Website Tenders
Website Tenders
MUNICIPALITY OF CABUGAO Tender
Agriculture or Forestry Works
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 28.3 Million (USD 489.7 K)
Details: Description Invitation To Bid For The Purchase And Distribution Of Farm Inputs (foliar Fertlizer) For The Farmers Of Cabugao, Ilocos Sur 1. The Local Government Unit Of Cabugao, Ilocos Sur, Through The Ra 7171 – Appropriation Ordinance 2025-01 Intends To Apply The Sum Of Twenty-eight Million, Three Hundred Thirty-nine Thousand Five Hundred Pesos & 00/100 (php28,339,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase And Distribution Of Farm Inputs (foliar Fertlizer) For The Farmers Of Cabugao, Ilocos Sur With Contract No. 2025-02-016. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Cabugao, Ilocos Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required 90 Calendar Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Cabugao, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below During 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 – March 07, 2025 From Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (php25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Any Electronic Means, E.g Email Or Messenger. 6. The Local Government Unit Of Cabugao, Ilocos Sur Will Hold A Pre-bid Conference For Projects With Abc Of More Or Above One Million Pesos (php. 1,000,000.00) On February 21, 2025, 9:00 A.m. At Conference Hall, Cabugao Tobacco Farmers Multi-purpose Building, Brgy. Rizal, Cabugao, Ilocos Sur And/or Through Videoconferencing/webcasting Via Zoom Or Any Related Applications, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 07, 2025 Until 2:00 P.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 07, 2025 At 2:00 P.m. At Conference Hall, Cabugao Tobacco Farmers Multi-purpose Building, Brgy. Rizal, Cabugao, Ilocos Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Cabugao, Ilocos Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Rosario Corazon S. Abara Juvelyn P. Jara Mcr/ Bac- Chairman Bac Secretariat Bac.cabugao@yahoo.com/ Cp. No. 09178109015 09771818893 12. You May Visit The Following Website: Www.cabugao.gov.ph February 14, 2024 Sgd. Rosario Corazon S. Abara Mcr/ Bac- Chairman
DOH CENTER FOR HEALTH DEVELOPMENT CALABARZON Tender
Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 1.6 Million (USD 28.4 K)
Details: Description Associated Components: -invitation To Bid -bidding You May Also Download Thru Https://www.facebook.com/profile Doh Calabarzon Bac; And Agency Website: Https://ro4a.doh.gov.ph/
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 9.8 Million (USD 171 K)
Details: Description Invitation To Bid For: 25ci0080 – Bip – Multi Purpose Buildings/facilities To Support Social Services; Rehabilitation Of Multipurpose Building In Brgy. Balibago, Angeles City, Pampanga 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 9,895,015.79 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0080: Bip – Bip – Multi Purpose Buildings/facilities To Support Social Services; Rehabilitation Of Multipurpose Building In Brgy. Balibago, Angeles City, Pampanga. 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 Eighty (180) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Bip – Multi Purpose Buildings/facilities To Support Social Services; Rehabilitation Of Multipurpose Building In Brgy. Balibago, Angeles City, Pampanga Contract Id. No.: : 25ci0080 Location: : Angeles City, Pampanga Scope Of Works: : Rehabilitation Of Multipurpose Building Approved Budget For The Contract : 9,895,015.79 Contract Duration : 180 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippines Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). 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 10,000.00. 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
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Details: The Purpose Of This Amendment Is To Extend The Due Date For Accepting Quotations. The Due Date For Accepting Quotes Is Hereby Extended To February 28, 2025 At 12:00pm, Eastern. All Other Terms And Provisions Remain Unchanged. ---- (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number Is Amdtcrq2500815, And The Solicitation Is Issued As A Request For Quotation (rfq) That Is Restricted To Small Businesses. This Acquisition Is For A Commercial Item Or Service And Is Conducted Under The Authority Of The Federal Acquisition Regulation (far) Part 13—simplified Acquisition Procedures And Far Part 12—acquisition Of Commercial Items. A Fixed-price Type Of Purchase Order Contract Is Contemplated For Any Resulting Contract Entered Into As A Result Of This Solicitation. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Regulation (far) Federal Acquisition Circular (fac) Number/effective Date: 2025-03 / 01-17-2025. (iv) The North American Industry Classification System (naics) Code For This Procurement Is 335999 – All Other Miscellaneous Electrical Equipment And Component Manufacturing, With The Small Business Size Standard Of 600 Employees. (v) Specifications: Please See The Attached Requirements Document For Further Detail. (vii) The Provision At Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998), Applies To This Acquisition. This Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At These Addresses:
https://www.acquisition.gov/?q=browsefar
http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/title48/48cfrv5_02.tpl (end Of Provision) the Following Provisions Apply To This Acquisition And Are Incorporated By Reference:
• Far 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements-representation
• Far 52.204-7, System For Award Management
• Far 52.204-16, Commercial And Government Entity Code Reporting
• Far 52.204-17, Ownership Or Control Of Offeror
• Far 52.204-20, Predecessor Of Offeror
• Far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
• Far 52.204-26, Covered Telecommunications Equipment Or Services-representation
• Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations-representation
• Far 52.212-1, Instructions To Offerors-commercial Items
• Far 52.212-3, Offeror Representations And Certifications-commercial Items
• Far 52.225-25, Prohibition On Contracting With Entities Engaging In Sanctioned Activities Relating To Iran the Clause At Far 52.252-2, Clauses Incorporated By Reference, Applies To This Acquisition. This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At These Addresses:
https://www.acquisition.gov/browse/index/far http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/title48/48cfrv5_02.tpl (end Of Clause) Instructions To Offerors. Responses To This Solicitation Must Include Clear And Convincing Evidence Of The Offeror’s Capability Of Fulfilling The Requirement As It Relates To The Technical Evaluation Criteria. Responses To This Solicitation Must Include Sufficient Information To Establish The Interested Parties’ Bona-fide Capabilities Of Providing The Product Or Service. the Contractor Shall Provide A Firm-fixed-price Quotation Corresponding To The Requirements Identified In The Attached Specifications. Shipping And Delivery Cost Must Be Included In The Quotation Either As A Separate Line Item Or Contained In The Total Price Of The Quote. the Price Quote Shall Include Unit Price, List Price, Shipping And Handling Costs, Delivery Days After Contract Award, Delivery Terms, Prompt Payment Discount Terms, F.o.b. Point (destination), Product Or Catalog Number(s), Product Description, Any Warranty Or Training Considerations, And Any Other Information Or Factors That May Be Considered In The Award Decision. Such Factors May Include Special Features Required For Effective Program Performance, Trade-in Considerations, Probable Life Of The Item Selected As Compared With That Of A Comparable Item, Warranty Considerations, Maintenance Availability, And Environmental And Energy Efficiency Considerations. The Price Quote Shall Include The Clin/line-item Structure Identified In The Specifications. (viii) The Provision At Far Clause 52.212-2, Evaluation – Commercial Items, Applies To This Acquisition. The Following Is An Addendum To 52.212-2. Responses Received To This Rfq Will Be Evaluated On A Trade-off Basis. The Award Will Be Made On A Competitive Best Value Basis, Using “tradeoff” Among Price-cost And Non-price-cost Factors. All Evaluation Factors Other Than Cost Or Price, When Combined, Are More Important Than Cost Or Price. However, Cost Or Price May Become A Critical Factor In Source Selection In The Event Two Or More Offers Are Determined To Be Essentially Equal Following The Evaluation Of All Factors Other Than Cost Or Price. each Quotation Will Be Evaluated In Strict Conformity With The Evaluation Factors, Utilizing Written Critiques. The Evaluation Will Be Based Upon The Demonstrated Capabilities Of The Prospective Contractor In Relation To The Needs Of The Project As Set Forth In The Rfq. the Following Factors Shall Be Used To Evaluate Quotations: (1) Technical Capability: Ability Of The Quoter To Understand The Sow And Requirements, Adequately Describe The Proposed Approach, Safety Procedures, Identify Problems And Potential Challenges, And Demonstrate How All Contract Requirements Will Be Met. Quoters Shall Provide Evidence Of Sufficient Planning To Show That The Work Will Be Accomplished And How It Will Be Accomplished Within Time And Other Constraints Specified In The Requirements Document Or As Applicable. The Quoter Shall Utilize All Available Resources To Include Controlling The Execution Of Assigned Activities, Tasks, Sub-tasks, Monitoring Progress, Status Reporting, Resolving Critical Issues And/or Mitigating Risks And Fulfilling All Schedule, Delivery, And Training Requirements, As Applicable. (2) Schedule: The Quoter Must Indicate In Its Quotation The Ability To Meet The Delivery Requirements (delivery Within 9 Weeks Aro). price. The Government Will Evaluate Offers For Award Purposes By Making A Price Reasonableness Determination. For A Price To Be Reasonable, It Must Represent A Price To The Government That A Prudent Person Would Pay When Consideration Is Given To Prices In The Market. (ix) The Offerors Must Include A Completed Copy Of The Provision At Far Clause 52.212-3, Offeror Representations And Certifications-commercial Items, With Its Offer. This Requirement May Be Fulfilled By Current Completion Of This Provision In Www.sam.gov. (x) The Clause At Far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition. (xi) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Applies To This Acquisition And Is Incorporated By Reference. the Following Provisions Of Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Items Are Applicable To This Solicitation:
52.203-17 Contractor Employee Whistleblower Rights
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards
52.204-27 Prohibition On A Bytedance Covered Application
52.219-28 Post-award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-19 Child Labor-cooperation With Authorities And Remedies
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity For Workers With Disabilities
52.222-50 Combating Trafficking In Persons
52.223-23 Sustainable Products And Services
52.225-1 Buy American-supplies
52.225-13 Restrictions On Certain Foreign Purchases
52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.232-33 Payment By Electronic Funds Transfer-- System For Award Management the Following Provisions Apply To This Acquisition And Are Incorporated As An Attachment, And Must Be Completed And Submitted With Any Response To This Rfq: • Far 52.204-20 Predecessor Of Offeror
• Far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
• Far 52.204-26 Covered Telecommunications Equipment Or Services-representation
• Far 52.209-5 Certification Regarding Responsibility Matters
• Far 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law
• Far 52.225-2 Buy American Certificate the Following Clauses Apply To This Acquisition And Are Incorporated By Reference:
• Far 52.204-13 System For Award Management Maintenance
• Far 52.204-18 Commercial And Government Entity Code Maintenance
• Far 52-204-19 Incorporation By Reference Of Representations And Certifications
• Far 52.212-4 Contract Terms And Conditions--commercial Items
• Far 52.232-39 Unenforceability Of Unauthorized Obligations
• Far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors [doc Deviation April 2020] (xii) The Provision At Car 1352.233-70 Agency Protests (apr 2010) Applies To This Acquisition And Incorporated In Full Text: an Agency Protest May Be Filed With Either (1) The Contracting Officer, Or (2) At A Level Above The Contracting Officer, With The Agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (april 6, 1999). agency Protests Filed With The Contracting Officer Shall Be Sent To The Following Email And Mailing Address: nist/acquisition Management Division
attn: Lauren Roller, Contracting Officer
100 Bureau Drive, Ms 1640
gaithersburg, Md 20899
email: Lauren.roller@nist.gov agency Protests Filed With The Protest Decision Authority Shall Be Sent To The Following Address: nist/acquisition Management Division
attn: Head Of The Contracting Office (hco)
100 Bureau Drive, Ms 1640
gaithersburg, Md 20899 a Complete Copy Of All Agency Protest, Including All Attachments, Shall Be Served Upon The Contract Law Division Of The Office Of The General Counsel Within One Day Of Filing A Protest With Either The Contracting Officer Or The Protest Decision Authority. service Upon The Contract Law Division Shall Be Made As Follows: u.s. Department Of Commerce
office Of The General Counsel
chief, Contract Law Division
room 5893
herbert C. Hoover Building
14th Street And Constitution Avenue, N.w.
washington, D.c. 20230
fax: (202) 482-5858
(end Of Provision) (xiii) The Provision At Car 1352.233-71 Gao And Court Of Federal Claims Protests (apr 2010) Is Applicable To This Solicitation And Incorporated In Full Text. (a) A Protest May Be Filed With Either The Government Accountability Office (gao) Or The Court Of Federal Claims Unless An Agency Protest Has Been Filed.
(b) A Complete Copy Of All Gao Or Court Of Federal Claims Protests, Including All Attachments, Shall Be Served Upon (i) The Contracting Officer, And (ii) The Contract Law Division Of The Office Of The General Counsel, Within One Day Of Filing A Protest With Either Gao Or The Court Of Federal Claims.
(c) Service Upon The Contract Law Division Shall Be Made As Follows: u.s. Department Of Commerce
office Of The General Counsel
chief, Contract Law Division
room 5893
herbert C. Hoover Building
14th Street And Constitution Avenue, N.w.
washington, D.c. 20230.
fax: (202) 482-5858
(end Of Provision) (xiii) The Following Provisions And Clauses Apply To This Acquisition And Are Hereby Incorporated By Reference. All Car Clauses May Be Viewed At Http://www.ecfr.gov 1352.201-70 – Contracting Officers Authority
1352.209-73 – Compliance With The Laws (apr 2010) 1352.209-74 – Organizational Conflict Of Interest 1352.246-70 – Place Of Acceptance
(a) The Contracting Officer Or The Duly Authorized Representative Will Accept Supplies And Services To Be Provided Under This Contract.
(b) The Place Of Acceptance Will Be:
100 Bureau Drive, Gaithersburg, Md. 20899 nist Local 54 – Billing Instructions
nist Requires That Invoice/voucher Submissions Are Sent Electronically Via Email To Invoice@nist.gov. each Invoice Or Voucher Submitted Shall Include The Following:
(1) Contract Number;
(2) Contractor Name And Address;
(3) Unique Entity Identifier (see Www.sam.gov For The Designated Entity For Establishing Unique Entity Identifiers);
(4) Date Of Invoice;
(5) Invoice Number;
(6) Amount Of Invoice And Cumulative Amount Invoiced To-date;
(7) Contract Line Item Number (clin);
(8) Description, Quantity, Unit Of Measure, Unit Price, And Extended Price Of Supplies/services Delivered;
(9) Prompt Payment Discount Terms, If Offered; And
(10) Any Other Information Or Documentation Required By The Contract.
(end Of Clause) Nist Local-53 Contract Performance During Changes In Nist Operating Status
all Contractors Performing Work On Active Contracts At The U.s. Department Of Commerce(doc), National Institute Of Standards And Technology (nist) Campuses And/or Working In Nist Workspaces Should Go To The Www.nist.gov Website And Under The “about Nist” Tab Click On “visit”. This Site Includes Information About Campus Access And Security Information; Identification Requirements; Parking Information And More. contractor Personnel Are Required To Check The Appropriate Campus Operating Status And Personnel Requirements At Https://www.nist.gov/campus-status Daily Prior To Arriving On Site. All Personnel Must Adhere To The Requirements Set Forth In The Operating Status. unless Otherwise Stated In The Contract Terms And Conditions, Normal Days Of Business Operation Are Monday Through Friday, Excluding Federal Holidays. However, Throughout The Contract Period Of Performance, There May Be Circumstances Beyond The Control Of Nist That Will Impact Normal Days Of Business Operation Such As Inclement Weather, Power Outages, Etc. In Circumstances Such As These, The Contractor Must Call The Appropriate Nist Campus Status Line To Verify The Operating Status: gaithersburg Campus Operating Status Line:
(301) 975-8000
(800) 437-4385 X8000 (toll Free) boulder Campus Operating Status Line:
(303) 497-4000
(303) 497-3000 Option 2 in The Event Of A Lapse In Appropriation, Access To Government Facilities And Resources, Including Equipment And Systems Will Be Limited To Excepted Personnel For Both Federal Employees And Contractor Personnel. If Performance Of The Contract Is Onsite And/or Requires Government Interaction, Unless The Contractor Has Been, Or Is Notified That It Is Required To Work Under An Excepted Status, The Contractor Must Stop Work. The Work Stoppage Shall Remain In Effect Until The Lapse Is Resolved And Notification Is Provided Via The Nist Website At Www.nist.gov (banner On Front Page) And/or The Nist Operating Status Line(s). Additionally, Contractors Are Encouraged To Monitor Public Broadcasts Or The Office Of Personnel Management’s Website At Www.opm.gov For The Federal Government Operating Status. nist Will Provide Notification To All Contractors That Are Determined To Have Excepted Status. All Excepted Contractors Are Required To Continue Performance And Communicate With The Appointed Contracting Officer’s Representative (cor) For Further Guidance, Or Nist Contracting Officer If A Cor Is Not Appointed. contractors With Active Supply Or Service Contracts That Are Fully Funded At The Time Of Contract Award And Do Not Require Access To Government Facilities, Resources, Or Active Administration By Government Personnel In A Manner That Would Not Cause The Government To Incur Additional Obligations During The Lapse In Appropriation May Continue Performance. please Note That In All Circumstances That Impact Operations On The Nist Campuses, Contractors Are Expected To Follow All Direction And Guidance Provided By Nist Authorities.
nist Local 56 – Invoicing Processing Platform-alternate I
upon Written Notice From The Contracting Officer The Following Supersedes All Other Instructions For The Submission Of Payment Requests. Accordingly, Following Written Notice Payment Requests Must Be Submitted Electronically Through The U.s. Department Of The Treasury's Invoice Processing Platform System (ipp).
"payment Request" Means Any Request For Contract Financing Payment Or Invoice Payment By The Contractor. To Constitute A Proper Invoice, The Payment Request Must Comply With The Requirements Identified In The Applicable Payment Request Or Invoicing Instructions, Prompt Payment Clause Included In The Contract, Or The Clause 52.212-4 Contract Terms And Conditions - Commercial Items Included In Commercial Item Contracts. The Ipp Website Address Is Https://www.ipp.gov.
under This Contract, The Following Documents Are Required To Be Submitted As An Attachment To The Ipp Invoice:
the Contractor Must Use The Ipp Website To Register, Access, And Use Ipp For Submitting Payment Requests. If Not Already Enrolled, The Contractor Government Business Point Of Contact (as Listed In Sam) Will Receive Enrollment Instructions Via Email Within Three To Five Business Days Of The Addition Of The Contract Award To Ipp. Contractor Assistance With Enrollment Can Be Obtained By Contacting The Ipp Production Helpdesk Via Email: Ippcustomersupport@fiscal.treasury.gov Or Phone (866) 973-3131.
if The Contractor Is Unable To Comply With The Requirement To Use Ipp For Submitting Payment Requests, The Contractor Must Submit A Waiver Request In Writing To The Contracting Officer With Its Proposal Or Quotation. Contact The Contracting Officer For More Information On Submitting A Waiver Request. (xiv) The Following Additional Contract Requirement(s) Or Terms And Conditions As Determined By The Contracting Officer Are Necessary For This Acquisition And Consistent With Customary Commercial Practices: There Are No Additional Contract Requirement(s) Or Terms And Conditions Applicable To This Acquisition. (xv) The Defense Priorities And Allocations System (dpas) Are Not Applicable To This Requirement. (xvi) The Alphanumeric Unique Entity Identifier (uei) In Sam.gov, The Taxpayer Identification Number (tin), And The Certification Of Business Size Must Be Included In The Response. All Offerors Must Have An Active Registration In The System For Award Management (sam) At Www.sam.gov. (xvii) Offerors Must Submit All Questions Concerning This Solicitation In Writing To Hunter.tjugum@nist.gov. Questions Shall Be Received No Later Than 12pm, Eastern, On 2/19/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (xviii) All Responses Must Be Received No Later Than The Due Date And Time Specified In This Announcement. Late Responses Will Not Be Accepted. All Responses Must Reference The Subject Solicitation Number. Responses Must Be Submitted Electronically To Hunter.tjugum@nist.gov. Facsimile Responses Will Not Be Accepted. For Information Regarding This Solicitation, Contact Hunter Tjugum, Contract Specialist, By Email At Hunter.tjugum@nist.gov Or By Phone At 303-497-3663.
City Of Valenzuela Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 1.4 Million (USD 24.1 K)
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. : 036-printing/pvc Card Pwd-cswdo-goods-2025 Project Name : Printing Of 10,000 Pcs Pvc Pre-printed Card Project Description : Printing Of 10,000 Pcs Pvc Pre-printed Card For Pwd Id Approved Budget For The Contract: Php1,400,000.00 (bc# 18; Ref. No. 25-031) Delivery Period : 45 Calendar Days 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 Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million 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
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 98.9 Million (USD 1.7 Million)
Details: Description Invitation To Bid For: 25ci0051 – Basic Infrastructure Program (bip); Bip – Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities, Construction Of Flood Control Structures With Provision Of Groundsill Along Sapangbalen River, Mabalacat City, Pampanga 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 98,989,766.99 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0051: Basic Infrastructure Program (bip); Bip – Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities, Construction Of Flood Control Structures With Provision Of Groundsill Along Sapangbalen River, Mabalacat City, Pampanga. 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 Nine (209) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Basic Infrastructure Program (bip); Bip – Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities, Construction Of Flood Control Structures With Provision Of Groundsill Along Sapangbalen River, Mabalacat City, Pampanga Contract Id. No.: : 25ci0051 Location: : Mabalacat City, Pampanga Scope Of Works: : Construction Of Flood Control Structures With Provision Of Groundsill Approved Budget For The Contract : 98,989,766.99 Contract Duration : 209 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
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date7 Mar 2025
Tender AmountPHP 19.5 Million (USD 338.7 K)
Details: Description Invitation To Bid For: 25ci0063 – Convergence And Special Support Program; Sustainable Infrastructure Projects Alleviating Gaps (sipag): Sipag – Access Roads And/or Bridges Form The National Roads Leading To Major/strategic Public Buildings/facilities: Construction Of By-pass Road Connecting Abacan River Road Dike, Angeles City, Pampanga 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 19,599,178.40 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0063: Convergence And Special Support Program; Sustainable Infrastructure Projects Alleviating Gaps (sipag): Sipag – Access Roads And/or Bridges Form The National Roads Leading To Major/strategic Public Buildings/facilities: Construction Of By-pass Road Connecting Abacan River Road Dike, Angeles City, Pampanga. 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 Five (105) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Convergence And Special Support Program; Sustainable Infrastructure Projects Alleviating Gaps (sipag): Sipag – Access Roads And/or Bridges Form The National Roads Leading To Major/strategic Public Buildings/facilities: Construction Of By-pass Road Connecting Abacan River Road Dike, Angeles City, Pampanga Contract Id. No.: : 25ci0063 Location: : Angeles City, Pampanga Scope Of Works: : Construction Of By-pass Road Approved Budget For The Contract : 19,599,178.40 Contract Duration : 105 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippines Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). 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
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon6 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
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 25ah0137 Concreting Road Barangay Pogo Chico, Dagupan City, Pangasinan 1. The Dpwh Pangasinan 2nd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ah0137 Concreting Road Barangay Pogo Chico, Dagupan City, 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 : Concreting Road Barangay Pogo Chico, Dagupan City, Pangasinan Contract Id No. : 25ah0137 Location : Dagupan City, Pangasinan Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract (abc) : Php 4,950,000.00 Contract Duration : 108 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 5,000.00. 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
City Of San Jose Del Monte Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.7 K)
Details: Description Invitation To Bid For The Installation Of Electrical Service Entrance, Barangay Operation Center, Brgy. Lawang Pare, City Of San Jose Del Monte, Bulacan 1. The City Government Of San Jose Del Monte, Bulacan, Through The Appropriation Ordinance Of 2025, Intends To Apply The Sum Of One Million Two Hundred Sixty Thousand Eight Hundred Twenty-three Pesos And Fifty-six Centavos (₱1,260,823.56) Being The Abc To Payments Under The Contract For The: Installation Of Electrical Service Entrance, Barangay Operation Center, Brgy. Lawang Pare, City Of San Jose Del Monte, Bulacan (bp-25-02-0099) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Committee Now Invites Bids For The Above Procurement Project. Completion Of Works Is Required Within Thirty (30) Calendar Days From The Supplier/ Contractor’s Receipt Of The Notice To Proceed (ntp) Issued By The City Government. Bidders Should Have Completed, Within Five (5) Years From The Date Of The Submission And Receipt Of The 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. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 9183. 5. Prospective Bidders May Obtain Further Information From The Procurement Section, 2/f New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan, And Inspect The Bidding Documents From Monday To Friday, 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 To March 5, 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 (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. The Committee Will Hold A Pre-bid Conference On February 21, 2025, At 10:30am At Conference Room, Office Of The City Administrator, 2nd Floor, New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:00am Of March 5, 2025. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On March 5, 2025 At 10:30am At The Conference Room, Office Of The City Administrator, 2nd Floor, New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Choose To Attend The Activity. 11. Please Refer To The Table Below For The Cost Of The Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents ₱5,000.00 (non-refundable) Inspection Period Of Bidding Documents February 17, 2025 To March 5, 2025 Procurement Section, 2/f New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan Pre-bid Conference 10:30am Of February 21, 2025 Conference Room, Office Of The City Administrator, 2nd Floor, New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan Deadline Of Submission Of Bids (late Bids Shall Not Be Accepted) On Or Before 9:00am Of March 5, 2025 Procurement Section, 2/f New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan Opening Of Bids 10:30am Of March 5, 2025 Conference Room, Office Of The City Administrator, 2nd Floor, New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan 12. The City Government / Committee 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. 13. For Further Information, Please Refer To: Atty. Rizaldy L. Mendoza Bids And Awards Committee Secretariat 2/f New Government Center, Brgy. Dulong Bayan, City Of San Jose Del Monte, Bulacan 3023 Sjdm_bac2016@yahoo.com (sgd.) Dennis M. Booth, Ph.d. City Administrator / Bac Chairman
Ministry Of Public Order And Safety Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 1.8 Million (USD 31.1 K)
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 (tdif) Fy 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-tdif2024-0004 Contract Name : Procurement Of One (1) Unit Office Vehicle Abc : Php 1,800,000.00 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 5,000.00 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 Atty. Al-rashid L. Balt Bac Chairperson
7411-7420 of 10000 active Tenders