Time On Wing (etow), Field Service Representatives/site Support, Depot Activation And Planning, And Material Support And Handling. The Material Support For Engine Pbl Includes Provisioning, Replacement, And Management Of All Operational Level (o-level) Line-replaceable-units (lru) And Parts. the Prospective Company Is Expected To Show A Demonstrated Ability To Meet The Requirements, Which Includes All Product Support Necessary To Sustain The Engines While Leveraging Logistics/engineering Support To Optimize Reliability Improvements And Reduce Costs And Logistics Footprints. The Requested Information Is To Assist The Government In Conducting Market Research To Determine Potential Business Sources Who Have The Assets, Skills, Experience, Financial Stability, Qualifications, Rights To Appropriate Technical Data, And Requisite Knowledge To Support The Requirement. additionally, Because The Ae1107c, Ae2100d, And Ae3007h Engines Are Procured As Commercial Items Using Far Part 12 Procedures, The Government Does Not Possess Adequate License Rights In The Required Technical Data Package Necessary To Fulfill The Requirement Herein. Therefore, Respondants Shall Provide Unredacted Licensing Agreements In Place With The Original Equipment Manufacturer (oem), Rolls-royce Corporation, In Order To Enable The Government To Perform An Initial Validation Of The Respondents’ Ability To Fulfill The Pbl Requirements Set Forth Herein. Non-oem Respondents That Do Not Provide The Aforementioned Licensing Information Will Not Be Assessed Or Considered. eligibility the Applicable Naics Code Is 336412 With A Small Business Size Standard Of 1,500 Employees. The Product Service Code (psc) Is 2840. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size. requested Information interested Parties Must Submit A Letter Of Intent (loi) To Include The Following Information To Verify Credentials (do Not Submit Classified Information): an Unclassified Description Of The Respondent’s General Capabilities To Support This Effort, Including The Prospective Company’s Ability To Propose On A Flight Hour Basis licensing Information (unredacted) Addressed Under Paragraph 3.0, Background cage Code, Ueid (unique Entity Identifier), And Mailing Address business Size. Indicate Whether Contractor Is A Large Business Or Qualifies As A Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-owned, 8(a), Hub Zone Or Service Disabled Veteran-owned Small Business Concern. poc Information, Mailing Address, And Email Address poc To Receive Additional Information Or Clarification poc For Non-disclosure Agreements describe The Contractor’s Ability To Manage And Secure Classified Information navair Expects To Receive From Each Respondent An Unclassified Full Response With Capability Summary To Include The Following: Description Of The Contractor’s Approach, Assets, Skills, Experience, Financial Stability, Qualifications, Rights To Appropriate Technical Data, And Requisite Knowledge To Perform The Following Tasks To Satisfy The Objectives The Requirements Of The Engine Pbl, To Include: depot Level And Organizational Level Material Support parts Forecasting And Provisioning o-level Lru And Consumable Material Initial Lay-in And Replenishment weapons Replaceable Assembly (wra)/lru Repairs government System Connected Order Administration spares Warehouse/inventory Control Point repair And Overhaul Services/engine Depot Repairs engine Reliability Investments engineering Investigations customer Training technical Data Services field Services Representatives engine Configuration Management/tracking obsolescence Management And Mitigation engine/aircraft Integration Support And Services critical Safety Item (csi) Management material Review Board (mrb) Management quality Control And Assurance reliability Centered Maintenance supply Chain Risk Management depot Activation And Planning responses data Markings. In Order To Complete Its Review, Navair Must Be Able To Share A Respondent’s Information Both Within The Government And With Covered Government Support Contractors As Defined In Dfars Clause 252.227-7013 Rights In Technical Data-noncommercial Items (dec 2022). Any Responses Marked In A Manner That Will Not Permit Such Review May Be Returned Without Being Assessed Or Considered. All Submissions (both The Loi And The Full Response) Must Include A Statement Which Clearly Allows For The Information To Be Disclosed With Covered Government Support Contractors. The Submitted Package Shall Be Appropriately Marked For Controlled Unclassified Information. international Traffic In Arms Regulations (itar). If The Respondent Is A Foreign Owned, Controlled Or Influenced (foci) Concern Or If A Us Respondent Has A Team Member Or Partner Who Is A Foreign Entity, Adherence To All Itar Regulations Is Required. letter Of Intent (loi). Responding Parties Must Submit An Unclassified Loi, Not To Exceed Six Single-spaced Pages (excluding Licensing Information Addressed Under Paragraph 3.0 Background) To Leah Juron And Jeffrey Norris No Later Than 4:00 Pm Eastern Standard Time 28 February 2025. full Response Submissions. Full Response Submissions Must Be Received No Later Than 30 Calendar Days After Usg Receipt Of The Loi Package. It Is Requested That The Response Be Limited To No More Than 25 Pages, Single Spaced, 10 Point Font. All Responses Must Be In English And Submitted With Electronic Media That Is Microsoft Office 2016 Compatible. Classified Information Or Material Shall Not Be Submitted. questions questions Regarding This Sources Sought Notice May Be Directed To Leah Juron Or Jeffrey Norris. summary
Closing Soon28 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For: 25ci0070 – Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities: Construction Of Roads And Drainage At Angeles City, Pampanga Phase 6 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 70,546,696.70 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0070: Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities: Construction Of Roads And Drainage At Angeles City, Pampanga Phase 6. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Pampanga 3rd District Engineering Office (dpwh-p3deo) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Nineteen (219) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities: Construction Of Roads And Drainage At Angeles City, Pampanga Phase 6 Contract Id. No.: : 25ci0070 Location: : Angeles City, Pampanga Scope Of Works: : Construction Of Roads And Drainage Approved Budget For The Contract : 70,546,696.70 Contract Duration : 219 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippines Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph . 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 3rd Deo And Inspect The Bidding Documents At Bac-secretariat - Conference Room, Dpwh Pampanga 3rd Deo During Weekdays From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15, 2025 To March 7, 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 P 50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Pampanga 3rd District Engineering Office Will Hold A Pre-bid Conference On February 24, 2025 – 10:00 A.m. At The Conference Room, Dpwh Pampanga 3rd Deo, And Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ), 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_pampanga3@dpwh.gov.ph For Electronic Submission On Or Before 10:00a.m. Of March 7, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 7, 2025 At 10:00 A.m. At Conference Room, Dpwh Pampanga 3rd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ) Late Bids Shall Not Be Accepted. 12. The Dpwh Pampanga 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To Contractor’s Fault Or Negligence Pursuant Of 34.3 (b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Postpaid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Marissa P. Ortiz Head, Procurement Unit Dpwh – Pampanga 3rd Deo San Francisco St., Brgy. Pampang, Angeles City Ortiz.marissa@dpwh.gov.ph (045) 323-5782 Approved By: Lourdino C. Soriano Chief, Planning And Design Section Chairperson, Bids And Awards Committee Dpwh Pampanga 3rd District Engineering Office San Francisco St., Brgy. Pampang, Angeles City Date Of Issue: February 15, 2025
Closing Date7 Mar 2025
Tender AmountPHP 70.5 Million (USD 1.2 Million)

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Roadsafety: Streetlighting Along C. J. Santos To Maysan, Valenzuela City 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 2,931,898.19 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0184 - Roadsafety: Streetlighting Along C. J. Santos To Maysan, Valenzuela City Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0184 Contract Name And Location : Roadsafety: Streetlighting Along C. J. Santos To Maysan, Valenzuela City Brief Description : Streetlighting Approved Budget For The Contract (abc) : Php 2,931,898.19 Source Of Funds : Fy 2025 Gaa Contract Duration : 120 Calendar Days Cost Of Bidding Documents : Php 5,000.00 Pcab License Size Range : Small B Pcab License Category/classification : C & D 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela 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 15, 2025 To March 6, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of March 6, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, 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. 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_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before March 6, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On March 6, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, 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 Dpwh-metro Manila 3rd District Engineering Office 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. 14. The Dpwh-ncr-metro Manila 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Rejeane G. Mangulabnan / Jessel G. Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: February 15, 2025 Dpwh-infr-04-2016
Closing Soon6 Mar 2025
Tender AmountPHP 2.9 Million (USD 50.6 K)

Province Of Eastern Samar Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Drainage Canal Brgy. 07, Dolores, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Pesos Only (php2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-125 Construction Of Drainage Canal, Brgy. 07, Dolores, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (1.67 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 101(1)d – Removal Of Concrete Drainage Structures (76.38 Cu.m.), Item No. 103(1)a – Structure Excavation (common Soil) (63.00 Cu.m.), Item No. 103(3) – Foundation Fill (13.83 Cu.m.), Item No. 405(1)a1 – Structural Concrete Class A (minor Structures) (63.49 Cu.m.), Item No. 404(1)a – Reinforcing Steel Bar, Grade 40 (minor Structure) (7,607.36 Kgs), Completion Of The Works Is Required Within 50 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before March 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date10 Mar 2025
Tender AmountPHP 2 Million (USD 34.5 K)

City Of Valenzuela Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Interested Suppliers To Apply For Eligibility And Bid For The Hereunder Listed Project: Project Reference No. : 044-investment Promotion-icto-goods-2025 Project Name : Procurement Of Investment Promotion Project Description : Procurement For Valenzuela City Investment Promotions Approved Budget For The Contract: Php2,576,000.00 (bc# 19; Ref. No. 25-038) Delivery Period : 9 Months From Receipt Of Notice To Proceed Registered Prospective Bidders Should Have Experience In Undertaking Single Largest Completed Contract (slcc) Within The Last Five (5) Years With Amount Of At Least 50% Of The Proposed Project For Bidding For Non-expendable Supplies And 25% For Expendable Supplies, In Case Applicable. The Eligibility Check/screening, As Well As The Preliminary Examination Of Bids Shall Use A Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Responsive Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference/s, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Irr. The Complete Schedule Of Activities Are Herein Below Listed As Follows: 1) Issuance Of Bid Documents February 19, 2025-march 7, 2025; 8:00 Am To 4:00 Pm And On March 10, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference February 24, 2025; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids March 10, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids March 10, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available At The Bids And Awards Committee Secretariat Office, 2/f Exec. Bldg. Valenzuela City Hall, Mac Arthur Highway, Karuhatan, Valenzuela City, To Bidders Upon Payment Of A Non-refundable Fee In The Amount Of Php5,000.00 For Projects With Abc Of More Than Php1million Up To Php5million To The City Treasurer Of The City Government Of Valenzuela, And May Be Downloaded At The Philgeps Website. Bidder/supplier Must Be Able To Log-in In At The Philippine Government Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List (drl) Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept/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 R.a. 9184, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Latter For Any Expense Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Original Signed Atty. Jaime T. De Veyra, Mnsa Posted In Conspicuous Place Chairperson Date Of Publication/philgeps Date Prepared: 2/12/2025
Closing Date10 Mar 2025
Tender AmountPHP 2.5 Million (USD 44.5 K)

Dr Jose Fabella Memorial Hospital Tender

Food Products
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Foodstuffs For 2025 (rebid) (framework Agreement) Itb No. 2025-25 1. The Dr. Jose Fabella Memorial Hospital, Through Its Bids And Awards Committee And Through The General Appropriations Act 2025 (gaa) Intends To Apply The Sum Of One Million Three Hundred Eighty-two Thousand Four Hundred Seven Pesos And 36/100 (₱ 1,382,407.36) Being The Total Abc To Payments Under The Contract For Supply And Delivery Of Foodstuffs For 2025 (rebid) (framework Agreement), 34 Items. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dr. Jose Fabella Memorial Hospital Bids And Awards Committee Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required 2-3 Calendar Days Upon Receipt Of Call-off. 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) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Dr. Jose Fabella Memorial Hospital, Bac Office And Inspect The Bidding Documents At The Address Given Below From 8:00am – 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 15 To March 10, 2025 From The Given Address And Website Below And Upon Payment Of Five Thousand Pesos (₱5,000.00) 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 In Person, By Facsimile, Or Through Electronic Means. 6. The Dr. Jose Fabella Memorial Hospital Bids And Awards Committee Will Hold A Pre-bid Conference On February 24, 2025, 9:30 Am 4th Floor Room 407 Bac Conference Room, Djfmh Building, Tayuman St., Sta. Cruz Manila Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On March 10, 2025, 9:30 Am, 4th Floor Room 407 Bac Conference Room, Djfmh, Tayuman St., Manila. 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, 9:30 Am 4th Floor Room 407 Bac Conference Room, Djfmh Building, Tayuman St., Manila. 10. The Technical & Financial Documents Must Be Filed In Accordance With The Checklist With Index Tab For Easy Document Browsing. 11. The Dr. Jose Fabella Memorial Hospital 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: Bac Secretariat-djfmh San Lazaro Compd., Tayuman St. Manila Bacfabella@yahoo.com / Bacfabella@gmail.com 13. For Downloading Of Bidding Documents Please Visit Our Website: Fabella.doh.gov.ph (sgd.) Maria Lu D. Andal, M.d. Chair, Bids And Awards Committee (bac B)
Closing Date10 Mar 2025
Tender AmountPHP 1.3 Million (USD 23.8 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
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 24m00284 Contract Name & Location Construction Of Super Health Centers - Banga Super Health Center, South Cotabato Brief Scope Of Work Construction Of Building Approved Budget For The Contract (abc) ₱9,950,000.00 Allocation ₱10,000,000.00 Source Of Funds Fy 2024 Infrastructure Program - Gaa Contract Duration 180 Calendar Days Cost Of Bidding Documents ₱10,000.00 Pcab License Category Small B 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 15, 2025 To March 07, 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. 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 20, 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 At Dpwh Regional Office Xii Conference Room, Mabini St Cor. Alunan Avenue, Koronadal City, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before March 07, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 07, 2025 At 10:30 A.m. 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
Closing Date7 Mar 2025
Tender AmountPHP 9.9 Million (USD 171.9 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For: 25ci0055 – Sustainable Infrastructure Projects Alleviating Gaps (sipag); Sipag – Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities, Construction Of Reinforced Concrete Slope Protection With Steel Sheet Piles Along Sapangbalen River, Brgy. Pampang, Angeles City 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 48,996,156.45 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0055: Sustainable Infrastructure Projects Alleviating Gaps (sipag); Sipag – Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities, Construction Of Reinforced Concrete Slope Protection With Steel Sheet Piles Along Sapangbalen River, Brgy. Pampang, Angeles City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Pampanga 3rd District Engineering Office (dpwh-p3deo) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Sixty-seven (167) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Sustainable Infrastructure Projects Alleviating Gaps (sipag); Sipag – Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities, Construction Of Reinforced Concrete Slope Protection With Steel Sheet Piles Along Sapangbalen River, Brgy. Pampang, Angeles City Contract Id. No.: : 25ci0055 Location: : Angeles City, Pampanga Scope Of Works: : Construction Of Reinforced Concrete Slope Protection With Steel Sheet Piles Approved Budget For The Contract : 48,996,156.45 Contract Duration : 167 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippines Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph . 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 3rd Deo And Inspect The Bidding Documents At Bac-secretariat - Conference Room, Dpwh Pampanga 3rd Deo During Weekdays From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15, 2025 To March 7, 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 P 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Pampanga 3rd District Engineering Office Will Hold A Pre-bid Conference On February 24, 2025 – 10:00 A.m. At The Conference Room, Dpwh Pampanga 3rd Deo, And Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ), 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_pampanga3@dpwh.gov.ph For Electronic Submission On Or Before 10:00a.m. Of March 7, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 7, 2025 At 10:00 A.m. At Conference Room, Dpwh Pampanga 3rd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ) Late Bids Shall Not Be Accepted. 12. The Dpwh Pampanga 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To Contractor’s Fault Or Negligence Pursuant Of 34.3 (b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Postpaid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Marissa P. Ortiz Head, Procurement Unit Dpwh – Pampanga 3rd Deo San Francisco St., Brgy. Pampang, Angeles City Ortiz.marissa@dpwh.gov.ph (045) 323-5782 Approved By: Lourdino C. Soriano Chief, Planning And Design Section Chairperson, Bids And Awards Committee Dpwh Pampanga 3rd District Engineering Office San Francisco St., Brgy. Pampang, Angeles City Date Of Issue: February 15, 2025
Closing Date7 Mar 2025
Tender AmountPHP 48.9 Million (USD 846.8 K)

Clark Development Corporation Tender

Civil And Construction...+2Paints and Enamels, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Clark Development Corporation Clark Freeport Zone, Philippines Fm-cdc-pd-05 Rev01 Request For Quotation The Clark Development Corporation, Through Its Purchasing Division (pd), Invites Suppliers/manufacturers/contractors To Send Proposal For The Hereunder Project: Name Of Project : Purchase Of Specific Materials For Repairs And Maintenance Of Buildings, Facilities, And Staffhouses (painting) App No. : G 2025-070 Location : Clark Freeport Zone, Philippines Brief Description : Supply And Delivery Of Various Painting Materials. Approved Budget : Php 115,750.00 Duration : Fifteen (15) Days Prospective Suppliers/manufacturers/contractors Should Have Experience In Undertaking Similar With The Proposed Project. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Procedures Shall Be Governed By The Pertinent Provisions Under Section 53.9 Of R.a. 9184 And Its Implementing Rules And Regulation (irr) And Guidelines On Small Value Procurement (gppb Resolution 09-2009 Dated November 23, 2009). The Prospective Suppliers/manufacturers/contractors/ Consultants Must Submit Their Proposal, With Following Legal (a)valid Mayor/ Business Permit; (b)valid Philgeps Registration; (c)latest Income Tax Return (bir Form No. 1701 For Sole Proprietorship; Bir Form No. 1702 For Partnership And Corporation), For Projects With Approved Abc Above Php 500,000.00; (d)valid Tax Clearance Certificate (e)valid Pcab License (for Contractors), (f) Professional License (for Consulting Services), In A Sealed Envelope On Or Before 28 February 2025; 9:00 A.m. At The Address Given Below: Purchasing Division Clark Development Corporation Bldg. 2121 C.p. Garcia Street, Cdc Corporate Center, Clark Freeport Zone Philippines 2023 Tel. Nos. (045) 599-3536 Telefax, Trunk Line: 045-599-9000 Loc. 783/784 E-mail : Jennileen.bautista@clark.com.ph Website : Www.clark.com.ph Cdc Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Cdc Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: (original Signed) Rodgardo M. Deang Pd Manager
Closing Soon28 Feb 2025
Tender AmountPHP 115.7 K (USD 2 K)

PHILIPPINE CENTER FOR POSTHARVEST DEV'T AND MECHANIZATION Tender

Laboratory Equipment and Services
Philippines
Details: Description 1. The Philippine Center For Postharvest Development And Mechanization (philmech) Through Its Fy 2025 Regular Fund Intends To Apply The Below-specified Amounts, Being The Approved Budget For The Contract (abc), As Indicated Herein To Payment Under The Contract For The Supply, Delivery, Installation, Commissioning And Testing Of Oil And Grease Analyzer Complete With All Neccessary Parts And Accessories. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Philmech Now Invites Bids From Eligible Bidders For The Supply, Delivery, Installation, Commissioning And Testing Of Oil And Grease Analyzer Complete With All Neccessary Parts And Accessories. Delivery Of The Goods Is Required Within Sixty (60) Calendar Days From Receipt Of The Notice To Proceed. Bidders Should Have Completed Within Ten (10) Years From The Date Of Submission And Receipt Of Bids A Contract Similar To The Project. For This Purpose, Similar Contract Shall Refer To The Supply And Delivery Of Laboratory Equipment. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives And Partnerships And Organizations With At Least (60%) Interest Of Capital Stock Belonging To Citizens Of The Philippines And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Philippine Center For Postharvest Development And Mechanization And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders During Office Hours From February 17 To March 10, 2025 From The Address Below Upon Payment Of The Applicable Fee For The Bidding Documents As Specified For Each Lot Above. Bidders May Also Opt To Deposit In Cash The Applicable Fee To The Philmech’s Official Bank Account: Landbank Of The Philippines (lbp) Account Name: Philmech Trust Fund; Account No. 2962-1023-63 And By Presenting Or Sending The Proof Of Payment E.g. Bank Deposit Slips To The Address Written Below Or Email To Bac@philmech.gov.ph Subject To The Condition That The Payment For The Bank Service Fee Shall Be Shouldered By The Bidder. 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 Before The Submission Of Their Bids. 6. The Philmech Will Hold A Pre-bid Conference On February 24, 2025; 1:30pm At The Auditorium, Philmech Main Office, Science City Of Muñoz, Nueva Ecija, Which Shall Be Open To Prospective Bidders. Interested Bidders May Opt To Attend Via Video Conferencing And Pre-register On The Email Address Provided Below To Signify Their Intention To Participate. A Personal Meeting Id Shall Be Provided To The Authorized Representative Upon Registration 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Indicated Below On Or Before 9:00am Of March 10, 2025. 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; 10:00am At The Address Given Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Philmech Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra9184 And Its Irr And Gppb Resolution No. 09-2020 Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Contact: The Bac Secretariat, Philmech Administrative Division-procurement Management Section Clsu Compound, Science City Of Muñoz, Nueva Ecija Contact No. 0917 301 8242 E-mail: Bac@philmech.gov.ph 12. Interested Bidders May Also Visit The Following Websites: For Downloading Of Bidding Documents: Www.philmech.gov.ph Https://old.philmech.gov.ph/?page=bidding
Closing Date10 Mar 2025
Tender AmountPHP 2.5 Million (USD 43.2 K)
7381-7390 of 10000 active Tenders