Website Tenders
Website Tenders
City Of Imus Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The City Government Of Imus, Province Of Cavite Through Its Bid And Awards Committee (bac) Invites Bidders/suppliers To Apply For The Eligibility And To Bid For The Hereunder Projects: 12. Reference Number : Infr-gf (cdf)-25-059 Project : Cost Of Labor And Materials For The Construction Of Parks (phase I) At Maharlika Location : City Of Imus Approved Budget : Php14,999,869.40 Contract Duration : 200 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract (at Least 2 Years) With A Value Of At Least 50% Of Abc, And Have Key Personnel And Equipment (listed In The Eligibility Form) Available For The Execution Of The Contract. The Bac Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule 1. Posting In The City Of Imus Website, Philgeps, And In Conspicuous Area February 15, 2025 2. Pre-bid Conference, 1:00 P.m. At Bac Office, 4thflr., New City Government Center, Malagasang 1g, City Of Imus, Cavite February 25, 2025 3. Deadline Of Submission 8:00 A.m. And Opening Of Bids 9:30 A.m. At Bac Office, 4thflr., New City Government Center, Malagasang 1g, City Of Imus, Cavite March 11, 2025 4. Bid Evaluation & Post Qualification March 12-14, 2025 5. Notice To Award March 17, 2025 6. Notice To Proceed March 19, 2025 Only Bidders Who Have Paid A Non-refundable Fee For The Bidding Documents In The Amount Php25,000.00 For Items 11, 12, And 14; Php10,000.00 For Item 10; Php5,000.00 For Items 1, 3, 4, 5, 6, 7, 8, 9, And 13; Php1,000.00 For Item 4 To The Treasurer’s Office Shall Be Allowed To Participate In The Pre-bid Conference. The City Of Imus Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Bac Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Contract Of Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Prepared By: Reuben D. Ramirez Head, Bac Secretariat Approved By: Lauro D. Monzon Bac- Chairperson
Closing Soon28 Feb 2025
Tender AmountPHP 14.9 Million (USD 259.2 K)
Science City Of Munoz Tender
Others
Philippines
Details: Description Invitation To Bid For Procurement Of Other Supplies And Materials (janitorial, Laundry, Building, Kitchen) For Use Of Ospital Ng Lungsod Agham Ng Muñoz (oslam) 1. The Lgu – Science City Of Muñoz, Through The 2025 General Fund Intends To Apply The Sum Of One Million One Hundred Seventy – Three Thousand Three Hundred Eighty – Five Pesos (p1,173,385.00) Being The Abc To Payments Under The Contract For Procurement Of Medical, Dental And Laboratory Supplies / Scm-goods-14022025-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu – Science City Of Muñoz Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By March 21 – April 19, 2025. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Lgu – Science City Of Muñoz And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17 – March 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5,000.00). 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 Lgu – Science City Of Muñoz Will Hold A Pre-bid Conference On 10:00 Am Of February 24, 2025 At City Mayor’s Conference Hall, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 10:00 Am Of March 7, 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 10:00 Am Of March 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu – Science City Of Muñoz 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.
Closing Date7 Mar 2025
Tender AmountPHP 1.1 Million (USD 20.2 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Description: Nsn 0r-5998-017260370-sx, Ref Nr 74d745102-1005, Qty 2 Ea, Delivery Fob Origin. The Design Of This Part Is Unstable. Engineering, Manufacturing, Or Performance Characteristics Indicate That The Required Design Objectives Have Not Been Achieved. Major Changes Are Contemplated Because The Part Has A Low Process Yield Or Has Demonstrated Marginal Performance During Tests Or Service Use. These Changes Will Render The Present Part Obsolete And Unusable In Its Present Configuration. Limited Acquisition/repair From The Present Source Is Anticipated Pending Configuration Changes. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date1 Apr 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Irrigation Work, Drainage Work
United States
Details: This Notice Is For Sources Sought Only.
this Announcement Is Seeking Information From Industry, Which Will Be Used By The Government For Preliminary Planning Purposes. No Proposals Are Being Requested Or Will Be Accepted With This Sources Sought, And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis. This Is Not A Solicitation And No Contract Shall Be Awarded From This Sources Sought. After Review Of The Responses To This Notice, And If The Government Intends To Proceed With The Acquisition, A Separate Announcement Will Be Published On The System For Acquisition Management (sam) Website (sam.gov).
the U.s. Army Corps Of Engineers, New Orleans District Is Issuing A Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And Experience With Construction Of Earthen Levees In An Environmentally Sensitive Marsh Habitat In Southern Louisiana With Utilities Involved And Possibly Requiring Barged Materiel For The Upcoming Construction Of Reach F Levee For The Morganza To The Gulf, Risk Reduction System. The Purpose Of This Sources Sought Synopsis Is To Gauge Interest, Capabilities, And Qualifications Of The Construction Community, As The Government Must Ensure There Is Adequate Interest, Capability, And Competition Amongst The Potential Pool Of Responsible Contractors. The Government Will Use Responses To This Sources Sought Notice To Make Appropriate Acquisition Decisions For This Procurement.
morganza To The Gulf, Reach F Construction Is Anticipated To Be Approximately Four Miles Of Earthen Levee In A Marsh Environment Over Intersecting Utilities. The Project Is Located Southwest Of Dulac, Starting Approximately Thirteen Miles Of The Gulf Intracoastal Waterway And Running Parallel To The Houma Navigation Canal. The Estimated Magnitude Of Construction Is Between $25,000,000.00 And $100,000,000.00. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 237990. General Work Consists Of Clearing And Grubbing, Degradation Of Existing Levee, Embankment Placement Up To Elevation 17.0’, Placement Of Geotexile, Access Roads, Surfacing, Turf Establishment, And Other Related Incidental Work. Experience Working In Unique Local Marsh/ Open Water Conditions, Around Existing Utilities, And With Barged Materiel Is Imperative To Success.
the Government Intends To Provide A Borrow Site Within 20-25 Miles From The Project Area. The Plans And Specifications Allow For The Contractor To Provide Alternate Borrow Source Through The “provision For Right Of Way For Convenience” (see Appendix A For Further Details). The Questions Herein This Sources Sought Will Help The Project Team Analyze The Feasibility Of Using This Provision.
all Interested Firm’s Response To This Sources Sought Synopsis Shall Be Limited To Five (5) Pages And Shall Include The Following Information:
1. The Firm's Name, Address, Point Of Contact, Phone Number, Website, And Email Address.
2. The Firm’s Interest In Bidding As A Prime, Joint Venture, Or Partner.
3. The Firm’s Single And Aggregate Bonding Capacity.
4. The Firm’s Small Business Social Economic Categories Certification, If Applicable: Small Business, Small Disadvantaged Business, Veteran Owned Small Business, Women Owned Small Business, Historically Underutilized Business Zones, Etc.
5. The Firm's Capability To Perform Such Heavy Construction Methodology. The Firms Shall Provide Examples Which Include, At A Minimum, The Following Information:
experience In Construction Of Earthen Levee Projects.
experience With Projects In A Marsh Habitat, Open Water, And Around Environmentally Sensitive Areas.
experience With Barging Material.
contract Type, Firm Fixed Price Or Cost Reimbursable.
customer Name
timeliness Of Performance
customer Satisfaction
project Awarded Cost And Final Completed Construction Cost.
this Contract Will Include A Provision Allowing For Right Of Way (row) For Convenience Where A Contractor, At Their Discretion, May Locate And Propose Their Own Borrow Source. If The Government Were To Grant Additional Time For Row For Convenience, What Cost Saving Measures Would You Propose? See Row For Convenience Requirements In Appendix A Below.
submission Of Your Interest Is Not A Prerequisite To Any Potential Future Posting, But Participation Will Assist In Identifying Sources With Required Capabilities. Respondents Will Not Be Notified Of The Results Of The Evaluation. Statements That Do Not Meet All Requirements Or Are Not Submitted Within The Allotted Time Will Not Be Considered. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation.there Is No Bid Package Or Solicitation At This Time.
note: Contractors Must Be Registered In Sam (system For Award Management) To Be Eligible For Contract Award Or Payment From Any Dod Activity. Registration Requires Applicants To Have A Uei Number. Recommend Registering Immediately To Be Eligible For Any Potential Procurement. Please Send Your Responses No Later Than 12:00 P.m. February 28, 2025, Via Email To Lauren.a.gandolfi@usace.army.mil And Christopher.nuccio@usace.army.mil.
appendix A
provision For Right Of Way For Convenience
if The Contractor Proposes A Deviation From The Government Furnished Rights Of-way For His Convenience, The Contractor Shall Notify The Contracting Officer Or Its Representative In Writing. Contractor Shall Not Provide Any Permanent Rights Of-way For The Project. The Contractor Is Cautioned That Any Deviation To The Government Furnished Rights-of-way Is Subject To All Applicable Federal And State Environmental Laws And Regulations. Compliance With These Environmental Laws And Regulations May Require Additional National Environmental Policy Act (nepa) Documents, Cultural Resources Surveys, Coordination With The Louisiana State Historical Preservation Officer, Water Quality Certification, Modification Of The Federal Consistency Determination, Etc.
the Government Is Ultimately Responsible For Environmental Compliance; Therefore, The Government Will Determine The Additional Environmental Coordination And Documentation Necessary For A Proposed Deviation To The Government Furnished Rights-of-way. For Any Environmental Investigations The Government Is To Perform On Areasoutside Of Government Furnished Rights-of-way, The Contractor Shall Provide Sufficient Rights Of Entry To The Government. The Contracting Officer Will Advise The Contractor Of The Additional Environmental Coordination And Documentation That Must Be Completed.
the Government Shall Be Responsible For Any Additional Environmental Compliance; However, The Contractor May Conduct Specific Tasks Identified By The Government. The Government Will Offer Advice And Assistance To The Contractor In Conducting These Tasks. Depending On The Environmental Impact Of The Proposed Deviation, Obtaining The Coordination And Documentation May Not Be Approved Or Could Take As Much As 180 Days For Approval By The Government.
the Government Must Review, Approve And Ensure Distribution Of All Environmental Compliance Documentation And Ensure All Comments On The Same Have Been Resolved Before Any Utilization Of Any Areas Outside Of The Government Furnished Rights-of-way. The Contractor Shall Reimburse Thegovernment For Actual Expenses Incurred For Assistance In Completing Or Attempting To Complete Additional Environmental Coordination And Documentation, Which Expenses Will Not Exceed Two Hundred Thousand ($200,000) Dollars. There Is No Guarantee That Environmental Compliance Will Be Obtained; Therefore, The Contractor Shall Assume All Risks And Liabilities Associated With Pursuing A Deviation. Any Delays Resulting From The Deviation And/or The Environmental Coordination And Documentation Shall Not Be Made The Basis Of Any Contractor Claim For Increase In The Contract Cost And/or Increase Incontract Time. Deviations Will Be At Contractor’s Sole Risk And Liability, Including, But Not Limited To, Such Liabilities Associated With Items Such As Hazardous Substances Regulated Under The Comprehensive Environmental Response, Compensation, And Liability Act (42 U.s.c. 9601 Et. Seq.), And At No Cost To The Government. Government Assistance In Obtaining Additional Environmental Clearances Does Not Relieve The Contractor Of Responsibility For Complying With Other Federal, State Or Local Licenses And Permits.
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
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 25m00178 Contract Name & Location Construction Of Concrete Revetment, Lower Klinan-mabuhay (silway River Basin) Phase Iii, Polomolok, South Cotabato Brief Scope Of Work Construction Of Revetment – 1509.49 Ln.m. Approved Budget For The Contract (abc) ₱111,387,055.00 Allocation ₱115,427,00.00 Source Of Funds Fy 2025 Infrastructure Program - Gaa Contract Duration 289 Calendar Days Cost Of Bidding Documents ₱50,000.00 Pcab License Category Medium A The Department Of Public Works And Highways Xii, Through The Funding Source Is The Government Of The Philippines (gop) Intends To Apply The Sum Of The Above-mentioned Projects With Corresponding Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Indicated Above. The Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th 9 Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Xii And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 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 As Indicated Below, (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 In The Morning Or Through Videoconferencing Via Zoom (meeting Id: 410 559 5083 And Password: 5555). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Shirline G. Avila Head, Procurement Unit Cor. Alunan Ave., Mabini St. Koronadal City, 9516 Avila.shirline@dpwh.gov.ph Tel. No.: (083)228-3908/0970-041-1612 Facsimile Number: (083)228-9577 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Refer To Dpwh D.o. 087 S. 2020 (http://dpwhweb/pdf/issuances/do/20/do_087_s2020.pdf) Electronic Bid Submission Email: Electonicbids_r12@dpwh.gov.ph (sgd.) Najib D. Dilangalen Oic-assistant Regional Director Bac Chairperson
Closing Date7 Mar 2025
Tender AmountPHP 111.3 Million (USD 1.9 Million)
Ministry Of Public Order And Safety Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid Ministry Of Public Order And Safety – Barmm 1. The Ministry Of Public Order And Safety – Barmm, Through The General Appropriations Act To The Bangsamoro (supplemental Fund 2024). Bid Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Ministry Of Public Order And Safety – Barmm Now Invites Bids For The Hereunder Project: Pr No. : Mpos-barmm-sf2024-0003 Contract Name : Procurement Of Three (3) Unit Of Local Mediators Vehicle (van) Abc : Php 5,850,000.00 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 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 Ministry Of Public Order And Safety – Barmm And Inspect The Bidding Documents At The Address Given Below. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 (friday), From Given Address And Website/s Below 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 Specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Ministry Of Public Order And Safety – Barmm Will Hold A Pre-bid Conference On February 21, 2025 (friday) At 9:00 A.m. At Mpos-barmm, Conference Room, Givfrell Bldg., Gov. Gutierrez Ave., Rh 7, Cotabato City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Or Online Or Electronic Submission As Indicated Below On Or Before March 10, 2025 (monday) At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 10, 2025 (monday) At 9:00 A.m. At The Mpos-barmm, Conference Room, Givfrell Bldg., Gov. Gutierrez Ave., Rh 7, Cotabato City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Ministry Of Public Order And Safety – Barmm 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: Engr. Mohammad Alshier A. Abdul Bac, Head Secretariat Ministry Of Public Order & Safety - Barmm Givfrell Building Gov. Gutierrez Ave., Rh 7, Cotabato City (sgd) Atty. Al-rashid L. Balt Bac Chairperson
Closing Date10 Mar 2025
Tender AmountPHP 5.8 Million (USD 101.1 K)
Superior Court Tender
Civil And Construction...+1Construction Material
United States
Details: The Superior Court Of California, County Of Los Angeles (“court”) Is Requesting Quotes From Well-qualified Vendors To Provide Eleven (11) 6 Foot Concrete Benches That Will Be Placed Along Public Corridors At Clara Foltz Courthouse (downtown La). Court E-procurement Website: Www.biddingo.com/lacourt Link To Rfp: Https://biddingo.com/dashboard/bid/1/41220654/40266828/verification The Superior Court Of California, County Of Los Angeles (“court”) Is Requesting Quotes From Well-qualified Vendors To Provide Eleven (11) 6 Foot Concrete Benches That Will Be Placed Along Public Corridors At Clara Foltz Courthouse (downtown La). Court E-procurement Website: Www.biddingo.com/lacourt Link To Rfp: Https://biddingo.com/dashboard/bid/1/41220654/40266828/verification More
Closing Soon3 Mar 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid For Organizational Outcome 2: Protect Lives And Properties Against Major Floods – Flood Management Program – Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure Along Chico River, Papalid-pangpang, Samoki, Bontoc, Mountain Province 1. The Department Of Public Works And Highways – Cordillera Administrative Region - Regional Office, Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Ninety Six Million Four Hundred Eighty Three Thousand Seven Pesos And Fifty Seven Centavos (php 96,483,007.57) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25p00021. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Cordillera Administrative Region - Regional Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Forty Three (243) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways – Cordillera Administrative Region - Regional Office, Engineer’s Hill, Baguio City And Inspect The Bidding Documents At The Address Given From Mondays To Fridays: 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 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 Fifty Thousand Pesos (php 50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through The E-mail: Electronicbids_car @dpwh.gov.ph. 6. The Department Of Public Works And Highways (dpwh) – Cordillera Administrative Region (car) - Regional Office Will Hold A Pre-bid Conference On February 26, 2025: 10:00 A.m. At 2nd Floor, Bids And Awards Committee (bac) Conference Room, Dpwh – Car, Regional Office Building, Engineer’s Hill, Baguio City And/or Through Videoconferencing Via Zoom, Which Shall Be Open To Prospective Bidders. 7. 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. 8. Bids Must Be Duly Received By The Bac Secretariat At The Department Of Public Works And Highways – Cordillera Administrative Region - Regional Office, Engineer’s Hill, Baguio City Below For Manual Submission Or At Electronicbids_car@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025: 10:00 A.m. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 11, 2025: 10:00 A.m. At The Given Address Below And/or Through Videoconferencing Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Department Of Public Works And Highways (dpwh) – Cordillera Administrative Region (car) - Regional Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leo T. Mustard Chief, Quality Assurance & Hydrology Division Bac Chairperson (074) 424-1018 Dpwhcarbac@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: (a) Www.philgeps.gov.ph (b) Www.dpwh.gov.ph For Electronic Bid Submission: Electronicbids_car@dpwh.gov.ph For Inquiries: Dpwhcarbac@yahoo.com
Closing Date11 Mar 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
BARANGAY TARONG, CARLES, ILOILO Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Carles Barangay Tarong Invitation To Bid 1.0 The Barangay Local Government Of Tarong, Municipality Of Carles, Province Of Iloilo Through Its Annual Budget Appropriations (20% Development Fund Cy 2025) Intends To Apply The Sum Of Two Hundred Eighty Eight Thousand Pesos Only (php 288,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Rehabilitation Of Concrete Bleacher. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.0 The Barangay Local Government Of Tarong, Municipality Of Carles, Province Of Iloilo - Bids And Awards Committee Now Invites Bid For The Rehabilitation Of Concrete Bleacher. Completion Of The Delivery Of Goods Is Required Within Ten (10) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) 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 – Eligibility Documents (instructions To Bidders). 3.0 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act (ra) No. 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 No. 9184. 4.0 Prospective Bidders May Obtain Further Information From Bids And Awards Committee Of The Barangay Local Government Of Tarong, Municipality Of Carles, Province Of Iloilo And Inspect The Bidding Documents At The Address Given Below During Mondays To Friday From 8:00 A.m. To 5:00 P.m. 5.0 A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 10, 2025 From The Given Address And Website Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Proof Of Payment For The Fees In Person. 6.0 The Barangay Local Government Of Tarong, Municipality Of Carles, Province Of Iloilo - Bids And Awards Committee Will Hold A Pre-bid Conference On February 24, 2025, 9:00 O’clock A.m., At Barangay Hall, Tarong, Carles, Iloilo Which Shall Be Open To Prospective Bidders. 7.0 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 10, 2025, 10:00 A.m. Late Bids Shall Not Be Accepted. 8.0 All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.0 Bid Opening Shall Be On March 10, 2025, 10:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders' Representatives Who Choose To Attend The Activity. 10. The Barangay Local Government Of Tarong, Municipality Of Carles, Province Of Iloilo 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. 11.0 For Further Information, Please Refer To: Renalie Binosa Barangay Secretary Barangay Tarong, Carles, Iloilo Philippines 5019 Mobile No. 09812950396
Closing Date10 Mar 2025
Tender AmountPHP 288 K (USD 4.9 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pangasinan 2nd District Engineering Office Alvear Street, Lingayen, Pangasinan, Region I Invitation To Bid For 25ah0165 Construction Of Water System, Aguilar, Pangasinan 1. The Dpwh Pangasinan 2nd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 14,850,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ah0165 Construction Of Water System, Aguilar, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Pangasinan 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Water System, Aguilar, Pangasinan Contract Id No. : 25ah0165 Location : Aguilar, Pangasinan Scope Of Works : Construction Of Water System Approved Budget For The Contract (abc) : Php 14,850,000.00 Contract Duration : 162 Calendar Days 3. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 75% Filipino-owned Partnership/corporation With Pcab License For Size Range Small B, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The 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 Pangasinan 2nd District Engineering Office And Inspect The Bidding Documents At Alvear St., Lingayen, Pangasinan During Weekdays From 8:00 A.m. – 5:00 P.m.. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 To March 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 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 Pangasinan 2nd District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025, 10:00 Am At Conference Room, Dpwh Pangasinan 2nd District Engineering Office, Alvear St., Lingayen, Pangasinan, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One (1) 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_pangasinan2@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025, 9:00 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 06, 2025, 9:00 A.m. At Conference Room, Dpwh Pangasinan 2nd District Engineering Office, Alvear St., Lingayen, Pangasinan. 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 Dpwh Pangasinan 2nd 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: Albert B. Soriano Head, Bac Secretariat Address: Dpwh – Pangasinan 2nd Deo Alvear St., Lingayen, Pangasinan Telephone No:(075) 662-1686 Loc 22405 Approved By: Ericson A. Paz Assistant District Engineer Bac Chairperson Date Of Publication: February 14, 2025 To February 20, 2025
Closing Soon6 Mar 2025
Tender AmountPHP 14.8 Million (USD 256.6 K)
7401-7410 of 10000 active Tenders